Loading...
HomeMy WebLinkAboutC-3640 - Police Building Modifications and Fire Station No. 6 Gender Modifications & Hose Tower DemolitionCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC November 29, 2007 Horizons CCI Services, Inc. 2111 W. Crescent Avenue, Suite G Anaheim, CA 92801 Subject: Fire Station No. 6 Gender Modifications and Police Department Building Modification (C -3640) To Whom it May Concern: On November 28, 2006, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor, & Materials Bond after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on December 7, 2006, Reference No. 2006000819500. The Surety for the contract is Insurance Company of the West, and the bond number is 2169621. However, since there was a Stop Notice in the file at the time the Labor & Materials Payment Bond was supposed to be released, my office was unable to release the bond. Our office has since received the Release of Stop Notice and have enclosed the Labor & Materials Payment Bond and the Faithful Performance Bond. Sincerely, Vonne M. Harkless, MMC City Clerk cc: Public Works Department enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca us ORIGINAL Y ". ISSUED IN FOUR ORIGINAL COUNTERPARTS COUNTERPART NO.L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 BOND NO. 2169621 PREMIUM: INC DL Dr r -TTaE PRENIUN CHARGED FOR THE PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, adopted, has awarded to HORIZONS CC[, INC., hereinafter designated as the "Pri contract for construction of FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS, Contract in the City of Newport Beach, in strict conformity with the plans, drawings, specifications Contract Documents in the office of the Public Works Department of the City of Newpc all of which are incorporated herein by this reference- WHEREAS, Principal has executed or is about to execute Contract No. 3641 terms thereof require the furnishing of a bond, providing that if Principal or any of F subcontractors, shall fail to pay for any materials, provisions, or other supplies used for, or about the performance of the work agreed to be done, or for any work or la thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter NOW, THEREFORE, We the undersigned Principal, INSURANCE COMPANY OF THE WEST duly authorized to business under the laws of the State of California, as Surety, (referred to herein as "SL held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Five TI Five Hundred and 001100 Dollars ($405,500.00) lawful money of the United States of said sum being equal to 100% of the estimated amount payable by the City of Newpc under the terms of the Contract; for which payment well and truly to be made, we bind c our heirs, executors and administrators, successors, or assigns, jointly and severally, these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the subcontractors, fail to pay for any materials, provisions, or other supplies, imp] machinery used in, upon, for, or about the performance of the work contracted to be d any other work or labor thereon of any find, or for amounts due under the Unei Insurance Code with respect to such work or labor, or for any amounts required to be withheld and paid over to the Employment Development Department from the employees of the Principal and subcontractors pursuant to Section 13020 of the Unec Insurance Code with respect to such work and labor, then the Surety will pay for the s: amount not exceeding the sum specified in this Bond, and also, in case suit is brought the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as n the provisions of Section 3250 of the Civil Code of the State of California. 13: y motion cipal," a TOWER lo. 3640 nd other t Beach, and the rincipaf's n, upon, )or done set forth: and, transact ety) are ousand, America, -t Beach irselves, firmly by -incipal's rents or e, or for loyment ;ducted, ages of loyment ie, in an enforce aired by The Bond shall inure to the benefit of any and all persons, companies, and ccrporations entitled to file claims under Section 318.1 of the California Civil Code so as to give a rig t 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 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, ey tension of time, alterations or additions to the terms of the Contract or to the work to be Performed thereunder or the specifications accompanying the same shall in any wise affect its obliTations 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 indiv'dua11 it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. II IN WITNESS WHEREOF, this instrument has been duly executed by the abo�e named Principal and Surety, on the 23RD day of SEPTEMBER 2005. HORIZONS CCI, INC. (Principal) INSURANCE COMPANY OF THE WEST Name of Surety 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 Address of Surety 619- 261 -7330 Telephone Ula Signature JULIA B. LEONARD, ATTORNEY -IN -F Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE A 27 CALIFORNIA ALL -PURPI E ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On UP 2 3 m -- before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Ofricer (e.g., "Jane Doe, Notary Public ") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ proved to edZb S.L. KYSETH *COMM. #1528013 NOTARY PUBUC- CALIFORNIA RIVERSIDE COUNTY MY Comm. Ives Nov. 19, 2008 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. --- — ---------- OPT IONAL---- -------- Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 General Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ICW GROUP INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Camino Real San Diego, Ca 92130 -2045 BOND # 2169621 TERRORISM COVERAGE DISCLOSURE The Terrorism Risk Insurance Act of 2002 (the "Act") establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism - related Iosses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. No. 0002916 ISSUE DIN FOUR ORIGINAL COUNTERP. ICWGROUP BOtt, ;,.t: 2169621 Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint KENNETH A. COATE, MARK N. CLADDING AND JULIA B. LEONARD their true and lawful Attomey(s) -in -Fact with authority to date, execute, sign, seal, and deliver an behalf of the Companies, fidelity and surety, bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof; the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. tNab9 � o"rzv _.�� INSURANCE COMPANY OF THE WEST �setiYOU.o g � \g \� THE EXPLORER INSURANCE COMPANY SEAL _jn+ f( �� INDEPENDENCE CASUALTY AND SURETY 1�� �r i� I COMPANY 4rapann dH oak. /Ay John H. Craig, Assistant Secretary John L. Hannum, Executive Vice President State of California County of San Diego ss. On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hammitt and John H. Craig, personally known to me to be the persons whose narnes are subscribed to the within inshument, and acknowledged to me that they executed the same in thew authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. 1 •1"i. Witness my hand and official seal. vralt 010 b Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s) -in -Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER* That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current staves of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopyth8 " . CERTIFICATE 1, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney ism full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. INWI TNESSWHEREOF,Ihavesetmyhandthis 23RD dayof SEPTEMBER 2005 John H. Craig, Assistant Secretary To verify the authenticity of this Power ofAttomey you may call 1- t00 -877 -1111 and ask for the Surety Division. Please refer to the Power o£Attomey Number, the above named individuals) and details of the bond to which the power is attached For information or filing claims, please contact Surety Claims, ICW Crump, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 350 -2400. Best's Rating Center - Company Information for Insurance Company of the West Page 1 of 1 Va Rn.w 1vL"G ytrrafl tuaaCCEW sr.=Ro bortaoaacaa R I?elnlions f SwCh nth Ro fts Press Rebeses Rotated Products Wutlry 8 Reponal Cour&yRizk Insurance Company of the West ♦,Y r.�l11MM1 VZ•IIRW IIAI I�IR1YlL Addresr,P,O eVA3 Dan Gaoo. CA CIUM&M 0e 1*s RadnAs Phone: asa4w -ztw Faic r.&x000t6 Web: `+>n!j _k_.,.?n�?^ RsYetW SVmec: RA0ap1 Vlow nitlo is RCaO: ACaw, RSrtO A' wcw Coos: p ( ;odd) rlfvatr sin ra.paY. a (fria sttfa+u stao RxN oYfad, sud. CO A� AffbIrAd ONda tr aiAw ts. coos * Denotes Onder Review Best's Rations Raports and News Vpa W rrY\fRO W ar b" G^�.G%eSC:i3i:sJID ar h oorp" aao b A.Y. Deft Gb or w►CIr. r A.y�OYYYyW1YIV�, \V �i.Y.M MIRY iIYY � f•, OtixY,C,omete,Rrpwt•icA+.ea Oaf.N..neld Caeryrl Rrp oad laMorY abq Y(.f' mrClNYrrr.a a�aYrat cr+wa+n', aa'�s ( Ir. RapnMtaao- Reya.r Ra\tfbn oau:ormmxs (rCprCSeMS IAO hfCaf flgN5een1 durtae). Y� y� RK.O1b A afJaf•.fI A etstscoCa�gaar_tAtv�w. llafhe.16YJIa$WAa•W Rtadb UL4Rr1r a \a.l..I•sn.ae:abNw.attbgaNaa assantrA>n a4anepb e,r.A t 64 Ow staaR: 20056M, Sera+rra F4 • HC. U5. Caniahs ora mny.a n d $*=0Ca (OLMRY Cross Ched:ed). a sgtpl.csgs�. x. as w+awdr wu.oe�c+or o\cw w.c.rvr. s C=MdM •:e.or LI hmdi au %ybd M Caro" YMl a pro(va,pdWlO&W C COaaaraafyaa. rut a iQel9.lrH•w lob ce.v►+ri taaoab sa+`au aaYV mwo aoVaoa , RConditp"ball bngr7 a =0 mepaW otaa Rdr: AOOeY Raaop i Ia09Ye b Ww eta rranu aster foo.o, xtYa sa.+.r. r muds 4+a eesapo'oo.ShY1k� an [iceoayas o err. rgxt Ro Irsn awssa e4p ACOGY Reaev. PgC�Ir RRwa OY,t�l1(Q,prt • bebaal Dan fiWtial lir>Yft Rayner nio 6nMtbP era n paA'ia b enfi rary Ra Oas etatua: =03 nu dw Data (OW AY Cross Ched odl f Rnanttal mtd Analytical Products ev-,A wne.n.R.wsN e..+s.At^...f' =ACa.a.RSac!h Pmxatonitasro.o�e.�.4.1Eg6 -6�5t tkth.v ^.C¢�t&a:.BLAIs enaF.a:mat�s,�.4;.oa1 Dish YKVxtta Raedr .0.f trs 6 Cw:a Cuun ttset,40.I fioavaswoon I Atira`er„Cen:m I SSowttan l Pmjra "49 s_! .@f. sV �o l _ I `tog t Lrm�n d_ I L i/La_ S➢ ORibALLhn Calawe. tx N W'onrma AA4emMV bma¢YRfYa. AYOW R014 0040. OWA USA http: / /www3.ambest.com/ ratings /FullProfile.asp ?81= 0&AMBNum = 4667&AItSrc... 10/05/2005 ORIGINAL THE PREMIUM. �S PREDICATED ON I HE F;NAL (; ". ACT PRICE AND .SS!J @JEC ??, 4D.IUSTMENf. ISSUED IN FOUR ORIGINAL COUNTERPARTS COUNTERPART NO.j CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO, 3640 BOND NO. 2169621 FAITHFUL PERFORMANCE BOND The premium being at the rate of $ WHEREAS, the City Council of the City of Newport Beach, State of California, 6y motion adopted, awarded to HORIZONS CC[, INC., hereinafter designated as the "Principal ", contract for construction of FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS, Contract o. 3640 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City oi Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3640 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract NOW, THEREFORE, we, the Principal, and INSURANCE COMPANY Or THE WEST duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Five Thousand, Five Hundred and 001100 Dollars ($405,500.00) lawful money of the United States of America, said sum being equal to 10 % of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, exeajfors and administrators, successors,. or assigns, jointly and severally, firmly by these present THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the F rincipal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and t my keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according I o its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newpoit Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this oblige ion shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount this Performance Bond, there shall be included costs and reasonable expenses including reasonable attorneys fees, incurred by the City, only in the event the City is bring an action in law or equity against Surety to enforce the obligations of this Bond. ad in fees, ad to Surety, for value received, stipulates and agrees that no change, extensioli of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on :his Bond, and it does hereby waive notice of any such change, extension of time, alterations or a ditions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Prin ipal in full force and effect for one (1) year following the date of formal acceptance of the Project b the City. In the event that the Principal executed this bond .as an individual, it is al death of any such Principal shall not exonerate the Surety from its obligations under IN WITNESS WHEREOF, this instrument has been duly executed by the Surety above named, on the 23RD day of SEPTEMBER 12005, HORIZONS CCI, INC. (Principal) INSURANCE COMPANY OF THE WEST Name of Surety 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 Address of Surety 619- 261 -7330 Telephone JULIA B. LEONARD, ATTORNEY -IN -FA Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATT, F' USERS1PBWiShamdlContractslFY 05- OMFIRE STATION 6 GENDER MODS and HOSE TOWER DEMO 3640-doe 29 that the. and C- CALIFORNIA ALL -PURPIL ZE ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On SEP 2 3 2005 personally appeared JULIA B. before me, S.L. KYSETH, NOTARY Name and TM INARD. ATTORNEY IN FACT ® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose S.L. KYSETH COMM. #1528013 NOTARY PUBLIC • CALIFORNIA RIVERSIDE COUNTY Mi Comm. Tres Nov. 19 2009 - ----- 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. -----OPTIONAL------ Though the information below is not required by law, it may prove valuable to.persons relying on the document and could prevent fraudulent removal and reattachment of this than to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Tibes(s): ❑ Partner -0 Limited ❑ ❑ Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 General Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: General ICW GROUP INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Camino Real San Diego, Ca 92130 -2045 BOND # 2169621 TERRORISM COVERAGE DISCLOSURE The Terrorism Risk Insurance Act of 2002 (the "Act") establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. No. 0002916 ISSUED IN FOUR ORIGINAL COUNT L' ICW GROUP is:; 4.i NO: 2169621 Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint KENNETH A. COATI, MARK N. GLADDING AND JULIA B. LEONARD their true and lawful Attorney(s) -in -Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and Surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies her ��oay.wrv� %084 7 F'dc04eaa1re i OM1I' / /ee, 44, ON SEAL +cx, an arm r ,aw o e caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. �Y INSURANCE COMPANY OF THE WEST 6 g THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY eyoM x ash John H. Craig, Assistant Secretary State of California } County of San Diego ss. okmojl-� John L. Hannan, Executive Vice President On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to rue to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in then authorized capacities, and that by then signatures on the instrument, the entity upon behalf of which the persons acted, executed the inctm.nent. MARY COBB COMM.. #1321341 N NOTAR'!RIBIIGCAUi0RN1A t7 - 3A7V OiEGO GOVNjY., e A Cantu ER"2 aa� SEPTEMBER 24.2005 Witness my hand and official seal. yr Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adapted by the respective Boards of Directors of each of the Companies "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, ore hereby authorized to execute Powers of Attorney appointing the perwn(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the Same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, priming, typing, or photocopying.,• CERTIFICATE L the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and ane now in full force. IN WITNESS WHEREOF, I have set my hand this 23RD day of SEPTEMBER 2005 John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call I-W- 877 -1111 ana ask for the Surety Division Please refer to the Power of Attorney Number, the above named individuals) and details of the bond to which the power is attached For information or filing claims, please contact Surety Claims, ICW Group; 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 350 -2400. CITY OF NEWPORT BEACH �`'� PROGRESS PAYMENT o Contract No, 3640 `+��ea��" PROJECT: Fire Station No. 6 8 Police Dept. Modifications PAYMENT NO.: 11- Retention BUDGET NUMBERS: See Below PAGE: 1 OF 1 ORIG. CONTRACT: $405,500.00 EXTRAS: $53,D70.60 DATE: 22 -Dee-06 ENCUMBRANCE NO. E2320050 % OF TOTAL 13.09% TOTAL: Orlg Comfit Date Fire 25.fan -06 6 -Feb -06 rvad Odg Cumpi Date Police 06- Apr -06 THIS PERIOD TOTAL TO DATE DESCRIPTION (Concise) UNITS BID PRICE AMT EARNED AMT EARNED 1 o I ization 4 , 0.00% O.DO 10 . % ,0W.0 nv c ton Ire tat n o. en er 2 Modifications L.S. 183,000.00 0.00% 0.00 100.00% $103,000.00 Constniction Fire Station No. 6 Hose Tower EESTAMT. 3 Demolition L.S. 7,50Q.00 D.00% 0.00 100.00% $7,500.00 ons t o Ice rn m mg 4 Modifications (see C.O. PD -1 LS. 175,000.00 0.00% 0.00 100.00% $175,000.00 Subtota 0.00 405,50. Fire Station Change Orders #1 -6 $72,189.78 Doh 0.00 100% 572,189.78 Change Order #1 Delete Jail facility work 1 LS. ($40,000.00) G% 0.00 100% ($40,000.00) Change Order #2 architectural plan revis. I L.S. $11,420.22 0% O.DO 100% $11,420.22 Change Order #3 Misc. Revisions I L.S. $9,468.60 0% 0.00 100% $9,468.60 Encumbrance No. E2320050 Account Nos: COW 2320.8040 XX BET•F 7271 - 02320878 XX GF-F 7011 - 02320878 $10,295.48 GF-P 7011 - 01820806 $35,582.38 Total $45,857.86 Send Payment to: 714563 -1600 EARNED: $0.00 $458,578.60 Horizons CC] Services, Inc. RETENTION: $0.00 $0.00 712 North Valley, Suite G PREVIOUS PAYMENT'S. $412,720.74 Anaheim, CA 92801 AMOUNT DUE ? „.:' ' ". ,� $45,857.86 not required CONTRACTOR DATE CONSTRUC71ON ENGINEER DATE CITY ENGINEER DATE ! OR DATE F:\UsemiPB4NSharedlConiracts%FY 05 -06TIRE STATION NO.6 & PD BLDG MOD C- 364WROGRESS PAYMENTS & CHANGE ORDERSAPP11 (finaQ.r1e]PP1 t 12/22/2006 11:40 FAX 7145631530 HORIZONS CCI X1001 SUM,, NTBACTOR'S CONDITIONAL WAI[VL_ -AND R LEASE UPON FINAL PAYMENT (California Civil Code §3262) Horizons CCI Services, Inc. 2111 W. Crescent Ave., Suite G Anaheim, CA 92801 Upon receipt by the undersigned of a check from horizons CCI Services. in the sum of Two Hundred IShW Dollars and -7ft Farm Cents LX-2S—#.S4) payable to Spectrmn Cram, amd when the cheek has been Properly endorsed and ha's been paid by the bank upon which it is drawn, this document shall become effective to release any mechanics' lien, stop notice, or bond right, the undersigned has on the job of the Citv Of Ncwprrt Beach ("Owner'} located at the 1348 Irvine, Newport Beach, CA ("project % to the following extent, 'Together with this Final Payment the total amount paid to the undersigned under Sbrbconiracr to date is SixH w&wd Tin m& Fire Dollars End Fife Four Cents 462554) this release covets fatal payment for labor, services equipment or material furnished to Horizons CCI Services and/or its assignee, through Searember II.2A06 including retentions retained before or after the release date. Rights based upon work performed or items furnished under a written change order which has been fully executed by the parties prior ._ to the mleaw -date, are coyr e y the a el 1 qg g ,C,jf'r�11 r� c d by th - TI is release of any mechanics' lien, stop notice, bond right shall not otherwise affect the contract rights, iucluding rights between pasties to the contract based upon rescission, abandonment, or breach of the contract, or the right of thd, undersigned to recover compensation for fivrdsbed labor, services, equipment, or material covered by this release if that furnished labor, services, equipment or material was not compensated by the progress payment; Before any recipient of this document relies on it, said party should va* evidence of payment to the undersigned. Shea m !Marie Name of 3ubcamtacwr/Supplier sy: C`fndte �f" 5ean (PrintedNOne offtly Sigp1: rCS idn�W Fide- 5i-a- 0 9 M') PUBLIC WORKS STOP NOTICE LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS AND REQUEST FOR NOTICE OF FILING OF NOTICE OF ACCEPTANCE, COMPLETION OR CESSATION CIVIL CODE § 3185 To: City of Newport Beach Job: Police Building Modifications & Fire Station No. 6 Dept. of Public Works Gender Modifications & Hose Tower Demo ition`` PO Box 1768 1348 Irvine Ave. Date O `d Newport Beach, CA 92658 -8915 Newport Beach, CA 92660 -4605 Contract No. 3640 Copies Sent To: ❑ Mayor CC: Horizons CCI Services, Inc. (as Prime Contractor) ❑ Council Member Attn: Hatem Ibrahim ❑ Manager 2111 W. Crescent Ave., Suite G r y Anaheim, CA 92801 -3808 TAKE NOTICE THAT Spectrum Crane, Inc., whose address is 463 South "I'l3trec.1 can Bernardino, CA 92410 [Cyndie St. Jean/ Phone: (909) 886 -6567] has performed labor and/p furnished materials for a work of improvement described as follows: Police Building Modifications & Fire Station No. 6, Gender Modifications & Hose Tower Demolition, 1348 Irvine Ave., Newport Beach, CA 92660- 4605; Contract No. 3640. The labor and/or materials furnished by claimant are of the following general kind: crane services. The labor and /or materials were furnished to or for the following party: Horizons CCI Services, Inc., 2111 W. Crescent Ave., Suite G, Anaheim, CA 92801 -3808. The value of the whole amount of labor and materials agreed to be furnished is $562.50. The value of the labor and materials furnished to date is $562.50. Claimant has been paid the sum of $375.00 and there is now due, owing and unpaid the sum of $250.54 together with interest at the rate of ten percent (18 %) per annum from May 4, 2006. You are required to set aside sufficient funds to satisfy this claim with interest. You are also notified that claimant claims an equitable lien against construction funds for this project which are in your hands. You are also required to give Notice of Acceptance, Completion or Cessation to the undersigned as required by Civil Code § 3185. Attached hereto is the $2.00 fee as required by Civil Code § 3. n _+ w Date: September 8, 2006 i ryn T (-T1 .41 E Company Name: Spectrum Crane, Inc. < M m ° C a FR x: rn 'hi By: w 0 Christina Boyd for PROLIEN Services "as Authorized Agent for Spectrum Crane, Inc. VERIFICATION I, the undersigned, say: I am the agent of the claimant of the foregoing Stop Notice; I have read Stop Notice and know of the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 8, 2006 at San Diego, California. it For PROLIEN Services, as Authorized 0 ,% . • REGEIV ReDded in Official Records, Orange County RECORDING REQUESTED BY AND Tom Daly, clerk- Recorder WHEN RECORDED RETURN TO:2(DK or �. ��II IIf I�IIIIIIIIIIIII�IIIIIIIIIINIIiIIII�IIIIIIIIIIIIIIIIIIIIIIIINO FEE City Clerk 2006000819500 08:43am 12107106 City of Newport Beach = = CF 104 175 N12 1 3300 Newport Boulevard r CLEF[d.00 o.00 0.00 0.00 0.00 0.00 0.00 0.00 p C.- • )MT F=U Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION C1t�O 1T NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, I� Newport Beach, California, 92663, as Owner, and Horizons CCI, Inc. of Anaheim, California, as Contractor, entered into a Contract on September 27, 2005. Said Contract set forth certain improvements, as follows: Fire Station No. 6 Gender Modifications and Police Department Buildina Modification C-3640 Work on said Contract was completed on October 13. 2006, and was found to be acceptable on November 28. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 7 /� "o at Newport Beach, California. BY 6� i i ►: �/ City Clerk 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harldess, MMC November 29, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion (C -3640) Notice of Completion (C -3695) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, (/ !�UN'InC / - LaVonne M. Harkless, MMC City Clerk Encls. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Penco Engineering, Inc. of Irvine, California, as Contractor, entered into a Contract on February 14, 2006. Said Contract set forth certain improvements, as follows: Bay Avenue Area Drainage Improvements (C -3695) Work on said Contract was completed on September 20. 2006, and was found to be acceptable on November 28. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Developers Surety and Indemnity Co. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. l / Executed on �l G+ q �� (7 at Newport Beach, California. • 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT .WN l• 4 �„ Agenda Item No. R_ November 28, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 -644 -3311 or bpatapoff @city.newport- beach.ca.us SUBJECT:. FIRE STATION NO.6 GENDER MODIFICATIONS AND POLICE DEPARTMENT BUILDING MODIFICATIONS — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3640 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. • 3. Authorize the City Clerk to .release the Labor.:and Materials .bond 35 days after. the Notice of Completion, has been recorded in accordance with applicable portions of the-Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On September 27, 2005, the City Council authorized the award of Fire Station No. 6 Gender Modifications and Police Department Building Modifications to. Horizons CCI Services, Inc. 'The contract work at Fire Station No. 6 included remodeling the previous living quarters to._ accommodate female firefighters, remodeling the kitchen, demolishing the top part of the hose drying tower, and converting the lower part of the tower into a storage room. Work in the Police Department building included rearranging and remodeling .of office space on the second floor and also creating an accessible women's restroom. The contract has now been completed; however, numerous problems were experienced over the course of the project. The contractor performed work at Fire Station No. 6 very slowly and on numerous occasions, the work, needed to be redone and required excessive oversight from Public Works and Fire personnel. in addition to the extreme . delays. and the amount of rework that had to be done, the contractor claimed they were finished with this portion of the work on March 24, 2006 while. the architect and City still had a 7 -page list of worts items that were either not completed or needed to be redone. • The contractor did not complete the extensive punch -list work until May 17, 2006. Attachments A through C document this situation. Fire Station No. 6 Gender Modifications and POODepartment Building Modifications Completion And Acceptance of contract No. 3640 November 28. 2006 Page 2 Typical problems encountered with the contractor include: • lack of general construction knowledge, such as interpreting and understanding project plans, Greenbook specifications, and project specifications; insufficient or no supervision at the job -site; poor work quality and work that had to be redone, including; • soffits above the refrigerator and stove areas were not framed correctly and were out of plumb vertically and horizontally • concrete and tile walls for the shower entrance were constructed incorrectly and did not comply with ADA dimensions, . • door in the hallway was not hung properly and the molding around the door was not the correct size and was damaged, • the window in the ADA bathroom was not framed correctly and had to be reconstructed. The construction work for the fire station was not completed until May 17, 2006. This delay caused complications and a burden on the Police Department which had already . moved many of their personnel out of their offices in March in preparation for the start of construction. Because of this delay, the painting at the police jail facility was deleted in order to complete the Police Department work in a more timely fashion. The contractors work at the police facility improved compared to work at the fire station, but the contractor still required a great deal of supervision from City staff. The'initial • work at the police facility was also of poor quality. Some of the work that had to be redone included the ceiling in a bathroom that was framed incorrectly, the openings for bathroom toilets were cored in the wrong location and had to be redrilled, HVAC ducts were installed with flex material instead of rigid. material, and two HVAC dampers.had to be cut -in and access panels installed since the contractor forgot to install them. A summary of the contract cost is as follows: Original bid amount: $405;500.00 Actual amount of bid items constructed: $405,500.00 Total amount of change orders: $53,078.60 Final contract cost: $458,578.60 The final overall construction cost including Change Orders was 13.1 percent over the original bid amount. Nine Change Orders totaling $53,078.60 were issued for the project. The first six were for Fire Station No. 6 and the last three were for the Police Department facility. They are as follows: . 1. Change Order 1 in the amount of $1,663.70 provided for temporary electrical wiring to the interim living quarter trailers for the fire personnel. 2. Change Order 2 in the amount of $13,676.77 provided for electrical panel switches and sub -panel replacement and acoustical gating, texture and paint in three rooms. • 3. Change Order 3 in the amount of $33,166.28 provided for replacement of the electrical generator and related rewiring. • Fire Station No. 6 Gender Modifications and Pooeparlment Building Modifications completion And Acceptanoe of Contract No. 3640 November 28, 2006 Page 3 • 4. Change Order 4 in the amount of $9,735.89 provided for framework repair in the hose tower and additional electrical work. 5. Change Order 5 in the amount of $5,327.01 provided for removal and additional plastering on the hose tower, curb framing of skylight, and rerouting an existing smoke alarm. 6. Change Order 6 in the amount of $8,620.13 provided for additional painting areas, revised hardware costs, and miscellaneous work. 7. Change Order P -1 deducted $40,000.00 from the work at the police facility by deleting the painting of the jail facilities on the first floor. 8. Change Order P -2 in the amount of $11,420.22 provided for additional work needed for architectural finishes, and mechanical and plumbing fixture revisions per Police Department and architect's bulletins 1 through 3. 9. Change Order P -3 in the amount of $9,468.60 provided for added wall repair, additional ceiling access panels in office areas, and miscellaneous additional work in the women's restroom, including removal of a plumbing chase and revised tile work. The total construction cost is $458,578.60 Other Proiect Costs: In addition to the primary construction contract, this project involved other project • expenses from various funding sources, including Building Excise Tax Fund and Fire Department Maintenance and Operation funds. Total project expenses are summarized as follows: Construction (Fire and Police) $ . 458,578.60 Design Services (Fire) $ 52,281.87 Construction Inspection (Police) $ 53,994.50 Office Furniture (Fire) $ 6,085.74 Incidentals (Fire) $ 1,108.34 Total Project Cost $ 572,049.05 Environmental Review: The project was Categorically Exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(a) of the CEQA Implementing Guidelines. This exemption covers building alterations involving partitions, plumbing, electrical, etc. Funding Availability: Funds for the project were expended from the following accounts: Account Description Fire Ops. Building Maint./ Repair Building Excise Tax Fund General Fund • General Fund Account Number 2340 -8040 7271 - 02320878 7011- C2320878 7011- C1820805 Total Amount $33,166.28 $100,000.00 $131,550.00 $193,862.32 $458,578.60 • Fire Station No. 6 Gender Modifications and Police Department Building Modifications Completion And Acceptance of Contract No. 3640 November 28, 2006 Page 4 The original contract completion was April 20, 2006. Due to unforeseen conditions, such as the need for to replace the wood .framework in the hose tower, preparation of asbestos removal. reports, change order work, and the replacement of the electrical generator at Fire Station 6, the project was completed on October 13, 2006. Prepared by: Submitted by: mar R. Gunther, P.E. en G. Badum Construction Engineer ublic Works Director Attachment: Letters and Emails . • • •. 0 k CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director April 6, 2006 Kinan Kotrash Horizons CCI, Inc. Via Facsimile: 714563 -1530 2111 W. Crescent Avenue & Mail Suite G Anaheim, CA 92801 Subject: Fire Station No. 6 Gender Modifications & Hose Tower Demolition; Contract No. 3640 Dear Mr. Kotrash, We received your letter of March 24, 2006 (attached) stating that you were substantially complete with the Fire Station and Tower Demolition project... We disagree and contend that there is still significant work. to be finished. at the Fire' Station. Some of the major items of work that still need completion are itemized in. • the two lists attached. No work can be started at the Police Station until the worki at the Fire Station is completed as required per the contract specifications. • We are also concerned with the lack of sufficient workforce on the project and the number of days when there has been no workers on the job whatsoever. Please provide us with a schedule by Monday April 10, that shows your completion of the work in order that Fire Station personnel can plan for their occupancy of the building. If you have any questions please contact R. Gunther at 949- 644 -3311. Sin9cerel W Bill Patapoff City Engineer Cc: Steve Badum Public Works Director R. Gunther, PW Construction Engineer Frank Martin, Inspector- Eric Bauer, Fire Department Gary Gundersen, Fire Department John Desmond; Police Captain Lisa McBroom, Police Department 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, Califamia 92658 -8915 Telephone: (949) 644 -3311 • Fa= (949) 644 -3318 • www.ctty newport-beach,cams Gunther, Robert From; Gundersen, Gary Sent: Wednesday, April 05, 2006 8:18 PM To: Gunther, Robert Cc: Gundersen, Gary, Mais, Dave Subject: Sin sbc Gunther; I sent you Ernesto s list again which has most of the items already listed. Some other items are; 1. New water heater not installed. 2. No staining of cabinets. 3. No electrical switches or plugs Installed. 4. No light fixtures In stalled. 5. A/C unit not hooked back up.. 6. Plumbing not finished; toilets in bathrooms. . 7. Hardware on bathroom door female. 8. Moldings on bathroom doors on the Inside, big gap.. 9. Hose tower notdrywailed, junk everywhere: 19. No clean up per contract. Firefighter's are cleaning up everyday. 11. No cabinets In hose tower'per plans. 12. No cover for hallway ceiling entrance. These are most of them Gunther, Gary CZlG :1y�rr ;� 0 Page 1 of t i H • Page 1 of 2 C • Gunther, Robert To: Gunthar, Robert Subject: FW: Firo Station #6 progress From: emesto quintanar ( mailto: emesto .quintanar@domusstudio.com) Sent: Friday, March 31, 200612:57 PM To: Gunther, Robert Cc: Masters, Rob; Gundersen, Gary; Bauer, Eric Subject: Fire Station ff6. progress Gunther t spoke with IGnan @ Horizons this morning. Here's the Items we discussed: t. Window over showers is not installed. According to Kinan, there is an outstanding change Order he sent to the city on 3117. He will fax it to me to expedite the review. In my opinion, you can tell them to install the window as shown the bid set of plans and reject the COR, and the window will be just fine. 2. Wood cabinet stain. The stain color is ready for review. I asked Klnen to fed ex the • sample to my office to expedite review. If this %vas OK with you. Please let me know. 3. Skylight is not installed per plans. Rob Masters rejected the installation a couple of weeks ago. 4. Electrical fixtures are not Installed. they are waiting for the trims. 5. Toilet accessories Installation Is schedule for Wednesday. 6. Horizons Is waiting for stainless steel Installer to complete plumbing at kitchen sink. 7. Solid surface countertop at toilet room is not ready. (Apparently, it has not been ordered). This Is a long lead item. 8. No paint has been done. Please let me know if you have any questions or comments regarding any of the above. Let me know when the next meeting Is scheduled. Sincerely, oon*W • Asoodmea Naraecu Q dwwn%dlo UP Ernesto ouhMnar Assodft 2150 W=1 9AB 303 San 13M84 92110 • Td 619.rFJ2W83 t19 Fax 019.09293W • amfflown"WAM 09DL'i63lfAffiID • -- Lt. John Desmond, Support Services Commander Lisa McBroom, Fiscal Services/Facility Manager Eric Bauer, Lifeguard Captain Terry Ulaswwsld, Fire Support Services Manager IL. Gunther, Construction Engineer Lloyd Dalton, Project Manager Kelli Tunniclifi, Construction Manages P11tc'm1pRWlChrrMY'amhwl�1PY 05.IN.IFlRR CTATI(RQ TI(1 fik PTI ATINi M(lil(:A(dlM1PniiM ikN FnIM- M,rvM11.R1'ITR- • • iDominy+Associates Architects @domuutudio t1P • Conference Report #I (close -out) Paojzm Newport Beach Pure rEETINC oAm 4/18/2006 PRP3?A11PD M station #6 Ernesto Quintanar (ext. 19) DAwpmpeR 4/18/2006 ernesto .quintanar @domusstudio.com PROJE NO, 0315 TDOSEPRESENT, Robert Gunther: RGunther @city newoort- beach.mus Eric Bauer: EBauer(7•Qtv.ne=ort-beach ca.us Gary Gundersen: GunderseQcitv:n� port- beach.ca.us Mike Kathy: +cat @smithcliff.com Kinan Kotrash Hatem Ibraim Those present Email: PENDING ITEDIS: ®' ITEMS DISCUSSED /OBSERVED, ®' I.o Pre - stucco Inspection at Hose Tower: 1.1 City inspector requested contractor to overlap metal lath at some' locations and HoroarLs add nailing at several locations. 12 Contractor requested contractor to install "Z" flashing at top of door head Hori.= 1.3 Contractor can proceed to install brown coat after completing the two items HoAO= listed above 2.0 Project Inspector went over items discussed at last meeting: 21 Installation of water heater is now completed - 2,2 Staining of cabinets and doors is completed. Locker doors and drawers are being stained at the shop 2-3 Recessed light fixtures are installed. Z4 Light fixtures not installed: H0riz" Wall sconce at toilet room lavatory counter Wall sconce at firefighters' lavatory counter Wall sconce at Hallway Hanging light fixture over kitchen counter zs AC unit is connected. Gary Gundersen will test unit Guy G • 2.6 Accessories for restrooms are not installed. Mirrors, hooks, soap dispensers, etc. are missing. Contractor will install accessories on Tuesday Horizons 2150 West Washington; Sufte 303, Son Diego, CcGfomio 92110 Tel 619.692.9393 F"619.692.9394 dcmmtudio.can IUV NN L.J K��YYtlSV�3 l�t[NML�,OtlLO,LLLJMTAr W4,f�V.uM�f M1'�•,L6L Dominy+Associetes Architects @domusstudio UP Conference Report (continued) 2.7 Door trims inside restrooms were corrected - ax Shower door. Contractor submitted alternate shower door model. Architect will n*M review and respond by tomorrow morning to expedite order of item Door lock at toilet room was installed Drywall is not completed at Hose tower Ho zms Cabinets are not installed at hose tower Contractor will move existing carpet to exterior of building to facilitate cleaning. Hosim s Carpet installer should complete removal of any glue and discard old carpet. Ceiling access panel was installed Skylight was re- installed per plans Stainless Steel counter is not installed. Firefighters will check installation date Mic 1l� Firefighter will instal kitchen appliances and complete penetrations: thm Pte: cabinets 3 Pre -punch list: (all items listed are actions items for the contractor, unless otherwise rioted) General items:. Daily clean -up is required. Contractor should keep work area clean at all times and,remove dust from all finished surfaces. i.e. cabinets, countertops, equipment, faucets, etc Patch and repair all chipped drywall corner edges before painting, i e. at kitchen soffits, around recessed lights, etc Paint is missing throughout. Contractor can start painting and not wait for carpet to be installed. All wan switches should be rocker type as specified per plans (l eviton Decors series or equal). Outlets should match the switches type. Color should be white. The installed beige standard toggle action wall switches, outlets and cover plates should be removed. Clean all door hardware from door stains throughout Door and wan signs are not installed Ready room: Fix dissimilar ceiling texture around light fixtures to match the rest of the ceiling Remove speaker mounting clip from wall Remove Alarm speaker and cable and patch hole in wan Electrical contractor agreed to re- install smoke detector alarm and conceal cable in ceiling Round hole in ceiling towards glass doors should be closed Repair drywall patch workaround light. switch plate at West wall Paint 2150 West Wmhington, Suite 303, San Diego, Cohlomla 92110 U1619.M.9393 Fax 619692.9394 domuWod'a.ca,n nVrVm%.. nwM' wnVwsadmuwa. rounawnuan ',n....u,m.,u��.ur.r�q�nw. be+a 0 • • • Domiay +Assodafes Architects Odomusstudio UP Conference Report (continued) Kitchen: Repair soffit at north wall so it is plumb and square to cabinets below. Keep' /," offset as provided at right (east) side of soffit Install panel at upper cabinet above the microwave hood flush with cabinet doors Install missing cabinet door at ready room side of counter top table /cabinet, as shown on plans. Hallway: Patch square hole in the middle of the soffit and re- install smoke alarm Paint attic access panel to match the ceiling color htstall missing wall light fixture Paint 2150 west Washinsim Suit 303, San Disco, Cutilomia 92110 T*1619.692.9393 F=619.692.9394 damusstdio wm Imo, Haarws/D+M IAIAeV!'n1 M�wVAUSM1OE 5iAtTlHtgfIFOYIIfY�TCWP .yn,v.Y�l1"��pM M1,�(b�1A64 M'lf. Single Occupancy toilet Window is not installed per details on.plans. Contractor to re- install. Verify specifications for paint gloss for window. Wood should be primed before installed and flashing at sill also installed. Shower width was measured: shower is 34 -3/4' at the south side and 35" wide next to the entryway. Shower mix valve at ADA shower was installed at 33" high and blocks the installation of the grab bar. Moving the mixing valve up will require to patch the terrazzo finish. Architect will re -draft the previously submitted letter to the Project inspector to request permission to omit the accessibility requirements for the shower in lieu of repairing the new deficiencies. Grab bars at WC and shower are not installed. Apparently backing plates are missing to support grab bars. Contractor will submit alternate mounting method to architect for review Lights and fan are not working Mirror over counter is missing Lavatory countertop is 34 -1/8" high at one end and 34 -1 /2' at another. Maximum height required for accessibility is 34" to the top of the lavatory rim. As installed, the countertop is not accessible and will not pass inspection Fire fighters' restroom: Repair plumbing at lavatories. Apparently, pipes are loose in wall and fixture makes (water hammer) loud noise. Urinal is not working Caulking is missing between door jamb and terrazzo. Same at both restrooms Prep and paint at existing window frame is missing Lights and fan do not work Repair inside corners at terrazzo shower. There are pit holes and corners have • not been sanded smooth 2150 west Washinsim Suit 303, San Disco, Cutilomia 92110 T*1619.692.9393 F=619.692.9394 damusstdio wm Imo, Haarws/D+M IAIAeV!'n1 M�wVAUSM1OE 5iAtTlHtgfIFOYIIfY�TCWP .yn,v.Y�l1"��pM M1,�(b�1A64 M'lf. Uominy+Associates Architects Odomusstudio IlP • Conference Report (continued) Mirrors are not installed DormiM Contractor to provide grommet to firefighters to install at each desk Task lights under wall cabinet are not installed Electrical contractor will remove miscellaneous cables from wall Drywall at East wall just below wall cabinet need patch/ repair at electrical conduits Remove wood block from bottom door pivot. Phase advise us in writing of any errors or misunderstandings of the conference as represented above. We will then revise and re-Issuo the corrected report. In the absence of receiving airy such comment within five working days after receiving this report, It will be assumed to be correct and we will proceed with the project as noted above. • • 2150 West Waohingem Suit* 303, Son Diego, Caiifanio 92110 Te1619. 6929393 F=619.692.9394 danuaNdioxom RULV{Yy�'rr�jitl9[WtSlAIIS! W it10ODGY[aCMMM1r M�41l�N�M •'�JLT��Oi�e 14,d! 0 Washington, Lillian From: Pollard, Jamie Sent: Tuesday, November 28, 2006 12:22 PM To: Washington, Lillian; Rooks, Shari Subject: RE: Notice of Completion The Council item is fine. The work is complete. the stop notice is released. thanks for the advisement. Jamie From: Washington, Lillian Sent: Tuesday, November 28, 2006 12:15 PM To: Rooks, Shari; Pollard, Jamie Subject: Notice of Completion Page 1 of 1 C� We will withhold funds from the contractor until The City Clerk's Office has a Stop Notice in Contract #C -3640 (Fire Station and Police Building Modification) it's on tonight's Agenda for Approval of Notice of Completion. Please advise. 11/28/2006 0 0 C -Mb PUBLIC WORKS STOP NOTICE LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS AND REQUEST FOR NOTICE OF FILING OF NOTICE OF ACCEPTANCE, COMPLETION OR CESSATION CIVIL CODE § 3185 To: City of Newport Beach Job: Police Building Modifications & Fire Station No. 6 Dept. of Public Works Gender Modifications & Hose Tower Demo ition11 PO Box 1768 1348 Irvine Ave. Date ��a Newport Beach, CA 92658 -8915 Newport Beach, CA 92660 -4605 Contract No. 3640 Copies Sent To: ❑ Mayor CC: Horizons CCI Services, Inc. (as Prime Contractor) ❑ Council Member Attn: Hatem Ibrahim ❑ Manager 2111 W. Crescent Ave., Suite G r 9 Anaheim, CA 92801 -3808 TAKE NOTICE THAT Spectrum Crane, Inc., whose address is 463 South "I "[3trert. Can — Bernardino, CA 92410 [Cyndie St. Jean/Phone: (909) 886 -6567] has performed labor and/tg furnished materials for a work of improvement described as follows: Police Building Modifications & Fire Station No. 6, Gender Modifications & Hose Tower Demolition, 1348 Irvine Ave., Newport Beach, CA 92660- 4605; Contract No. 3640. The labor and /or materials furnished by claimant are of the following general kind: crane services. The labor and /or materials were furnished to or for the following party: Horizons CCI Services, Inc., 2111 W. Crescent Ave., Suite G, Anaheim, CA 92801 -3808. The value of the whole amount of labor and materials agreed to be furnished is $562.50. The value of the labor and materials furnished to date is $562.50. Claimant has been paid the sum of $375.00 and there is now due, owing and unpaid the sum of $250.54 together with interest at the rate of ten percent (18 %) per annum from May 4, 2006. You are required to set aside sufficient funds to satisfy this claim with interest. You are also notified that claimant claims an equitable lien against construction funds for this project which are in your hands. You are also required to give Notice of Acceptance, Completion or Cessation to the undersigned as required by Civil Code § 3185. Attached hereto is the $2.00 fee as required by Civil Code § 3 J g5. 0 E3 a Date: September 8, 2006 — H .T n7 Company Name: Spectrum Crane, Inc. �cr N rn �a � m By. N 0 Christina Boyd for PROLIEN Services, as Authorized Agent for Spectrum Crane, Inc. 2229S VERIFICATION I, the undersigned, say: I am the agent of the claimant of the foregoing Stop Notice; I have read said Stop Notice and know of the contents thereof, the same is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 8, 2006 at San Diego, California. By: For PROLIEN Services, as Authorized A ent for Claimant General Account 1550 Hotel Circle North, Suite 100 San Diego, CA 92108 -2907 W4MV4 / 1212 September 8, 2006 619!297.6942 PAYTOTHE CITY OF NEWPORT BEACR,.DEPT. OF PUBLIC WORKS $2.00 ORDER OF * * * * * * * * * * * * * * ** *two dollars and no/ 100e*+ 1p*# a, t***, tr * * * * * * * * * *t� * *,t *a * * *► *** * * ** DOLLAR$ Spectrum2229s ..__..'1' i0 5 311' ill. L 2 2 2 389 38R 2 2 500 2 28118 0 o�a�W�R a CITY OF NEOORT BEACH ADMINISTRATIVE SERVICES 6 Z' 3300 NEWPORT BLVD.. P.O. BOX 1768, NEWPORT BEACH, CA 92658.8915 RECEIVED BY: PERRY2 TODAY'S DATE: 09/12/06 MISC MISCELLANEOUS RECEIPTS 0 CASH RECEIPT RECEIPT NUMBER: 02000116558 PAYOR: PROLIEN SERVICES, L REGISTER DATE: 09/13/06 TIME: 15:26:49 $2.00 --------------- - TOTAL DUE: $2.00 CASH PAID CHECK PAID CHE CK,NP $.00 $2.00 1053 TENDERED $2.00 CHANGE $.00 ORIGINAL • • THE PREMIUMS PREDICATED ON 1\.lV THE FINAL CO CT PRICE AN IS SUBJECT T ADJUSTMENT ISSUED IN FOUR ORIGINAL COUNTERPARTS COUNTERPART NO.J- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 BOND NO. 2169621 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ . 7 083. DO being at the rate of $ R T thousand of the Contract pace. WHEREAS, the City Council of the City of Newport Beach, State of Califomia, y motion adopted, awarded to HORIZONS CC[, INC., hereinafter designated as the 'Principal", a contract for construction of FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS, Contract o. 3640 in the City of Newport Beach, in strict conformity with the plans, drawings, specificat ons, and other Contract Documents maintained in the Public Works Department of the City oi Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3640 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract NOW, THEREFORE, we, the Principal, and INSURANCE COMPANY OF THE WEST duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Five Thousand, Five Hundred and 00110 Dollars ($405,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, exec ors and administrators, successors,. or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the rincipal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and tufy keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 29 As a part of the obligation secured hereby, and in addition to the face amount this Performance Bond, there shall be included costs and reasonable expenses including reasonable attorneys fees, incurred by the City, only in the event the City is bring an action in law or equity against Surety to enforce the obligations of this Bond. ied in fees, ed to Surety, for value received, stipulates and agrees that no change, extensio of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on his 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 Prin ipal in full force and effect for one (1) year following the date of formal acceptance of the Project bA the City. In the event that the Principal executed this bond as an individual, it is agreep that the. death of any such Principal shall not exonerate the Surety from its obligations under this Pond. IN WITNESS WHEREOF, this instrument has been duly executed by the Pri�cipal and Surety above named, on the 23RD day of SEPTEMBER , 2005. HORIZONS CC[, INC. (Principal) INSURANCE COMPANY OF THE WEST Name of Surety 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 Address of Surety 619 - 261 -7330 Telephone JULIA B. LEONARD, ATTORNEY —IN —FA Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE F:IUSERSTBWkSharedlContractsTY 05- 06\FIRE STATION 6 GENDER MODS and HOSE TOWER DEMO C- 3640%COI�TRACT C- 3640.doc I 29 CALIFORNIA ALL- PURPIE ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On SEP 2 3 20M before me, S.L. KYSETH, NOTARY PUBLIC Name and -nue of officer (e.g., "Jane Doe, Notary Public") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ 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 S.L. KYSETH behalf of which the person(s) acted, executed the instrument. COMM. #1528013 NOTARY RIVERSIDE PU PUBLIC- CALIFORNIA WIT NESS m and offii seal. NIX Comm. MireS Nov. 19, 2008 Signa r of Notary Public ___. ------- _.___ OPTIONAL--------- __—_._.._.__._ Though the Information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 General ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: General 0 0 I AL i I 1 i INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Camino Real San Diego, Ca 92130-2045 BOND # 2169621 TERRORISM COVERAGE DISCLOSURE The Terrorism Risk Insurance Act of 2002 (the "Act ") establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 901/6 of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. No. 0002916 ISSUED IN FOUR ORIGINAL COUNTS .. JiT5 ICW GROUP iWj NO: 2169621 Power of Attomey Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies "), do hereby appoint KENNETH A. COATE, MARK N. CLADDING AND JULIA B. LEONARD their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. �OarAa) F rSE INSURANCE COMPANY OF THE WEST G THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY � John H. Craig, Assistant Secretary John L. Hannum, Executive Vice President State of California } ss. County of San Diego On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. CO AiI3213 MM. 41 N NOTARY PUBUC-CAyUFORNIA V r ryryStyAN ONE isswttOOe N`fY SEPTEMBER20.M ` Witness my hand and official seal. r' . 00� Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: 'RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shell have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE f the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify, that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and ere now in full force. IN WITNESS WHEREOF, I have set my hand this 23RD dory,£ SEPTEMBER 2005 Y4� John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may all 1-8007 -877 -1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (8581350 -2400. ORIGINAL ISSUED IN FOUR ORIGINAL COUNTERPARTS COUNTERPART NO.L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3640 BOND NO. 2169621 PREMIUM: IN L D PREMIUM CHARGED FOR THE PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, adopted, has awarded to HORIZONS CCI, INC., hereinafter designated as the "Pr contract for construction of FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS, Contract in the City of Newport Beach, in strict conformity with the plans, drawings, specifications Contract Documents in the office of the Public Works Department of the City of Newpc all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3641 terms thereof require the furnishing of a bond, providing that if Principal or any of F subcontractors, shall fail to pay for any materials, provisions, or other supplies used for, or about the performance of the work agreed to be done, or for any work or la thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter motion Dal., a ).3640 d other Beach, and the upon, done forth: NOW, THEREFORE, We the undersigned Principal, and, INSURANCE COMPANY OF THE WEST duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Su -ey) are held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Five Thousand, Five Hundred and 001100 Dollars ($405,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newpc rt Beach under the terms of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the subcontractors, fail to pay for any materials, provisions, or other supplies, impl machinery used in, upon, for, or about the performance of the work contracted to be d any other work or labor thereon of any kind, or for amounts due under the Unei Insurance Code with respect to such work or labor, or for any amounts required to be withheld and paid over to the Employment Development Department from the employees of the Principal and subcontractors pursuant to Section 13020 of the Liner Insurance Code with respect to such work and labor, then the Surety will pay for the s amount not exceeding the sum specified in this Bond, and also, in case suit is brought the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as r the provisions of Section 3250 of the Civil Code of the State of California. W its or or for ucted, es of ie, in an enforce wired by 9 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a rigt{t of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance ante with the provisions of Sections 3247 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 or the specifications accompanying the same 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 bligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the abo�e named Principal and Surety, on the 23RD day of SEPTEMBER 2005. V, HORIZONS CC[, INC. (Principal) INSURANCE COMPANY OF THE WEST�/�, Name of Surety Au prized Agent Signature 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 Address of Surety 619 - 261 -7330 Telephone JULIA B. LEONARD, Print Name NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATT, 27 CALIFORNIA ALL -PURP4W ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On SEP = 320— before me, S.L. KYSETH NOTARY PUBLIC Name and Title of Officer (e.g., "Jane Doe, Notary Public') personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR. ❑ proved to S.L. KYSETH COMM. #1528013 NOTARY PUBLIC- CALIFORNIA RIVERSIDE COUNTY rIGM9 Comm. Ex Tres Nov. 19 2008 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. seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Tide or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: General 0 ICW GROUP INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Camino Real San Diego, Ca 92130 -2045 ]BOND # 2169621 TERRORISM COVERAGE DISCLOSURE The Terrorism Risk Insurance Act of 2002 (the "Act ") establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. No. 0002916 ISSUE DIN FOUR ORIGINAL COUNTER001 ICWGROUP BON : 2169621 Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint KENNETH A. COATI, MARK N. CLADDING AND JULIA B. LEONARD their tine and lawful Atmmey(s) -in -Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof; the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. fcaaruir F LNS Uq v /"o INSURANCE COMPANY OF THE WEST u . 0Q`iaroa aionraasrEO i o ico +r+ 0�� THE EXPLORER INSURANCE COMPANY - > SEAL INDEPENDENCE CASUALTY AND SURETY +y o (u( a COMPANY +EA yac V a John H. Craig, Assistant Secretary State of California } County of San Diego ss. 00910�� John L Hannum, Executive Vice President On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrmment, the entity upon behalf of which the persons acted, executed the insnurnent. Witness my hand and official seal. May Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: 'RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s) -in -Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures, and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying.,, CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independerwe Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 23RD dayof SEPTEMBER , 2005 John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800 -877 -1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 350 -2400. Best's Rating Center - Company Information for Insurance Company of the West Page 1 of 1 • Rating: Center I (, ft' YY II Yew ROYnga: FJ�es1�J,jtUpg4b 16cYOLCmdlt S.aGlldliy �avfad_$o!ro Press Releases Related Products 0 Insurance Company of the West 0mena,alc7ab l ..a ,pis ad ...Ie.: 11.1 Fri..: 'seed" Address: P-D- Bo. 95593 Phone: 856350 -2409 San Diego. CA 921965563 Fax: ass- 350.2919 Web: vnmr.ic mdu,o.td,q Best's Ratings Financial Strength Ratings View Definitions Rating: A- (Excel l ant ) A9illa9on Code: p (Pooled) Financial Size Camgory: Ix ($250 million to 5500 million) O.Oaak: Stable Action; Affirmed Effective Date: June 29.200S * Denotes Under Review Best's Ratings Reports and Naws Veil am N.Room for the latest rpvm ono areas minesea Ion Nis company and is A.hl. Hest Group aaerw.eccur,.,r am, I- o'°hp�cmr'a�u..:roesi, samx S _ Bee,{ s Company -Report - includes Best's Financial Strength Rating and rehandle along vdN comprehensive analytical commentary. delal4 key financial data. Report Revision Date: O7/0712005 (represents the latest significant change). V­ Historical Reports am available in Beat's Company added Arch . Basta Executive Summary Reports (Financial Ovomim)- available In throe versions. these pmsonmaan style reports feature balance i key financial performance lasts InUUtling pregtabiilry, Hostility and memo analysis. I Data status: 2005 Best's statement File - Pic. US. Contains dais compiled as of ar m00s (Quality Cross Checked). a Slnnlo COmpony -five years of financial dam specifically an this company. a Comparison - side -sidofinancial analysis of this company.vith a poor group of up to five other companies you wiles. r Composite - evaluate tats companys financials against a peargroup composite. Report dsplays both We average and total composite group. Note: Adobe Reader is mqulred to W. the means listed above. This sofh am Is available free train app 3 �ctom,_Inc. An Excel export a the report bad boon opened using Adobe Reader - L.� Be@t5�(oy— Rating Guide Presentation Resort - included Bast's Financial antigen Rating and financial data as advised in Best's Key Ra Dam Status: 2003 Financial Data (Quality Cross Checked). C Financial and Analytical Products Best's Proo (CgsTiJty_CoHlep,Pieemium Data A Raoorts Bpsfs Key Raiino GUitlo -P /C. USA n a aittiQ stateMggLE9I _PJCys Pears _SIPIUIgeni File -MONM Bests Insurance Rebates - PIG US 9CaSagm Bell§ Stale Line (Slp6datp_L1es) -- PJ_US 13.esit Msumnco Exoan:.o Exhibit nEE1 -P /C US Bmirs Slam11me,(Composed Lineal- PLC US CustOMOLSeryicy,l Plbdtwis9pop-4 I MeatIPUGpatet I QQntRCt Info I Caiasus About A.M. Best 1 Site Map I Privacy Poli0y I Security I Terms of Use I Legal & Licensing Copyright 02995 A.M. 9es1 Company. Inc. All rights reserved. A.M. B= WMdvride MaiNkiiaseM. Ambast Raid, O hrim, New Jiesey. Ola58, USA. http: / /www3.ambest.com /ratings /FuI I Profi le. asp ?BI= O&AMBNum= 4667&AItSrc... 10/05/2005 0 CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 a.m. on the 14th day of September, 2005, at which time such bids shall be opened and read for FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION and POLICE DEPARTMENT BUILDING MODIFICATIONS Title of Project 3640 Contract Number $355,000 Engineer's Estimate �phen G. Badum is Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE hffp://www.city.newport- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $50 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification required for this project. `B" For general information, call Lloyd Dalton, Project Manager at (949) 644 -3328 For technical information on the PD Building Modifications, call Paul Ruffing. Architect at (949) 660 -8062 For technical information on FD #6 Gender Modifications, call Ernesto Quintanar. Architect at (619) 692 -9393 For technical information on FD #6 Hose Tower Demolition, call Lyle Hutson, Architect at (949) 675 -9195 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS... ..................................................................... SPFD & SPPD -1 F 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS 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) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 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 0 0 securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 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 relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: http:/ /www.goo.gov /davisbacon /ca.html 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. 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. The signature below represents that the above has been reviewed. 8250-29- A 19 8 Contractor's License No. & Classification f�a�'rzoY7 SaC, YSeYYIcep, Ur q/ 13 /2 606 Date 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 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 t�e City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF BID ANDUNT - - -- - - - - - -- ---------------------- Dollars ($10% OF BID AMOUNT- ), to be paid and forfeited Io the City of Newport Beach if the bid proposal of the undersigned Principal for the constructi n of FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AN[ I POLICE DEPARTMENT BUILDING MODIFICATIONS, Contract No. 3640 in the City of Newport o 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 Documepts in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the constructlon of the project within thirty (30) calendar days after t11e 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 i dividual, it is agreed that the death of any such Principal shall not exonerate the Surat from its obligations under this Bond. Witness our hands this 14TH day of HORIZONS CCI SERVICES, INC. Name of Contractor (Principal) INSURANCE CD19PANY OF THE WEST Name of Surety 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 Address of Surety 619 -261 -7330 Telephone SEPTEMBER 2nng_ JULIA B. LEONARD, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL -PURP* ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On SEP 14 2005 before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Officer (e.g., "Jane Doe, Notary Public ") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signers) ® personally known to me -OR- ❑ 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 S.L. KYSETH his /her /their authorized capacity(ies), and that by his /herttheir COMM. #1528013 signature(s) on the instrument the person(s), or the entity upon NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY behalf of which the person(s) acted, executed the instrument. OMX Comm. bom Nov. 19, 2088 Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 General Number of Pages: Signer's Name ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: General • • No. 0002916 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That hnsurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint KENNETH A. COATE, MARK N. GLADDING AND JULIA B. LEONARD their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. JcaYra ro : f e�� n otrA�y� \so INSURANCE COMPANY OF THE WEST cos x�t o > THE EXPLORER INSURANCE COMPANY F M K INDEPENDENCE CASUALTY AND SURETY vtav,.nfi S�C COMPANY John H. Craig, Assistant Secretary John L. Harenum, Executive Vice President State of California } ss. County of San Diego On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be the persons whose names we subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. M,��ppY COBB COMM. #1321341 {� 1WTARykikIC -CALI�RAMA V r SAND*rO tQ Nly SEPTEMBER 20.2005 Witness my hand and official seal. v (t Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(&) -in -Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signal= and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if normally affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, Ihave set my hand this 1aTH day of SEPTEMBER 2005 v `� John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1- 800 - 877.1111 and ask for the Surety Division. Please refer to the Power of Atromey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 350 -2400. Best's Rating Center - Company Information for Insurance Company of the West Page 1 of 1 Center I'..:Search Best'. Ratings I I Related Products N VIM Runless: Rnenced Streemb bst,er.Credlr Securllos Advanced Senren Insurance Company of the West I. memSV,a 1CL'Orauo) AAtJlrrcu4m ru¢4:nux FaK +; ssamax Address. P.O. Be. 85583 Phone: 858-350.2400 San Diego. CA 92100 -5563 Fax: 858 -35o -2618 Web: www.icwgreup.cpm Best's Ratings Financial Strength Rating, View Definitions Rating: A- (Excellent) ARlladon Coda: p (Posted) Finandat Size Category: Ix (5250 Kroh le 5500 m0ine) Ougaak Stable Action: Affirmed Effective Date: June 29, 2005 * Denotes Under Review Best's Ratings Reports and News Vue, our NewSRoore for the latest ge_•s oq# puess releases for this company and Its A.M. Seat Group. cave Wabca ue,a:r oNim v.m.Nhum. 4w:. aavNaO M50fwiap mwrcpgoe, Bears Company R9pon - includes Oesrs Financial Strength Rating and rationale along vriN wmpmhensive analytical commenmry. dotag. key financial date. - Report Revision Date: 0710712005 (represents the latest significant change). Histdncal Reports are avaiable in Best's Company ftepon Archive. Bed's Executive Summary Reports (Financial Overview) - available in three versions. these presanla6on style means feature balance 1 key Financial performance tests including profitability. liquidity and reserve analysis. - card States: 2006 Best's Statement File - PAC. US. Contains data compiled as of 81302005 (Quality Cross Checked). e Single Company - five years of financial data specifically on this company. e o ds"- side -by -shle Mancial analysis at this company with a peer group of up to five other companies you select. e Composite - evaluate this companes financials against a peer Seven composite. Report displays born the average and total composite group. Note: Adele Reader is inquired 1. view the ropers fisted above. This sef ware is available free from Ag0pe3Y8l8gliln_G. An Excel export o Me report has been opened using Adobe Reader. Best's Key Roting Guide Presoptatioa.Repod - Includes Seats Financial Strongue Rating and financial data as provided in Beefs Key Ra 1, Data Scotus: 2003 Financial Dal. (Quality Cross Checked). Financial and Analytical Products Bases Pmoenvlcasually Center - Pm_D iRAR ga" esl's Keyjtgbgg Guide -P /C US.&Canada Bears.$.a ;emonl Fl I Q -2&—Vs 13@sl'&s�lL'emani Fie - G10bPJ Best's insurance Reports - P(C. US & Canada Berlk Slain Line (Slium and Lineal - PIC US Rest's Insurance Eaoelyse a Wb ulEE) - PfC,, US Best's Slate: Wa coned. Cuctgmer Stn g I �rodixt Support I M ^mtlefCeprer I C.oOtacl.IOfo, I Ca_?o1S About A.M. Sent I Site Map I Privacy Policy I Security I Terms of Una I Legal 8 Licensing Copyright02005AM.B .Ca any,Inc Mdghsserved. AM. Beal Worldwide Headquentle. Ambeat Read. Obwic, NM Jcmey. (15858, D.SA http: / /www3.ambest.com /ratings /Ful IProfi le. asp ?BI =O&AM BNum= 4667&AItSrc... 09/15/2005 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of. the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: MV(A's co',ipp?,M Li Address: � Cc u• 643k4 f�,r.is." ytiSS Ty C Phone: 6?f, -7s State License Number" 76 L N 1 1 Name: O/J � CA;-� -p Address: E; P Phone: Ul� �js% �,f State License Num r: p , q 11 Name:v { f. Address: P.f) -K,c,c tl- , C�&J Phone: ZfS - G Cf j- F State License Number: -L /d &rlf ens ea _Seryl ((a Bidder orized Sign ure itle • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: ccm Lax. C S�Yau' c Address: f 4 J 7 / lv I)✓Jv'l( �L�i �' �t /Lv Phone: /N4L 4.—C; State License Number: Name: On a p 1 W.i 4ww Address: f L75 I V; 'C( ✓?hY ✓ t/c OrZ�39c_ Phone: State License Number: Name: Address: Phone: State License Number: �oY���JS CcY °per ✓o � �.1ne Bidder �6 `orized SignafurefTitleb, 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type Bidders Name A f( npE PIP I Serry' c&S_ in C 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 $15,000, provide the following information: No. 1 Project Name /Number Project Description Approximate Construction Dates: From ZNaAe 2ootf To: �r�illw5l �C9ou Agency Name Contact Person t CJu l a.9 i A VJ 91 Telephone (9yf) C Original Contract Amount $103,100 Final Contract Amount $ pop - Co 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. 0 0 No. 2 Project Name /Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone OM aq7- 7653 Original Contract Amount $��Final Contract Amount $ �2 (S'fQ - O o If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Project Description Tublic Approximate Construction Dates: From 12c c J To: Y-c k �900� Agency Name Contact Person �� P. �� YIEYI Telephone (%Z Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. t► • No. 4 Project Name /Number �n i �U y %e�� $ k ! g P1 Cl i C Project Description hark &n c s6I fie k- Approximate Construction Dates: From. Jkk 2ooy To: Agency Name �oecmN 4 Sdh aer)wl y) R Contact Person � &I P �-&MM;nJL Telephone (qog 5o I�22 / Original Contract Amount $1 "- ODFinal Contract Amount $ �Ji C7 / y If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Project Description Kitchell P �atjoyi Approximate Construction Dates: From Jm N¢ 2dol{_To: 0J. `boo U Agency Name Contact Person Telephone #y) qt-�j — ga:j Original Contract Amount $Final Contract Amount $ '�� , %O q • d �7 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. M No. 6 Project Name /Number Project Description 0 0 Approximate Construction Dates: From `�oo G To: -�9oo Agency Name Contact Person Pi nP edet'Y1erl- Telephone (562) qq% -755 Original Contract Amount $ Final Contract Amount $ `� %J If final amount is different from original, please explain (change orders, extra work, etc.) �d 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. r 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 ontractor's current financial conditions. Aor -,';�y h ,� ec 1 er i/i red -Tyre. c Illt -� A(/ A�;'f Bidder /A 6t on ec Signatuy it e 10 L.. License Detail Page 1 of 2 0 0 California Home 7 1 � License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 825022 DISCLAIMER A license status check provides information taken from the CSLB license data base. BeforE on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 09115/2005 * * * Business Information * * * HORIZONS C C I SERVICES INC 2111 W CRESCENT AVENUE SUITE G ANAHEIM, CA 92801 Business Phone Number: (714) 563 -1600 Entity: Corporation Issue Date: 09/25/2003 Expire Date: 09/30/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description FA GENERAL ENGINEERING CONTRACTOR © GENERAL BUILDING CONTRACTOR C -4 BOILER, HOT WATER HEATING AND STEAM FITTING C20 WARM -AIR HEATING, VENTILATING AND AIR - CONDITIONING http: / /www2.csib.ca.gov /CSLB_LIBRARY /License +Detail.asp 09/15/2005 License Detail Page 2 of 2 * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 25310587 in the ar $10,000 with the bonding company WESTERN SURETY COMPANY. Effective Date: 01101/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying Individual i 25310588 for RICHARD DEAN WILLIAMS in the amount of $7,500 with the bonding con WESTERN SURETY COMPANY. Effective Date: 09/15/2003 BOND OF QUALIFYING INDIVIDUAL(2): The Responsible Managing Officer (RMO) KIP KOTRASH certified that he /she owns 10 percent or more of the voting stock/equity of corporation. A bond of qualifying individual is not required. Effective Date: 09/25/2003 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 1749495 Effective Date: 08/29/2003 Expire Date: 08/29/2006 Personnel listed on this license (current or disassociated) are listed on other lice) Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request © 2005 State of California. Conditions of Use Privacy Polity http: / /www2.cslb.ca.gov /CSLB_LIBRAR`Y/License +Detail.asp 09/15/2005 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of OgALi eye) being firs duly sworn, deposes d says that he or she is of % the party making the foregoing bid; that the bid is not made in the interest o , 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`. , Bidder $G4017-eAignatureftitle Subscribed and swo o before his day of G� 2005. [SEAL] Notary Pub My Commission Expires: / r— -LO<D 11 VICTOR ALDANA CBmm.N134B NOTARY PUB418B IIDAIIIOAMIA N county of OF MY Comm. Emi,m Al 11,2M • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 DESIGNATION OF SURETIES Bidders name ec 7 'Sergi rP's. SYl P . 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): T1 0151-788 -8591 rf-a 951-7 3 -859/ e l 02rib- Vj Stbel Peter h an 14lidf, 6.X 92ogc T! Xrq - 261 - 7330 12 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name R0f1 Zon S er l gEr✓i reS, err 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. 13 Current Record Record Record Record Record Year of for for for for for Record 2004 2003 2002 2001 2000 Total 2005 No. of contracts 6- 5 , Total dollar Amount of Contracts (in 1194k bybo)� 252K Thousands of $ No. of fatalities b No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 0 0 Legal Business Name of Bidder 0 .Zan.S Business Address: 2.t> r rn r C/9 y263n! Business Tel. No.: o State Contractor's License No. and Classification: 0256 22 A A 8 Title ofoo�at' -oM . The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. 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 of fewer than all of the partners /joint ventures if submitted 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 notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. VICTOR ALDANA SUBSCRMF.D SWORN To Before Me ff Comm.A1349189 `G r/�u NOTARY PUBLIC -CALIFORNIA pr County Oinge MY Comm. &pirmea ApHri1 1 1, 2...06 � Notary. bbc 14 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOL[TION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 ACKNOWLEDGEMENT OF ADDENDA Bidders name 14DY, -,zo a S Cc I Serl(icrZ loc- The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 15 Fire Station No. 6 Gender fications & Hose Tower Demolition olice Department Building Modifications - Contract No40, Addendum No. 1 Page 2 OF 2 I have carefully examined this Addendum No. 1 and have included full payment therefor in my Proposal. Bidder's Name ArIA0,25 OCT 2ert4 ces Jac Firm's Name 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DE141OLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 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: l oYi;ronS ec-T -JPii&ex TY1C Business Address:.!2m lei• UrSce6 f .9 ft %ngbPiY/Iefi 9280 Telephone and Fax Number: -114 - 60'3- I boo F,-Ix California State Contractor's License No. and Class: 825o22 (REQUIRED AT TIME OF AWARD) Original Date Issued: - 25 -03 Expiration Date: 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: I ,-ak /(/liar 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 }is&rn ZbrrA� m I eSidelht `114 -Y 1-1 - Y 2; Corporation organized under the laws of the State of Cat doY✓Ii d. 16 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 1.6% w 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; 0 Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for laboompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes � Are any claims or actions unresolved or outstanding? Yes / Io 17 0 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. t�kw r'j ko kirmS�- (Print name of Owner or President of Coyporatiompany) , i Title ' q� Date Subscribed and sworn to before me t is day of �� G'� '200 5. [SEAL] vier" - ALOANA NOTpPT 1{RIICIi'A1.0@�MMIA Clary b MY Comm. lkAtrH Agi4 1,3468 W. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO.6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 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. 19 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 CONTRACT THIS AGREEMENT, entered into this _ day of 2005, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and HORIZONS CCI, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS Contract No. 3640 WHEREAS, 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, City and Contractor agree as follows: A. 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, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3640, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). 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. B. 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. 20 0 0 C. COMPENSATION 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 Four Hundred Five Thousand, Five Hundred and 001100 Dollars ($405,500.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (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, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS 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. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 6443328 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR Horizons CCI, Inc. 2111 W. Crescent Avenue Suite G Anaheim, CA 92801 Phone: 714 -563 -1600 Fax: 714 -563 -1530 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 0 • insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1f73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self - insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 23 0 0 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 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 the Contractor. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. 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. 5. Nothing in this article, nor 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 in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. :zI P 0 K. 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. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY OF NEWPORT BEACH A Municipal Corporation 1r, , APPR ED AS TO FORM: HORIZONS CC[, INC. F p f CI TY ATTORNEY (Corporate Officer) Title: /i I n Print Name: Ar6-H A— 149Aq)M 0 r/ �I Print Name: Ici �l 25 ACORD CERTIFICAT OF LIABILITY INSURA E DATE(MMfIDIYYYY) 09/23/2005 PRODUCE (818)788 -5200 FAX 788 -6141 THIS CERTIFICATE UED AS A MATTER OF INFORMATION United Agencies, Inc. /Premier Class License 0252636 ONLY AND CONFERSWO RIGHTSUPONTHECERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 5435 Balboa Blvd. #102 TYPE OF INSURANCE POLICY NUMBER Encino, CA 91316 INSURERS AFFORDING COVERAGE. NAIC # INSURED Horizons CCI Services, Inc. INSURERk Landmark American Insurance Co. GENERAL LIABILITY 2111 W. Crescent Avenue INSURER B: 02/18/2006 Suite G INSURER C: PREMISES Ee accursnw Anaheim, CA 92801 INSURER D: X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 7X OCCUR INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRE TYPE OF INSURANCE POLICY NUMBER DATE MMID DATE MMmDIYY LIMITS GENERAL LIABILITY LHA1276S7 02/18/2005 02/18/2006 EACH OCCURRENCE S 1,000,00 PREMISES Ee accursnw $ 100,00 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 7X OCCUR - MED EXP(Any one Person) $ 5,0() PERSONAL S ADV INJURY S 1,000,000 A X X Ded:$5,000 /Claim GENERAL AGGREGATE S 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOPAGG IS 2,000,000 J( POLICYF-j JECT LOC - AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) S ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per ecdderd) $ - PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR EI CLAIMS MADE AGGREGATE - S S DEDUCTIBLE $ RETENTION $ $ - WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE I TORY LIMITS I I ER EL EACH ACCIDENT $ E.L. DISEASE - -EA EMPLOYE S OFFICER/MEMBER EXCLUDED? N yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS E: Contract #: 3640; Fire Station N. 6 Gender Modifications & Hose Tower Demolition and Police Department Building Modifications The City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor, including the insured's general supervision of Contractor; products and completed operations of CERTIFICATE HOLDER CANCELLATION ACORD 26 (2001/08) / / OACORD CORPORATION 1988 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach Public Works Department Attn: Lloyd Dalton EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL K MAIL 0 DAYS WRITTEN NOTICE TO THE C FICATE HOLDER NAMED TO THE LEFT, K90MXWXWA*4lJk9PXKX KDMXKXXK.%)rAX9gBlM)(XXX 3300 Newport Boulevard KX%%XW8d=I%XXXXXXXXX AUTHORIZED REP Newport Beach, CA 92663 ACORD 26 (2001/08) / / OACORD CORPORATION 1988 AWL City of Newport Beach Certificate issued to City of Newport Beach 09/23/2005 United Agencies, Inc. /Premier Class Contractor; premises owned, occupied or used by Contractor. Insurance provided is primary and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, offcials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. *10 Day Notice of Cancellation for Non - Payment of Premium. f • • • IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED BLANKET - PRIMARY This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIAILITY COVERAGE FORM SCHEDULE Name of Person or Organization: * * Any person or organization to whom or to which you are obligated by virtue of a written contract or by the Issuance or existence of a permik to provide insurance such as Is affordel by this policy. — __..... (If no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement) SECTION If - WHO IS AN INSURED is amended to Include as an insured the person or organization shown in the SCHEDULE, but only with respect to liability arising out of `your work" for that Insured by or for you. If you are required by a written contract to provide primary Insurance, this policy shall be primary as respects your negligence and SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance does not apply, but only with respect to coverage provided by this policy. ** The City of Newport Beach, its officers, agents, officials, employees and volunteers are to be covered as additional insureds. This endorsement effective 9/23/05 forms part of Policy Number LHA127657 leauetO .HORIZONS CCI SERVICES, INC. byLandmark American Ins. Co. EndomementNo.: 006 RSG 15001 0903 Includes copyrighted material of Insurarice Services Office, Inc. 1984 (CG 2010 11 Sul with its permission AODRD CERTIFICATE OF LIABILITY INSURANCE Y) MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 09/2 09 /2 6/05 /05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MAHERINSURANCE 1280 E. LINCOLN AVE STE 200 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ANAHEIM, CA 92805 LIMITS PH (714) 774 -4606 FAX (714) 774$103 INSURERS AFFORDING COVERAGE INSURED INSURER A: FARMERS INSURANCE EXCHANGE HATEM A. IBRAHIM INSURER B: HORIZONS CCI SERVICES, INC. 2111 W. CRESCENT AVE STE G ANAHEI , CA 92801 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE MUM NUMBER POLICY EFFECTIVE DATE IMMIDO17ffl POMY EXPIRATION DATE MM� LIMITS A71 D„E,,,,, GENERAL UABU IT EACH OCCURRENCE $ FIRE DAMAGE (My on Are) $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR NED EXP(Amy one Person) $ PERSONAL d ADV INJURY $ GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPUES PER: PRODUCTS- COMR(OP AGG $ POLICY PRO- LOC JECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (E BIIN $ 1,000,000 A %C ALLOWNEDAUTOS SCHEDULED AUTOS 094348635 08/19/05 08/19/06 'PaD�rg INJURY $ X K BODILY INJURY leer accltleM) $ HIRED AUTOS NON -OWNED AUTOS K PROPERTY DAMAGE (Per=Idarrt) S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EA ACC $ ANY AUTO $ AUTOONLY: AGG EXCESS LAIBRJTY EACH OCCURRENCE $ AGGREGATE $ OCCUR FI CLAIMS MADE $ DEDUCTIBLE S RETENTION S WORKERS COMPENSATION AND WC STATU- EMPLOYERS' LIABILITY I E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOY S I E.L.DISEME- POLICYLIMIT $ 1 OTHER A AUTO LIABILITY 094348635 08/19/05 08/19/06 DEDUCTIBLE: NONE DESCRIPTION OFOPERATHNI S7.00ATIONSNEHICLES)IMLUSIONS ADDED BY MWRSEMEMAMaAL PROVISIONS THE CITY OF NEWPORT BEACH Is Named Additional Insured -Per attached endorsement PROJECT: Contract No. 3640 Fire Station No.6 Gender Modifications & Hose Tower Demolition and Police Department Building Modifications. CERTIFICATE HOLDER IKAODITONALweURED : wwREi LErTEIU a CANCELLATION CITY OF NEWPORT BEACH SHOULD AM OFWEABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION 30 DATE THEREOF, THE ISSUING INSURER VALL MMKVWM MAIL DAYS RRKTTEN ATTN: PUBLIC WORKS DEPARTMENT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, p(YgNgG%B Bq YggOES 3300 NEWPORT BLVD NEWPORT BEACH, CA 92658 -8915 A71 D„E,,,,, ACORD 25-S (7197) O ACORD CORPORATION 1988 POLICY NUMBER: 094348635 COMMERCIAL AUTO EFFECTIVE DATE: 08/19/2005 — 08/1912006 LIABILITY CG 20 10 1185 NAMED INSURED: HATEM A. IBRAHIM DBA: HORIZONS CCI SERVICES, INC. Additional Insured- Owners, Lessees or Contractors (Form B) This endorsement modifies insurance provided under the following COMMERCIAL AUTO LIABILITY COVERAGE PART. Schedule Name of Person or Organization: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BEACH, CA. 92663 (If no entry appears above information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of " your work" for that insured by or for you. PRIMARY CLAUSE ENDORSEMENT: It is further agreed that the Insurance provided by this endorsement is Primary. Other insurance afforded to the additional insured shall be excess and does not contribute with the insurance provided by this endorsement. Countersigned September 26, 2005 09/30/2005 03:38 POLICYHOLDER COPY STATE C0htP9ffSATwN P_O, BOX 420807, SAN FRANCISCO.CA 94142 -0807 fNSURANCE FUND CERTIFICATE Of WORBMRS COWSMATION WSi.IRANCE ISSUE DATE: 09 -90 -ZM - GROUP: POLICY NJIJ9Efi: 1749"6 -2008 . CERTFCAT'E 10: 32 CERNTRCATE EVMS:08 -29 -2006 08-119-2005/09 -29 -2006 CITY OF NEWPORT BEACH PUBLIC WORK; DEPT. 330 NEWPORT BLVD. NEWPORT BEACH CA 92663 SP JOB-FIRE STATION 06 GENDER MODIFICATIONS 8 HOSE TOWER DEMOLITION 8 POLICE DEPT. BUILDING MODIFICATIONS CONT #3640 This is m certify that we have "md a valid' WorkeW Compemation insurance Policy Nn a farm approved by the California Inevance Cortrcnisaioner to the arnp"of Mtrmd below for the policy period hdicated This pORCy is not subject to canaN101on by the Fwd except LW30 days rtMvice written notice to the areployer. We will 2150 OW you 30 days Amite notice should this policy be eaneeAed prier to its nomW oxpiratiorn The cartlflaft of 'atsuaence is not an marmee Pao and does tot atnend, exteed or aiter the eowra9e afforded by the Policy Rated herein NoMithamnding ry rePrrenwR term or cadition of any cantrmt w enter document with respect to which this certificate of ittstranee may be Issued or to which R tray perbin the ie ance afforded by the policy desu bed herein is subject to ad tie termm exclusions. and corn itiena, of such policy. /ViYtNLpr.4._ e . AUTHOMM ftRPAEsmr^T1Ve PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDDN6 DEFENSE WETS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 100675 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 2006 -05-29 IS ATTACHED TO AM FORMS A PART OF 'MIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH ENDORSEMENT OW40 - KIMAM KOTRASN PRESIDENT SECRETARY - EXCLUDED. ENDORSEMENT irTB00 - HATEN IBRAHIM, PRES. - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE MOLOMO NOTICE EFFECTIVE 08 -29 -2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENOORSUENT ►2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE IM -06-29 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY MANE, CITY OF NEWPORT BEACH' EMPLOYM MORIZOM C C I SERVICES, Inc 2111 W CRESCENT AVE STE G ANAHEIM CA $280, SP IAai arevs -osh PRINKED 06 - 30 -ta0 -2006 FiJ WLU uo.aI A!9 CAL SURANCE FAX N0. 7149391654 Fax#Rq� CERTIFICATE OF INSURANCE CHECKLIST City of Newport Reach This checklist is comprised of requirements as outlined by the City of Newport Beach. 7 Date Received: — —75 �— Date Completed: /a "T "Ur— Sent to Company /Person required to have certificate: P. 01 I. GENERAL LIABILITY j) % A. INSURANCE COMPANY: LLtv1t /7/1 AyrcvlCca Lis - B. AM BEST RATING (A: VII or greater): C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ff Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 4t jI'lro' /d(a . E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it inctuded7 es o F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its �/ officers, officials, employees and volunteers): Is it included? ETYes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? es ❑ No H. CAUTIONI (Confine that lose or liability of the named insured is not limited solely by their negligence) Does endorsement include " sclely by _ j' negligence" wording? (] L'J Yes No 1. NOTIFICATION OF CANCELLATION: Although there.is a provision that requ'mes notification of I cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. AUTOMOBILE LIABILITY ��Q A. INSURANCE COMPANY: %� Y D W7 d l B. AM BEST RATING (A: VII or greater): C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ❑ Yes ❑ No D. LIMITS (Must be $IM min. BI & PD and $500,()08 UM): What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it inctuded7 ❑ Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it Included? (] Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: , ►/U f GV�uc. B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it Included? Q Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN _MET? / /! Jj �j) Yes IF NO WHICH IjgMS_NEED TO BE COMPLETED? AK Gj GC {7 .�M Q GvD��. Camp 1-'CT-05-2005 ■ ■ 09:19 FROM: L) Lg1- 7149391654 TO:949 644 3316 • CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach P. 1'1 This chwAlist is comprised of requirements as outlined by the City of Newport Beach. �Gi u,vr ac QL� (tt/ Date Received: /d —0 Dept. /Contact Received From: Date Completed: Q' l% Sant to: By: A hr — f Company /Person required to have certificate: Pakw ru &og L GENERAL LIABILITY �// � /J i A. I INSURANCE COMPANY: 7�., �%Y'A'Uk j,[� u� _ B. A AM BEST RATING (A: VII or greater): J C. A ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes © © No D. L LIMITS (Must be $11M or greater): What is limit provided? E. P PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it Included? ❑ Yes © No F. A ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ❑ Yes ❑ ❑ No G, P PRIMARY & NON- CONTRIBUTORY WORDING (Must be included): Is it included? ©Yes [ [3 No H. C CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ❑ ❑ No I. N NOTIFICATION OF CANCELLATION: Although there is a provision that requires not liication of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. M AUTOMOBILE LIABILITY � A. I INSURANCE COMPANY: Toilr`Icd sl lnkmr Csri CP fXchGr.pi B. A AM BEST RATING (A: VII or greater): A1C III. WORKERS' COMPENSATION n / r A. INSURANCE COMPANY: S `U S(A4 ai :-.L o kv ra l ae 1 N � B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it Included? meyes, ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET ❑ Yes o IF NO, WHICH ITEMS NEED TO BE COMPLETED? Gem vW CJG � YI/9-t 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL FIRE STATION NO. 6 GENDER MODIFICATIONS & HOSE TOWER DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3640 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: ITEM QUANTITY ITEM DESCRIPTION AND LUMP TOTAL SUM PRICE WRITTEN IN WORDS PRICE Lump Sum Mobilization @ Dollars and Cents $ 10 .,e 0L7 o Per Lump Sum 2. Lump Sum Construct Fire Station No. 6 Gender Modifications @ Dollars / and Cents Per Lump Sum Lump Sum ConstructFire Station No. 6 Hose Tower Demolition t .� @ C a I Dollars !,f and ''�1 Cents $ 4 9� (Pvvolp Per Lump Sum 0 PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND LUMP TOTAL SUM PRICE WRITTEN IN WORDS PRICE 4. Lump Sum Construct Police Department Building Modifications @ f�tnSL1in �v�e -I acC� Dollars and Cent �"- Per Lump Sum $ 'I TOTAL PRICE IN FIGURES TOTAL PRICE IN WRITTEN WORDS and M �l3/ 2005 Date 114- 563 -16dc K-1Ig- 5X3 -153a Bidder's Telephone and Fax Numbers 925 -o22 ASB Bidder's License No(s). and Classification(s) lars Cents Bidder Bidder's Authorized Signature and Title FROM Within seven calendar days after bids are opened, the Contractor shall submit to the Engineer a "Schedule of Values" for the three Lump Sum construction items in the proposal. The Engineer will use said Schedule to calculate monthly progress payments during the term of construction and to pay for units of extra work. The Engineer will pay the Lump Sum for "Mobilization" in halves as the work is performed at each site. F :IUSERS\PBW\Shared \ContractslFY 05- 061FIRE STATION NO. 6 & PD BLDG MOD C- 3640 \PROPOSAL C3640.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EW ADDENDUM NO. 1 Fire Station No. 6 Gender Modifications & Hose Tower Demolition and Police Department Building Modifications DATE: September 9, 2005 TO: ALL PLANHOLDERS Contract No. 3640 1. For work at the Police Building, revise the Specifications as shown uttering on the attached 14 sheets of Specifications and the Plans as shown louded etails on the attached 12 sheets of Plans. 2. The ceiling of Police Building Lobby #178 contains some asbestos. The City will abate this asbestos under a separate contract. 3. The tile mastic under carpet at Station No. 6 contains some asbestos. The City will abate this asbestos under a separate contract. Bidders shall sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. S Fire Station No. 6 Gender fications & Hose Tower Demolition a�olice Department Building Modifications - Contract No 40, Addendum No. 1 Page 2 OF 2 I have carefully examined this Addendum No. 1 and have included full payment therefor in my Proposal. /4.A71� Bidder's/ Name (Printed) Firm's Name Date Authorized SignattfFe & Title 0 0 1 1 1 1 1 1 2 2 2 2 'r] r. M PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS POLICE DEPARTMENT BUILDING MODIFICATIONS CONTRACT NO. 3640 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3.3 EXTRA WORK 3-3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS 7 -7 COOPERATION AND COLLATERAL WORK 7-8 PROJECT SITE MAINTENANCE 1 1 1 1 1 1 2 2 2 2 'r] r. M E 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8 -6.1 Best Management Practices and Monitoring Program 5 7.10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.4 Safety 6 7- 10 -4.1 Safety Orders 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS 6 SECTION 9 MEASUREMENT AND PAYMENT 6 9 -3 PAYMENT 6 9 -3.1 General 6 F :\USERS\PBw\SharedlContracts \FY 05- 06\FIRE STATION NO. 6 & PD BLDG MOD C- 3640\PD BUILDING MODIFICATIONS C- 3719\SPECS INDEX C- 3640.doe • • PDSP 1 OF 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS W6. 19111 Nsr- 00S CONTRACT NO. 3640 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, including the TECHNICAL SPECIFICATIONS attached hereto; (2) the Plans (Drawing No. B- 5189 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements; (5) the Newport Beach Municipal Code, and (6) the Building Permit (Plan Check 0797 - 2005). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, (714) 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF WORK 2 -6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract includes demolishing certain interior portions of the Police Building, 870 Santa Barbara Drive, and constructing office modifications and refurbishing the jail within the building. This work is being jointly contracted with interior alteration and hose tower demolition work at Fire Station No. 6, 1348 Irvine Avenue (Drawing Nos. B -5183- S and B- 5190 -S; Plan Checks 1386 -2005 and 3241 - 2004). SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 • • PDSP 2 OF 6 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added. for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - -- CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractors readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his 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. Add to this section: "The Contractor shall complete work at one site before work may commence at the other. The Contractor shall submit to the Engineer for approval a construction schedule for work at both sites a minimum of five working days prior to commencing any work. The schedule may be bar chart or CPM style. 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 Engineer will review the 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 schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work 0 • PDSP 3 OF 6 shall in no way relieve the Contractor from his 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. The term "work" as used herein shall include furnishing acceptable contract documents, demolition, removals, construction, installations, adjustments, cleanup, etc." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work at the Police Building within 50 consecutive working days after the date of the 'Notice to Proceed', except that if the Contractor elects to perform work at the Police Building after work is completed at Fire Station No. 6, the Contractor shall complete all work at the Police Building within 50 consecutive working days after the Engineer has accepted work at Fire Station No. 6." It shall be the Contractor's responsibility to ensure the availability 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 for 100 percent completion of work." 6 -7.2 Working Day. Revise 3) to read: "any City holiday, defined as January 15` the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4'h, the first Monday in September (Labor Day), November 11`h (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving weekend), December 24`h (Christmas Eve — half day), December 25`" (Christmas), and December 31 S` (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:30 am to 5:30 pm Monday through Saturday. The Contractor, his subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc. before or after these normal working hours. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer and the station commander. The request may be for after 4:30 pm on weekdays or Saturdays only. A request for working during any of these 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 and the station commander reserve the right to deny any or all such requests. Additionally, if supplemental inspection is needed for the Contractor's work outside of normal working hours, the Contractor shall pay $60.00 per hour for such inspection. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1000. 0 0 PDSP 4 OF 6 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1000 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete work at the Police Building 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 the Police Department and lack of police response to the public as a result of the construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Replace this section with "This project is 'permit- ready' (Plan Check 0797 - 2005). The Contractor shall obtain permits from the City of Newport Beach Building Department. City of Newport Beach building permit and inspection fees will be waived." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "Police personnel will be on duty in the Police Building continuously during construction. They will continue to use their offices and the jail during construction. No construction will be allowed in the jail that would interrupt jail operations between May 15 and September 15. Construction may take place on the second floor at any time. The Police Department will perform background checks on the Contractor and all employees that will be working within the Police Building. Workers with a criminal background may be excluded from within the Police Building. Approved personnel will be issued ID badges that they shall wear at all times within the Police building. The Contractor shall: Make every effort to conduct his work in a manner that will not interfere with operations of the station. 2. Install polyethylene sheeting each work day to control his dust and debris. 3. Remove construction debris and vacuum construction dust from station use areas at the end of each work day. 4. Provide restrooms and telephone and trash service for all construction personnel 5. Maintain emergency vehicle access to and from the station through the front and back driveways at all times. 6. Report/coordinate his daily work plan to the station commander at the beginning of each work day. Use only vehicle parking, storage and work areas that are designated by the station commander. Ample space will be provided. • 0 PDSP 5 OF 6 8. Coordinate the times and dates of utility shut downs with the station commander. Intermittent shutdowns of utility service to portions of the station may be permitted with the prior consent of the station commander. The Contractor shall be responsible for completing the shutdown work within the time period allowed. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power, and Water. Add to this section: "The Contractor may use City water and power free of charge." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http://www.city.newport- beach.ca. us /oubworks/links. htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw- cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach 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 14.36.030A23 of the City's Municipal Code. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.2 Storage of Equipment and Materials in Public Streets. Add to this section: "Construction materials shall not be stored in streets, roads or sidewalks. The Engineer will provide storage areas behind the Police Department building." 0 7 -10.4 Safety 0 PDSP 6 OF 6 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a Building Contractor B License. At the start of work and until completion of work, the Contractor and each of his subcontractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, 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 submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built' plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The lump sum prices bid for the project shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, complete and in place, and no other compensation will be allowed therefor. The Contractor shall comply with the following TECHNICAL SPECIFICATIONS which augment, but are not referenced to, sections of the Standard Specifications for Public Works Construction FAUSERSIPBNAShared\Contreds\FY 05 -061FIRE STATION NO. 6 & PD BLDG MOD C- 36401PD BUILDING MODIFICATIONS C- 37191PD SPECS C- 3640.doc i TABLE OF CONTENTS TECHNICAL SPECIFICATION DIVISION 1 - GENERAL REQUIREMENTS Section Not Applicable DIVISION 2 - SITEWORK Section 02060 Demolition DIVISION 3 - CONCRETE Not Applicable DIVISION 4 -MASONRY Not Applicable DIVISION 5 - METALS Not Applicable DIVISION 6 - WOOD AND PLASTIC Section 06200 Finish Carpentry DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section 07200 Insulation DIVISION 8 - DOORS AND WINDOWS Section 08110 Steel Frames 08200 Wood Doors 08710 Finish Hardware 08800 Glass and Glazing DIVISION 9 - FINISHES Section 09250 Gypsum Board Section 09400 Tile Section 09500 Acoustical Treatment Section 09680 Carpet Section 09900 Painting Section 09950 Walicovering DIVISION 10 -SPECIALTIES Section 10160 Toilet Partitions Section 10800 Toilet Accessories 0 PREPARED BY PAUL J. BUFFING, AIA Newport Beach, CA TABLE OF CONTENTS Page 1 of 2 9 DIVISION 11 - EQUIPMENT (Not Applicable) DIVISION 12 - FURNISHINGS JNot Applicable) DIVISION 13 - SPECIAL CONSTRUCTION (,Not Applicable DIVISION 14 - CONVEYING SYSTEMS (Not Applicable) DIVISION 15 - MECHANICAL Section 15050 15140 15250 15400 15440 15880 15990 [WWROUK-Will `J Basic Materials and Methods Plumbing Piping, Valves and Specialties Insulation Plumbing Plumbing Fixtures Air Distribution Testing, Adjusting and Balancing Section 16000 Electrical TABLE OF CONTENTS Page 2 of 2 PART 1- GENERAL • • • A • Definition: "Demolition" includes items to be removed, stored for reuse and removed and delivered to the City including but not limited to: A. Extent of demolition work is shown on drawings. B. Drawing show intent of demolition that is necessary to construct new improvements. Contractor shall inspect the project site to ensure that complete demolition necessary is included in the bid. 1.03 SCHEDULE: Submit proposed methods and operation of demolition to the City for review prior to start of work. Include in schedule coordination of shut - off, capping and continuation of any utility services as required. A. The Police Department must remain in operations during demolition. Coordinate all work and schedules with the Police Department prior to start of demolition. B. Police Department will remove all furniture and equipment prior to start of demolition. C. Conduct demolition operations and removal of debris to ensure minimum interference with Police Department and other adjacent offices in the building. D. Ensure safe passage for persons around area of demolition. Conduct operations to prevent injury to adjacent Buildings, structures, other facilities and persons E. Provide shoring, bracing or support to prevent movement, settlement or collapse of adjacent facilities to remain. F. Promptly repair any damages caused to adjacent facilities by demolition operations at no cost to the City F. Maintain existing utilities indicated to remain, keep in service and protect against damage during demolition operations. 1. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to governing authorities. PART 2 - PRODUCTS: Not Applicable • r 9 • • A. Clean adjacent structures and improvements of dust, dirt and debris caused by demolition operations. Return adjacent areas to condition existing prior to start of work. DEMOLITION 02060 Page 1 of 2 0 0 3.02 DISPOSAL OF DEML (SHED MATERIA S7 A. Remove from sit debris, rubbish and other materials resulting from demolition operations, by approved hauling routes and in approved manner. 1. Burning of removed materials from demolition operation MR not be permitted. END OF SECTION DEMOLITION 02060 Page 2 of 2 0 0 03- 0 r . of 21U1RUK4f-1z'J;L:U' PART 1-GENERAL 1.01 DESCRIPTION OF WORK: A. Definition: Finish carpentry includes carpentry work which is exposed to view, is non- structural, and which is not specified elsewhere. B. Types of finish carpentry work in this section include: 1. Wood b backing and equipment supports 2. Install doors and hardware. 1.02 QUALITY ASSURANCE: A. Perform architectural woodwork in accordance with recommendations of Woodwork Institute of California (WIC) "Manual of Millwork", custom grade. A. Do not deliver architectural woodwork until site conditions are adequate to receive work; protect item from damage in transit Nua -�■ A. Softwood Lumber Standards: Comply with PS 20 and with applicable grading rules of the respective grading and inspecting agency for the species and product indicated. WARIFIMMWEaRl R W A I 713o I -W-01 3 Fabrication woodwork in accordance with specified quality standards. 3.02 Install the work plumb, level, true and straight with no distortions. Shim as required using concealed shims. 3.03 Scribe and cut work to fit adjoining work, and refinish cut surfaces or repair damaged finish at cuts. 3.04 Protection: Installer of finish carpentry work shall advise contractor of final protection and maintained conditions necessary to ensure that work will be without damage or deterioration at time of acceptance. FINISH CARPENTRY 06200 Pagel OF 1 0 0 PART 1 -GENERAL HIMMUDIXTd-01511MMMATAGMAR A Definition Insulation work shall include furnishing and installing insulation as shown on the drawings and described herein. 1. Acoustic insulation. - �Y�■1i1�3'L•b�•�ll7P►L�1� A. Fire and Insurance Rafingg; Comply with fire - resistance, flammability, and comply with governing regulations as interpreted by authorities. General protection: Do not allow insulation materials to become wet or soiled. Comply with manufacturer's recommendations for handling, storage and protection during installation. W. ; "M Z�I�liL� 2.01 MATERIALS: A. General: Insulating materials shall be manufactured by Owens - Corning Fiberglass or approved equal. B. Interior Sound Attenuated Wails: Noise barrier batt insulation, 3 1/2 "; R -11 value. PART 3 - EXECUTION 3.01 INSTALLATION: A. Extend insulation full thickness as shown over entire area to be insulated. Cut and ftt tightly around obstructions, and fill voids with insulation. Remove projections which interfere with replacement. END OF SECTION INSULATION 07200 Pagel OF 1 0 • Willowelam A. Definition : Sealant work includes furnishing and instating sealants as indicated and required to provide a weather tight structure. B. This section contains specifications pertaining to all weather - sealing and caulking throughout the project unless specified otherwise, and becomes a part of all sections containing reference to this Section, or where materials of the types specified in this section are required by the drawings. C. The work includes caulking and sealing of openings and joints indicated, specified, and required to make entire building weather proof and watertight. D. Specific requirements contained in the various trade sections making reference to this Section supersede general or conflicting requirements herein. 1.03 GENERAL REQUIREMENTS: A. Warranty: Provide written warranty for all caulking and sealants against all defects of material for five years after date of acceptance. All failures that may occur within the warranty period, due to defective application or materials, upon written notification of such failure, shall be repaired or replaced with proper materials and labor at no additional cost to the City. B. Submit to the Architect samples of the various types and colors where applicable of materials specified, prior to delivery of materials to the job and the portions of the work for which the materials are intended. C. Deliver materials to the job in original unopened containers bearing manufacturer's name product designation and date of manufacture. Products upon which the shelf date has expired shall not be permitted on the job. D. Install materials specified herein in compliance with manufacturer's instructions. Send copies of manufacturer's instruction to the Cityat least 2 weeks before application. 193111* 2111 �Zsgy# 2.01 MA ERIALS: Use sealants of the following types. Unless specific or directed otherwise, use materials to match color of adjacent materials. Where adjacent materials on each side of the joint are different colors, the architect will select sealant colors. If the desired color is not available from one manufacturer, select proper color from another manufacturer. .i ILKOUralt . Joints between metal frame and plaster Sealant #2. 2. Expansion and control joints. Sealant #3 Exterior sills, jambs and heads or window frames, door frames, louvers and similar openings, and where metal, or other materials abutt or join concrete or each other, shalt have sealant applied around their perimeters. Sealant #2. SEALANTS 07900 Page 1 of 3 4. Other exterior joins as indicated or shown. Sealant #1, #2 or #3. Sealant #1 shall be a three -part polyeproixide urethane sealant meeting Federal Specification TT- S- 00227E, Class A, Type II, such as Tremco Dymeric, as manufactured by Tremco Incorporated Cleveland, Ohio or equal. 2. Sealant #2 shall be a one -part solvent cure acrylic sealant meet Federal Specification TT -S -230, such as Tremco Mono, as manufactured by Tremco Incorporated, Cleveland, Ohio or equal. 3. Sealant #3 shall be a two -part chemically curing polyurethane meeting Federal Specification TT- S- 00227E, Class A, Type I, (Self- Leveling) or Class A, Type II (Non -Sag), such as THCV - 900/'901, as manufactured by Tremco Incorporated, Cleveland, Ohio or equal. C. PRIMER7 for sealants shall be as recommended by sealant manufacturer. D. JOINT FILLER: (backing) for sealant shall be a dosed cell, non - absorbent, non- staining material such as Ethafoam as manufactured by Dow or equal. E. BOND BRAKE RS: shall be as recommended by sealant manufacturer. F. Materials shall be delivered to the job in sealed containers with manufacturer's original labels attached. Materials shall be used according to manufacturer's printed instructions. Color of all sealants shall be as selected by the Architect from manufacturer's stand colors, PART 3 - EXECUTION: 3.01 MANUFACTURER'S INSPECTION: A. Provide sealant manufacturer's inspection of conditions prior to start of the work and initial supervision at the start of each application, in order to insure that an physical conditions which would result in defective work ar properly corrected before materials are applied, that properly instructed personnel are available to do the work, and that proper procedures are being followed. Provide such inspection and supervision by qualified personnel. Report all unsatisfactory conditions existing at the time of inspection in writing to the General Contractor for correction before proceeding with the sealant work. A. Joints and surfaces which are to be caulked are sealed shall be dean, dry and free of dust, loose mortar and other foreign materials. Surfaces to receive sealant shall be prepared in strict conformance with written instruction of manufacturer. B. Do not caulk joints until they are in compliance with requirements of the approve manufacturer of the material, the details as shown on the drawings and the specific of other sections of the specifications. A. Install joint backing with a blunt instrument so as not to puncture the surface skin. Size of joint backing should be determined by taking the joint width and adding 25% to assure proper compression of backer cord. SEALANTS 07900 Page 2 of 3 0 3.03 APPLICATION: 0 B. Apply sealant with a caulking gun, using proper nozzles. Use sufficient pressure to properly fill the joints with sealant to the back -up material. C. After joints have been completely filled, they shall be neatly tooled to eliminate air pockets or voids, and to provide a smooth, neat appearing finish in intimate contact with interfaces and with out lapping over onto exposed finished faces. After tooling, surface of sealant shall be free of ridges, wrinkles, sags, air pockets and embedded impurities. D. Immediately clean adjaoent materials which have been soiled; leave work in a neat, clean condition. 3.04 WORKMANSHIP: Workmanship shall be of the highest quality in accordance with the best practice and in strict compliance with the recommendations of the manufacturer of the material being used. The contractor shall be prepared to show evidence of workmanship of jobs at least three years old. END OF SECTION SEALANTS 07900 Page 3 of 3 SECTION 08110- STEEL FRAMES PART 1- GENERAL 1.02 DESCRIPTION OF WORK: A. Definitiow Steel frame work includes removal and reinstallation of existing frames as shown on the drawings and described herein. B. Finish hardware is specified elsewhere in the specifications. 1.03 QUALITY ASSURANCE: A. Fire -Rated Door Assemblies: Where fire -rated door assemblies are indicated or required, provide fire -rated door and frame assemblies that comply with "NFPA 80 Standard for Fire Doors and Windows ", and have been tested, listed and labeled in accordance with ASTM E 152 "Standard Methods of Fire Test of Door Assemblies" by a nationally recognized independent testing and inspection agency acceptable to authorities having jurisdiction. 1.05 DELIVERY STORAGE AND HANDLING A. Inspect hollow metal work. Minor damages may be repaired provided refinished items are equal in all respect to new work and acceptable to the City otherwise, remove and replace damaged items as directed. C. Store frames at building site under cover. Place units on minimum 4" high wood blocking. Avoid use of non - vented plastic or canvas shelters which could create humidity chamber. -*� 2.01 EXISTING FRAMES: A. Existing metal frames are to be reinstalled as indicated on the drawings. 2.02 MATERIALS: A. Hot - Rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and oiled, complying with ASTM A 569, and ASTM A 568. B. Cold- Rolled Steel Sheets: Commercial quality carbon steel, complying with ASTM A 366 and ASTM A 568. C. Frames: 1. Frame material shall be cold rolled steel and as supplied in Commercial Series rolled steel "C" (16 gage) for heavy commercial usage. 2. Hinge reinforcing plates (14 gage) shall be factory attached to accommodate specified hinge size. Plated adjustable strike plates and door silencers shall be furnished by frame manufacturer. STEEL FRAMES 08110 Page 1 of 2 3.01 ADJUSTMENT AND CLEANING A. Final Adjustment: Check and readjust operating finish hardware items, leaving steel doors and frames undamaged and in complete and proper operating condition. END OF SECTION of 2 STEEL FRAMES 08110 Page 2 0 0 PART 1 -GENERAL A. Definition: Removal and reinstallation of each wood door is shown on drawings and in schedules. A. Existing wood doors are to be reinstalled as indicated on drawings and schedule. WIPMU1110": 101 ., .,.. .. 1. Laminate Plastic: Existing doors are laminate plastic,wood grain. No change. 2. Core Construction: Existing doors are solid core, wood partical board or mineral with wood lock blocks. No change PART 3 - EXECUTION 3.01 INSTALLATION: A. Install doors in accordance with manufacturer's instructions and as shown. 3.02 ADJUST AND CLEAN: A. Rehang or replace doors which do not swing or operate freely. WOOD DOORS 08200 Page 1 OF 1 0 • 6•IIL�I� : r f - PART 1- GENERAL 1.01 DESCRIPTION OF WORK: A. tin: "Finish Hardware" includes items that are to be removed and reinstalled on relocated doors. 1.02 JOB CONDITIONS: A. Coordination: Coordinate hardware with other work. Tag each item or package separately, with identification related to the final hardware schedule, and include basic installation instructions in the package. Furnish hardware items of proper design for use on doors and frames of the thickness, profile, swing, security and similar requirements indicated, as necessary for proper installation and function. Deliver individually packaged hardware items at the proper locations for proper installation. -i: -•� 2.01 EXISTING FINISH HARDWARE: A. EXISTING finish hardware is to be reinstalled on the each door in the relocated location. 2.02 HARDWARE SCHEDULE: A. Each door is to be furnished with the following EXISTING hardware. HEADING #1, DOOR 180 Hinges Latchset Stop Closer Handicap Signage: Per CBC Title #24 (NEW) HEADING #2, DOORS 178,179 AND 181 Hinges Lockset Stop Closer A. install each item in Compliance with the manufacturer's recommendations. Mount hardware units at heights required by industry standards and recommendations. B. Adjust and check each operating item of hardware and each door, to ensure proper operation and function of every unit. Replace units which cannot be adjusted to operate freely and smoothly as intended for the application made. FINISH HARDWARE 08700 Pagel OF 1 9 • M•:l III EMBVI MWIMM PART 1- GENERAL A. Definition: Glass and glazing shall include all glass as shown on drawings including installation as follows: 1. Replacing Exterior window glass. 2. Sealant and accessories •rr 2.01 GLASS A. Translucent: Laminated 1/8" dear tempered glass -Heavy frost screen -1 /8" dear tempered glass �,LIbY+r�>�1►1�i11b'� A. Gt% glass Tam. am . Close cell, self adhesive, flexible foam tape as recommended by manufacturer. B. Cleaners. Primers and Sealants: Type as recommended by glass manufacturer. [;M ctII •ilIIliP►1 3.01 GENERAL A. Replacement: Remove a existing glass panel,. Frame and stop to remain. Install new laminate glass in existing frame, B. Comply with combined recommendations and technical reports by manufacturers of glass and glazing products as used in each glazing channel, and with recommendations of Flat Glass Marketing Association "Glazing manual", except where more stringent requirements are indicated. C. Protect glass from edge damagg during handling and installation, and subsequent operation of glazed components of the work. During installation, discard units with significant edge damage or other imperfections. 3.02 GLAZING: A. Install Bettina blocks of proper size in sill rabbet, located 1 /4th of glass width from earth comer. Set blocks in thin course of heel -bead compound, if any. B. Provide spacers inside and out, of proper size and spacing, for glass sizes larger than 50 united inches, except where gaskets or preshimmed tapes are used for glazing. Provide 1 M" minimum bite of spacers on glass and use thickness equal to sealant width, except with sealant tape use thickness slightly less than final compressed thickness of tape. GLASS AND GLAZING 08800 Page 1 OF 2 s • 3.03 CURE, PROTECTION AND CLEANING: A. Protect glass from breakage immediately upon installation, by use of cross streamers attached to framing and held away from glass. Do not apply markers to surfaces of glass. Remove non - permanent labels and clean surfaces. Cure sealants for high early strength and durability. B. Remove and replace glass which is broken, chipped, tracked, abraded or damaged in other ways during construction period, including natural causes, accidents and vandalism. C. Wash and Polish alas on both faces but not more than 4 days prior to date scheduled for inspections intended to establish date of substantial completion in each area of project. Comply with glass product manufacturer's recommendations for final cleaning. GLASS AND GLAZING 08800 Page 2 OF 2 0 f• 1 :._ -. j ZT;iiIIe3*i19 A. Definition: Gypsum Board work shall include all furnishing and installation of materials and labor to complete the work as indicated on the drawings. Types of work include: A. Light gauge metal framing. B. Gypsum drywall. C. Accessories and fastenings. D. Drywall finishing. E. Acoustical Ceiling texture i a�� •I � 1 �� i �l_F�x i L• 71 i< I A. Gypsum Board Standard: GA -216 by Gypsum Association. B. Metal Framing Standard: ASTM C 754. C. Fire Resistant Rating: Comply with governing regulations, provide materials and installations identical with applicable assemblies which have been tested and listed by recognized authorities, including UL. D. Manufacturer: Obtain gypsum board products from a single manufacturer, or from manufacturers recommended by the prime manufacturer of gypsum boards. D.��;1* willow A. Exposed avpsum Board: (Also known as gypsum wallboard). Regular type with tapered long edges. Thicknesses: As indicated, as where not otherwise indicated, comply with thickness requirements of GA -216 for each application and support spacing. Comply with requirements for indicated fire resistance rating indicated. 1 d _ 2. Sheet Size: Maximum length available which will minimize end joints. 3. Type X: Fire rated. 4. WR Board Water resistive gypsum wallboard i u A. Steel stud, steel runners, metal furring, galvanized hangers shall be as manufactured by U.S. Gypsum Co., or approved equal. GYPSUM BOARD 09250 Page 1 OF 2 0 B. Fasteners, trim, comer beads as required by U.S. manufacturer by application indicated, except as otherwise indicated. 2.03 JOINT TREATMENT MATERIALS: A. General: Provide auxiliary materials for gypsum drywall work of the type and grade recommended by the manufacturer of the gypsum board. B. Gypsum Board Fasteners: Comply with GA -216. C. Concealed Acoustical Sealant: Mastic type, non - shrinking, non - drying, non - migrating and non - staining. 2.05 TEXTURE FINISH MATERIALS: A. Primer: Of type recommended by manufacturer of texture finish. ANIM71MIR New walls and ceilings - smooth level surface ready to receive paint system that will not show tape joints, fasteners or blemishes. 2. Existing wall patching and infili match texture of adjacent wall surfaces. EXECUTION 3.01 GYPSUM BOARD INSTALLATION A. Gypsum board systems shall be installed and adequately anchored in accordance with Uniform building Codes and Material Manufacturer's recommendations. q 11W.11107q A. Contractor shall patch and /or repair all openings, holes or damaged wall surfaces. This includes area left when equipment, fixtures or construction has been removed or demolished whether specifically indicated on drawings or not. END OF SECTION GYPSUM BOARD 09250 Page 2 OF 2 0 • • �• �� A. Definition of work: Tile includes labor and materials and equipment necessary to complete the installation as indicated on the drawings and specified herein. The types of work include: 1. Tile floors 2. Tile base 3. Tile walls 4. Setting bed, ties and anchors. 5. Thin set materials, grout and mortar. 1.02 SUBMITTALS: A. Product Data: Submit manufacturer's technical data, and installation instruction for Tile, setting mortar and grout 1.Two sets of samples for each type of Tile. A. Tile shall be delivered to job site adequately braced to prevent chipping, cracking, breaking and stored prevent undo stress on panels. A. Tile installer shall ascertain that support system is completed and ready to accept veneer prior to installation of Tile. Written notification of any unsatisfactory conditions shell be sent to the General Contractor C. Tile installer shall protect all adjacent areas and surfaces from damage due to installation. D. Installer shall take all safety precautions necessary to prevent chipping or cracking of tile during execution of work. Any damaged limestone shall be replaced immediately. PART 2 - PRODUCTS 2.01 MATERIALS A. jW. 1. Floor- 2 "x 2" mosaic tile, Daltile Group 2, "Gold Dust" # D138 2. Walls and Base - 4 1!4" x 41 14" Gazed Ceramic, Daltile, Group 1, semi- gloss, "Georgian" # 0189. TILE 09400 Page 1 of 2 9 B. Materials for installing veneer shall be portland cement/sand mortar gauged with Laticrete 4237 Latex Thinset Mortar. Materials to grouting shall be factory propored grouts gauged with laticrete 3701. Grout and Mortar Admixture. All setting and grouting mortars shall be as manufactured by Laticrete International, Inc. C. All Mortar additives shall be non - toxic, nonflammable, and non hazardous during storage mixing application and when cured. D. The bedding grouting mortars shall be weather shock and chemical resistant and shall meet the following ysical requirements: Vick Compressive strength: bed mortar 3000 psi min. Compressive strength: Thin bed, bonding 4000 psi min. Tensile strength Thin bed bonding 500 psi, min. Bond strength: Thin bed bonding 500 psi. Min. Water absorption 4% max. A. Prior to commencing the installation the contractor shall examine the areas to be covered and advise the General Contractor and City in writing of any existing conditions or surfaces contamination which will required correction before the work commences. PART 3 - EXECUTION 3.01 TILE INSTALLATION STANDARDS A. ANSI Standards: Comply with applicable requirements for setting and installation of tile floor and wall. B. Comply with manufacturer's instruction for mixing and installation of proprietary materials. 3.02 INSTALLATION A. Extend file work into recesses and under or behind equipment and fixtures, to form a complete covering without interruptions, except as otherwise shown. Terminate work neatly at obstructions, edges and comers without disruption pattern of joint alignments. B. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of the tile abutting trim, finish or built -in items for straight aligned joints. Fit veneer closely to electrical outlets, fixtures and other penetrations. C. Grout Use commercial cement grout for grouting file joints, unless other shown. 1 X91 ► - A. Finish: After completing of project and jus prior to final inspection of work thoroughly dean floor, walls and soffits and accessories. B. Protection: After completion and before final acceptance of the store insta i Vy masonite fiberboard protection on the floor. Provide-wood comer protection at all veneer comers. TILE 09400 Page 2 of 2 ! `Yxj � •I ► I � k F' i i I � 11 ZL •7• A. Definition: Extent of acoustical treatment work shall be for suspended metal ceiling panels as shown on drawings, and adhesive applied acoustic tiles.: 1. Acousticpanels 2. Suspension systems. 3. Acoustic Tiles 4. Adhesive 5. Ceiling trim 1.02 SUBMITTALS: A. Product Data: Manufacturer's specifications and installation instructions for acoustical ceiling material required, including certified laboratory test reports and other data as required to show compliance with these specifications. -i I . Two sets of samples for acoustic panel, tiles and trim required for City review and approval. 'i -•� 2.01 Acoustic Panels: Shall be Armstrong World Industries, Inc. and shall be Type III, Class a according to Federal Specifications SSS- 128 -B. Panels shall be 24" x 48" x 518" "Cortega" medium finish.grid. 2.02 Suspension Svstem: To be Armstrong exposed "Super Fine "15/16" grid, white finish. Framing shall comply with ASTM -C 635. Supports shall be 120 gauge hanger wire, provide seismic ties, bracing and vertical lift restraints ties, bracing the vertical lift restraints per U.B.0 1991. 2.03 Surface Acoustic Tiles: Shall be Armstrong World Industries Inc. And shall e "Fissured ", beveled edge, 12"x 12"x 5/8 ", Class 'A'. 2.04 Acoustic Adhesive: Shall a W.W. Henry #237 acoustic file adhesive or as recommended by the file manufacturer. PART 3 - EXECUTION 3.01 INSPECTION: A. Inspect conditions under which the acoustic work is to be performed. Do not proceed with the work until all unsatisfactory conditions have been corrected. • A. Install materials in accordance with manufacturer's printed instructions, comply with governing regulations, fire resistance rating requirements as indicated, and industry standards applicable to the work. ACOUSTICAL TREATMENT 09500 PAGE 1 OF 2 • B. Install in true alignment with adjacent surfaces and walls. Hand suspension systems in a flat plane, level to within 1 B" in 10 feet to accommodate light fixtures and air diffusers without noticeable deflection or distortion. C. Anchor each wire to the structure above with a device capable of supporting a minimum of 100 pounds. D. Construct tight fitting hairline joints in exposed framed members. Conceal all fasteners. E. Ceilings shall not support material or building components other than grills or light fixtures. Duct work, plumbing, and like work shall have its own support system and shall not use the ceiling or suspension wires. F. Vertical support system: design hanger for dead load. Refer to drawing details and as herein specified. Suspension wires shall not hang more than 1 in 6 out of plum unless counter sloping wires are provided. Wires shall not attach to or work. Provide trapeze or equivalent devices where obstructions interfere with direct suspension. Trapeze suspension shall have a minimum construction of back - to-back 1 -1 /2" cold formed channels for spans up to 6 feet G. Horizontal support system: terminal ends of each main and each cross runner shall be wire supported, wall trim angles shall not provide primary support for runners. Lateral support of ceiling shall not be provided by the angle trim. Runner shall not be riveted to wall trim on opposite walls, i.e. runner shall remain free at one end. 3.03 A. SURFACE APPLIED TILES • Install acoustic file per manufacturers recommendation. Aline tiles square and plumb with the walls. Neatly trim tiles at comers and edges. Install plastic comer trim and plastic edge trim ate all comers and edges around doors and windows and openings A. Cleaned exposed surfaces of integrated ceilings, including trim, edge moldings and suspension members; comply with manufacturer's instructions for cleaning and touch -up of minor finish damage. Remove and replace work which cannot eliminate evidence of damage and to the Architect's approval. END OF SECTION ACOUSTICAL TREATMENT 09500 PAGE,f'OF 2 a • =: 1.01 DESCRIPTION OF WORK: A. m' • Extent of carpet work required is shown on the drawings and specified herein. 1. Preparation of sub- surface. 2. Installation of glue down carpet. 3. Installation of edge caps. 3. Clean - up and vacuum of carpet. 1.02 SUBMITTALS: A. Product Data: Manufacturer's specifications and installation instructions for floorin and carpet material required, including certified laboratory test reports and other data as required to show compliance with these specifications. 1. Two sets of samples for carpet tiles, base, edge cap and adhesive required for City review and approval. 1.03 PET- Carpeting shall purchased and delivered to the project site. Contractor shall protect carpet until the carpet is installed and the project is turned over to the City. 0-QR 2.01 CARPEL down squares Carpet is "Interface" glue ed as follows: A. CORRIDOR FIELD: Route 66 II - 23Z, Color # 5185 Bloomington B. CORRIDOR BORDER: Southem Plains II - 23Z, Color #1617 Meadow B. CORRIDOR WAINSCOT: Southern Plains II - 23Z, Color #1617 Meadow C. OFFICES AND ROOMS Southern Plains II - 23Z, Color #1617 Meadow D. GLUE to be as recommended by carpet manufacturer: Health Guard Adhesives. E. BASE Burke/Mercer, 4" high, colorGray Blue #672 W, ;1IWJz o A. Examine substrates for moisture content and other conditions under which carpeting is to be installed. Repair minor holes, cracks, depressions or rough areas using material recommended by carpet or adhesive manufacturer. Notify contractor in writing of major conditions detrimental to proper completion of the work. Do not proceed until unsatisfactory conditions have been corrected. CARPET 09680 Page 1 of 2 3.02 INSTALLATION: A. Comply with manufacturer's instructions and recommendations for seam locations and direction of carper, maintain uniformity of carpet direction and lay of pile. At doors, center seams under doors, do not place seams in traffic direction at doorways. 3.03 CLEANING AND PROTECTION: A. Vacuum carpet using commercial machine with face - beater element. Remove spots and replace carpet where spots cannot be removed. Remove any protruding face yam using sharp scissors. CARPET 09680 Page 2 of 2 i • • �..�� .. • • • A. Definition: Extent of painting work shall be as required by drawings and schedules, and as herein specified. B. The work includes preparation, painting and finishing of items and surfaces throughout project, both new and existing, except as specifically excluded. A. Aluminum, copper, brass, stainless steel, nickel or chrome. B. Finish Hardware. C. Flooring other than concrete D. Electrical fixtures and receptacles. E. Toilet compartments and accessories F. All items with factory finish, except mechanical and electrical items as specified herein. G. Code required labels, equipment identification d performance rating plates. H. Items in mechanical rooms. I. Other surfaces as indicated on the drawings. 1.03 RELATED WORK: A. Gypsum Board (Acrylic). B. Concrete flooring (Epoxy). C. Block walls (Oil Base). D. Steel bars and all steel bars related material (Oil Base). E. than doors and windows (Oil Base). F. Beds and Tables (Oil Base). Thoroughly scrape and sand removing water base material on sides and bottom. G. Ceiling grills (Oil Base).. H. All acoustic ceilings ,Lower Level (Water Base). I. Non -Skid areas in shower and surrounding areas floor (Epoxy with non -skid walnut shells). fa "111711111111 A. Samples: Submit for approval by the City three (3) S 1/2"x 11" samples of each color and finish identify each sample as to color, finish type and texture, color shall be as specified by the City. B. MgJW: ls: Submit three (3) copies of a complete list of all materials proposed foe use in the work, including manufacturer's technical data, identified by manufacturer's name and product number. A. Work, equipment and materials must conform to applicable federal, state and local laws and regulations, including compliance with all air quality regulations applicable to the project location. Current manufacturer's material safety data sheets for all materials in use and /or stored at the project site must be on site at all times. PAINTING 09900 Page 1 of 5 • B. Prepare sample wall areas as directed by the City. These areas will represent the standard of work for the project when approved. 1.06 DELIVERY, STORAGE AND HANDLING: A. All materials shall be of the brand and quality specified and shall be delivered at the project site in dean, original,m unopened, labeled containers bearing the manufacturer's name, type of paint and instructions for mixing and/or reducing: B. Store materials as designated. Storage area shall be kept neat and dean at all times. All damage to storage area and surrounding areas shall a cleaned and repaired to new condition. 1.07 PROJECT SITE CONDITIONS: A. Measure moisture content of surfaces using an electronic moisture meter. Do not apply materials unless moisture contents are below the following maximums: 1. Plaster - 8% 2. Gypsum Board - 12% 3. Masonry, Concrete and Concrete Block -12% 4. Wood - 15% B. Ensure surface temperature fall within recommendations of a material manufacturer. 1.08 MAINTENANCE: A, Provide the City with unopened, clearly labeled containers of each type and color of finish material installed for maintenance use. Quandiies provided shall not be less than one gallon of each PART2- PRODUCTS 2.01 MANUFACTURERS A. Materials necessary to complete the painting and finishing schedule as specified herein are taken from the stock fist of architectural finishes of the following, and are standards for kind, quality and function. 2.02 MATERIALS: A. All materials shall conform with specified standards of quality and shell be fresh stock, unused, free of defects and imperfections. B. Where two OR more identical or compatible materials are required, they shall be of the same manufacturer. C. Material shall be ready mixed except field catalyzed coatings. Field tinting of materials will not be permitted. D. Materials shall have good flowing and brushing characteristics and dry or cure free from streaks or sags E. Pain accessory materials such as putty, spackle, thinner. Reducers, and primers shall be of he highest quality and fully compatible with the specified materials. PAINTING 09900 Page 2 of 5 r P' 2.02 FINISH SCHEDULE: All colors shall match existing, unless otherwise noted by the City. Soot prime and two (2) full coats, color may be lighter. A. UPPER LEVEL: Gypsum Dom! ICI Dulux Primer PVA Primer Sealer !st Coat 2nd Coat 1463 Acrylic Eggshell Gypsum Drywall ICI Dulux Primer PVC Primer Sealer 1 st Coat 2nd Coat 3028 Acrylic Gloss Metal - Ferrous ICI Dulux Primer 4020 DTM Waterbome Primer 1 st Coat 2nd Coat B. LOWER LEVEL: 1003 Acrylic Eggshell Concrete, Masonry, Block Vista Paint Primer 4600 Uniprime II 1 st Coat 2nd Coat 5900 Protect Gloss Metal - Ferrous. Iron and Steel Vista Paint Primer 910 Metal Prime 1 st Coat 2nd Coat 5900 Protect Gloss Concrete Floors ICI Dulux Devoe High Pertorrnance Coating 1 st Coat 2nd Coat 235 Rust Epoxy Coating Acoustic Surfaces Vista Paint Primer 998 Tern inator I 1 st Coat 8 2nd Coat 018 Acoustic Kole PAINTING 09900 Page 3 of 5 0 Non Skid Floors ICI Dulux Devoe High Performance Coating 1 st Coat 2nd Coat 235 Rust Epoxy Coating, PART 3 - EXECUTION 3.01 INSPECTION: C with crushed walnut shells. A. Thoroughly examine surfaces scheduled to be painted prior to commencing work. Report any condition that may potentially affect proper application and appearance. Do not commence until such defects have been corrected. B. Where directed by the City, correct defects in surfaces which may adversely affect work of this section. A. Protect unpainted surfaces and adjacent surfaces against paint and damage. Repair damage resulting from inadequate protection. B. Furnish sufficient dropcioths, shields, and protective equipment to prevent overspray or spatter from damaging surfaces not being painted. C. Remove electrical plates surface hardware and related fittings prior to commencement of work. Carefully store, clean and replace these items on completion of work in each area. D. Protect all surfaces, equipment and fixtures from damage resulting from use of fixed, hanging and movable scaffolding, planking and staging repair damage resulting form inadequate protection. 3.03 PREPARATION: A. Concrete surfaces shall be sanded, dry, dean and free from efflorescence, encrustatons and other foreign matter. B. Remove dirt, loose mortar, scale, powder and other foreign matter from concrete block surfaces which are to be painted. C. Remove mildew from affected surfaces with a solution of tri- sodium phosphate (TSP) and bleach/ Rinse with clear water and allow to dry completely. D. Remove all oils and contamination from galvanized and aluminum um surfaces scheduled to be painted by washing with compliant solvent wash. E. Remove grease, rust, scale, dirt and dust from ferrous metal surfaces. Primer coat shall be applied not less than 30 minutes, nor more than hours after preparation of surface. F. Sand and scrape shop primed metal to remove loose primer and rust. Touch up bare, abraded and damaged areas with metal primer. Feather edges to make tough up patches inconspicuous. PAINTING 09900 Page 4 of 5 • • H. Existing surfaces to be recoated shall a thoughly cleaned and deglossed by sanding or other means prior to priming and painting. Patched and We areas shall be spot primed in the same primer as specified for new work. 1. Preparation of other surfaces shall be performed following specified recommendations of the coating manufacturer. J. Ail bed shall be thourghly scraped and sanded, striped 6 need to remove all water based material. 3.04 APPLICATION: A. All work shall be executed in strict accordance with manufacturer's printed directions for materials used. Use application a equipment and techniques best suited for substrate and type of material being applied. B. All materials shall be applied smoothly without runs, sags, skips, holidays or other defects. C. Enamels shall be lightly sanded between coats, dusted, and wiped dean before repaating. D. Allow each coat to dry completely before applying succeeding coat. E. Number of coats specified are minimum that shall a applied. Additional coats shall be applied when undercoats, stains, cloudy or mottled conditions or other defects appear in the finish, until the pain film is of a uniform, color and appearance. 3.05 INSPECTION All work shall be subject to approval by the City. Work not in compliance with specifications shall be property and promptly corrected 9�91WMW 901=11916=L9111 A. Clean-Ur): During progress of work, remove from site discard paint materials, rubbish, cans and rags at end of each work day. B. Protection: Protect work from other trades, whether to be painted or not against damage by painting and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting, as acceptable to City 1. Provide "Wet Paint' signs as required to protect newly - painted finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of painting operations. PAINTING 09900 Page 5 of 5 • • • TIR MIM, U001751:101 1.01 DESCRIPTION OF WORK: A. Definition of work: Wallcovering includes labor and materials and equipment necessary to complete the installation as indicated on the drawings and specified herein. The types of work include: 1. Wallcovering 2. Wall Preparation 3. Adhesive 1.02 SUBMITTALS: A. Product Data: Submit manufacturer's technical data, and installation instruction for Wallcovering and adhesive 1.Two sets of samples for each type of Wallcovering. C. Replacement Material: At the completion of the project provide two (2) unopened rolles of wallcovering and one container of adhesive to the City for their use. 1.03 PRODUCT HANDLING A. Deliver wallcovering and adhesive to the job site in unbroken and undamaged containers and dearly marked with the suppliers identification label. Store in a flat position to avoid damage to rollends. Store materials in a clean dry storage area with temperature maintained above 65 degree F with normal humidity. DO NOT CROSS STACK THE WALLCOVERING MATERIALS. 1.04 WARRANTIES: A. Furnish a written warranty against defective workmanship that may develop within one year from date of acceptance by the City and 5 year against manufacturing defects. 1 61491#1241 51MI501N.A A. Installer shall inspect the condition of the wall substrate to determine that it is satisfactory for installation of the Wallcovering. Notify the General Contractor in writing of any unsatisfactory conditions. B. Installer shall protect all adjacent areas and surfaces from damage due to installation. C. Install shall take all safety precautions necessary to prevent chipping or cracking of limestone during execution of work. Any damaged limestone shall be replaced immediately. PART 2- PRODUCTS 2.01 MATERIALS A. Wallcovering: Match existing and as described herein, Koroseal "R.J.F. International "Vivarini M415 -42 WALLCOVERING 09550 Page 1 of 2 B. Adhesive: to be manufacturer recommended adhesive and must contain mildew inhibitors. C. Primers: must be manufacturers recommended primer. 2.02 PREPARATION: A. Prior to commencing the installation the contractor shall examine the areas to be covered and advise the General Contractor and City in writing of any existing conditions or surfaces contamination which will required correction before the work commences. 3.01 SURFACE PREPARATION: A. Wall surfaces shall be free from defects and imperfections that could show through the finished covered surface. B. Primer new wall surfaces with manufacturer's recommended primer before application of wall covering for ease of future removal. C. All surfaces that show evidence of mildew must be treated to remove the mildew and treated with mildew inhibitor. 3.02 INSTALLATION A. Wall covering shall be installed by experienced workers and contractors in strict accordance with the manufacturer's printed instructions using vinyl wallcovering adhesive recommended by the manufacturer. B. Installer, before cutting shall examine pattern and color and determine that there are the correct pattern and color as specified. C. After the application of three strips, and inspection should be made and if there are any variations in the color or pattern , the wallcovering distributor or manufacturer's representative is to be notified for his inspection b before any further wallcovering is installed. D. Always bring material six (6) inches around inside and outside comers being sure to fit into corners to avoid bridging or spanning. E. Walicovering is to be smooth to the hanging surface without air bubbles. F. Remove excess adhesive along seam immediately after each wallcovering strip is applied. Use clean warm water, natural sponge and clean towels. A. Upon completion of work remove surplus materials, rubbish and debris resulting from the wallcovering installation. Leave area in neat, clean and orderly condition. B. Protection: After completion and before final acceptance of the by the City protect wall surfaces from damage. Replace any damaged wallcovering that may have been damaged after installation and before acceptance by the City. WALLCOVERING 09950 Page 2 of 2 0 0 .a • ZE01 a A 10W A. Definition of work: Extent of toilet partition work required is shown on drawing and specified herein. 1. Toilet Partitions 2. Hardware 3. Installation 1.02 QUALITY ASSURANCE A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication where possible, to ensure proper fitting of work. However, allow for adjustments within specified tolerance wherever taking of field measurements before fabrication might delay work. B. Manufactures: Provide toilet partitions produced by one of the following: Global Products The Mills Company Santymetal Products, Inc. 1.03 SUBMITTALS: A. Product Data: Submit manufacturer's detailed technical data for materials, fabrication and installation, including catalog arts of anchors, hardware fastenings and accessories. B. Sb-w Drawings: Submit shop drawings for fabrication and erection of toilet partition assemblies not full described by product drawings, templates and instruction for installation of anchorage devices built into other work. =ice - -•� 2.01 MATERIALS A. General: Provide material which have been selected for surface flatness and smoothness. Exposed surfaces which exhibit pitting, seam marks,m roller marks, stains discolorations telegraphing or other imperfections on the finished units are not acceptable. B. PgdNQns: To be Powder coated steel, floor mounted. Solidly braced similar to "Global" Embassy or aproved equal. C. Hardware and Accessories: Manufacturer's standard design, heavy -duty operating hardware and accessories, polished chrome finish. D. Anchorages a Fasteners: Manufacturer's standard exposed fasteners of stainless steel, chromium- plated theft - resistant type heads and nuts. TOILET PARTITIONS 10160 Page 1 of 2 9 2.02 FABRICATION A. Furnish standard doors, panels, screens, and pilasters fabricated for partition system, unless otherwise indicated. Furnish units with cutouts drilled holes, and internal reinforcement to receive partition- mounted hardware, accessories and grab bars as indicated. B. Hardware: Fumish hardware for each compartment in partition system as follows: 1. Hinges 2. Latch and Keeper 3. Coat Hook 4. Door pull PART 3 - EXECUTION 3.01 A. Prior to commendna the installation the contractor shall examine the areas to be covered and advise the General Contractor and City in writing of any existing conditions or surfaces contamination which will required correction before the work commences 3.02 INSTALLATION A. Comply with manufacturer's recommended procedures and installation sequence. Install partitions rigid, straight, plumb and level. Provide clearance of not more than 112" between pilasters and panels and not more than 1 " between panel and walls. Secure panels to walls with not less than two stirrup brackets attached near top and bottom of panel. Locate wall brackets so that holes for wall anchorages occur in tile joints. Secure panels to pilasters with not less than two stirrup brackets located to align with stirrup brackets at the wall. Secure panel in position with manufacture's recommended anchoring devices 3.03 CLEANING AND ADJUSTING7 A. Hardware Adjustment: Adjust and lubricate hardware for proper operation. Set hinges on inswinging doors to hold open approximately 30 degrees from closed position position. with unlatched. Set hinges on outswmging doors to return to full closed B. Clean exposed surfaces of partition system using materials and methods recommended by manufacturer, and provide protection as necessary to prevent damage during remainder of construction period. TOILET PARTITIONS 10160 Page 2 of 2 s • PART 1- GENERAL 1.01 DESCRIPTION OF WORK: A. Definition: Toilet Accessory work shall include fumishing and installing items as shown on the plans and specified herein. Product Data: Submit manufacturer's technical data and installation instructions for each toilet accessory. PART2-PRQDUCTS 2.01 SCHEDULE OF TQILET ACCESSME. Manufacturer: Model numbers of toilet accessories listed below are those of Bobrick Washroom Equipment, Inc. Or quality and function. Mark Description Mfr. No. A. Paper Towel/Waste Dispenser B -39 B. Grab Bars 36" & 48" B -6806 x 36 B -68061 x 48 C. Mirror and Shelf (24 x 60) B -166 D. Partition mounted accessories B -3574 Seat Cover Dispenser Toilet Tissue Dispenser Sanitary Napkin Disposal 3.01 Comply with manufacturer's procedures and installation instructions. Install accessories straight, plumb and level. Verify that backing supports are adequate and properly located to receive accessories. 3.02 Clean accessories and mirror just prior to acceptance by the City. TOILET ACCESSORIES 10800 Page 1 OF 1 0 0 NEWPORT BEACH POLICE DEPARTMENT SECTION 15050 BASIC MATERIALS AND METHODS PART 1GENERAL 1.1 APPLICABLE REQUIREMENTS A. All work under this Section shall comply with the requirements of General Conditions, Supplemental Conditions, Special Conditions and Division 1 - General Requirements, and shall include all Mechanical Sections specified herein. 1.2 DESCRIPTION OF WORK A. The Contract Documents, including Specifications and Construction Drawings, are intended to provide all material and labor to install complete plumbing, heating, ventilating, air conditioning and fire protection systems for the building and shall interface with all existing building systems affected by new construction. B. Every effort has been made on the design to meet or exceed the minimum requirements of the Codes; therefore, unless Contractor before signing his Contract, shall have notified the Architect in writing, of any items in conflict with said Codes, he shall, thereafter, make any minor adjustments necessary to meet said Codes at no cost to the Owner. C. The Contractor shall refer to the architectural interior details, floor plans, elevations, and the structural and other Contract Drawings and he shall coordinate his work with that of the other trades to avoid interference. The plans are diagrammatic and show generally the locations of the fixtures, equipment, and pipe lines and are not to be scaled; all dimensions and existing conditions shall be checked at the building. D. The Contractor shall comply with the project closeout requirements as detailed in General Requirements of Division 1. E. Where project involves interface with existing building and site systems, every effort has been made to note existing utilities and services. However, the Contractor should thoroughly familiarize themselves with existing conditions and be aware that in some cases information is not available as to concealed conditions, which exist in portions of the existing building affected by this work. 1.3 DESCRIPTION OF BID DOCUMENTS A. Specifications: 1. Specications, in general, describe quality and character of materials and equipment. 2. Specifications are of simplified form and include incomplete sentences. B. Drawings: 1. Drawings in general are diagrammatic and indicate sizes, locations, connections to equipment and methods of installation. 2. Before proceeding with work check and verify all dimensions. BASIC MATERIALS AND METHODS - 15050 -1 0 3. Assume all responsibility for fitting of materials and equipment to other parts of equipment and structure. 4. Make adjustments that maybe necessary or requested, in order to resolve space problems, preserve headroom, and avoid architectural openings, structural members and work of other trades. 5. Where existing pipes, conduits and /or ducts prevent installation of new work as indicated, relocate, or arrange for relocation, of existing pipes, conduits and /or ducts. Verify exact location and elevation of existing piping prior to any construction. 6. If any part of Specifications or Drawings appears unclear or contradictory, apply to Architect or Engineer for his interpretation and decision as early as possible, including during bidding period. 1.4 DEFINITIONS A. "Above Grade ": Not buried in the ground and not embedded in concrete slab on ground. B. "Actuating" or "Control' Devices: Automatic sensing and switching devices such as thermostats, pressure, float, electro- pneumatic switches and electrodes controlling operation of equipment. C. "Below Grade ": Buried in the ground or embedded in concrete slab on ground. D. "Concealed ": Embedded in masonry or other construction, installed in furred spaces, within double partitions or hung ceilings, in trenches, in crawl spaces, or in enclosures. In general, any item not visible or directly accessible. E. "Connect': Complete hook -up of item with required service. F. "Exposed ": Not installed underground or "concealed." G. "Furnish ": To supply equipment and products as specified. H. "Indicated," "Shown" or " "Noted ": As indicated, shown or noted on Drawings or Specifications. I. 'Install ": To erect, mount and connect complete with related accessories. J. "Motor Controllers ": Manual or magnetic starters (with or without switches), individual push buttons or hand - off - automatic (HOA) switches controlling the operation of motors. K. "Piping ": Pipe, tube, fittings, flanges, valves, controls, strainers, hangers, supports, unions, traps, drains, insulation, and related items. L. "Provide ": To supply, install and connect as specified for a complete, safe and operationally ready system. M. "Reviewed," "Satisfactory" or "Directed ": As reviewed, satisfactory, or directed by or to Architect[Engineer /Owner. N. "Rough -In ": Provide all indicated services in the necessary arrangement suitable for making final connections to fixture or equipment. O. "Shall ": An exhortation or command to complete the specified task. BASIC MATERIALS AND METHODS - 15050 -2 9 • NEWPORT BEACH POLICE DEPARTMENT P. "Similar" or "Equal ": Of base bid manufacture, equal in materials, weight, size, design, and efficiency of specified products. Q. "Supply": To purchase, procure, acquire and deliver complete with related accessories. R. "Will": A desire to complete the specified task. Allows some flexibility in application as opposed to "Shall." S. "Wiring ": Raceway, fittings, wire, boxes and related items. T. "Work ": Labor, materials, equipment, apparatus, controls, accessories, and other items required for proper and complete installation. 1.5 RELATED WORK SPECIFIED ELSEWHERE X All Division 15 Mechanical sections included herein. B. Division 2: Site Work. «« Coordinate with Civil Engineer » »> 1. Coordination of excavation of trenches and the installation of mechanical systems and piping on site. C. Division 3: Concrete. 1. All concrete work for Mechanical Division shall be included in Division 15 under the appropriate Sections and shall indude: a. Concrete curbs and housekeeping pads for the mechanical equipment. b. Thrust blocks, pads, and boxes for mechanical equipment. c. Coordination of floor drain and floor sink installations in sloped floors. D. Division 7: Thermal and Moisture Protection. 1. Flashing and sheet metal. 2. Sealants and caulking. 3. Firestopping. E. Division 9: Painting: 1. Division 15 installers shall perform all painting, except where specifically stated otherwise in Division 9. 2. Painting of all exposed steel, piping, ductwork, insulation, equipment and materials. 3. Paint all exposed gas piping, interior and exterior to the building, yellow. F. Division 10: Miscellaneous Metals. 1. Exterior louvers and grilles shall be included in this Section. G. Division 16: Electrical is related to work of: BASIC MATERIALS AND METHODS - 15050 -3 1. Fire protection alarms and relays. 2. Smoke detector and monitoring. 3. Power connections to all mechanical equipment. 4. Life safety provisions. 1.6 CODES AND STANDARDS A. All work shall be in full accordance with all Codes, Ordinances and Code rulings. B. The Contractor shall furnish without any extra charge the labor and material required for the compliance of codes. C. Perform all tests required by governing authorities and required under all Division 15 Sections_ Provide written reports on all tests. D. Electrical devices and wiring shall conform to the latest standards of NEC: all devices shall be UL listed and labeled. E. All plumbing and mechanical work shall comply with the Americans with Disabilities Act (ADA). F. All excavation work must comply with all provisions of state laws including notification to all owners of underground utilities at least 48 business day hours, but not more than 10 business days, before commencing an excavation. G. Provide in accordance with rules and regulations of the following: 1. Building Codes enforced by the Authority Having Jurisdiction in California: a. 2001 California Building Code (CBC) based on 1997 Uniform Building Code (UBC) with State Amendments. b. 2001 California Mechanical Code (CIVIC) based 2000 Uniform Mechanical Code (UMC) with State Amendments. c. 2001 California Plumbing Code (CPC) based 2000 Uniform Plumbing Code (UPC) with State Amendments.2001 California Fire Code (CFC) based 2000 Uniform Fire Code (UFC) with State Amendments. e. 2001 California Electric Code (CEC) based 1999 National Electric Code with State Amendments. f. 2001 Title 24, Part 6 California Energy Efficiency Standards for Residential and Nonresidential Buildings 2. Local, city, county and state codes and ordinances. 3. Local Bureau of Buildings. 4. Local Health Department. 5. Local and State Fire Prevention Districts, 6. California Administrative Code Title 24. BASIC MATERIALS AND METHODS 15050 -4 0 H. Provide in accordance with appropriate referenced standards of the following: 1. NFPA - National Fire Protection Association. 2. AABC - Associated Air Balance Council. 3. AGA - American Gas Association. 4. ADC - Air Diffuser Council. 5. AMCA - Air Moving and Conditioning Association. 6. ANSI - American National Standards Institute. 7. ARI - Air Conditioning and Refrigeration Institute. 8. ASHRAE - American Society of Heating, Refrigerating & Air Conditioning Engineers. 9. ASME - American Society of Mechanical Engineers. 10. ASTM - American Society for Testing Materials. 11. AWS - American Welding Society. 12. AW WA - American Water Works Association. 13. FM - Factory Mutual. 14. MSS - Manufacturer's Standardization Society. 15. NEMA - National Electrical Manufacturer's Association. 16. SMACNA - Sheet Metal and Air Conditioning Contractors National Association. 17. UL - Underwriter's Laboratories. 18. ADA - Americans with Disabilities Act. 19. ETL - Electrical Testing Laboratories. 20. ASSE - American Society of Sanitary Engineers. 21. PDI - Plumbing and Drainage Institute_ 22. IAPMO - International Association of Plumbing and Mechanical Officials. 23. CISPI - Cast Iron Soil Pipe Institute. 1.7 QUALITY ASSURANCE A. Manufacturer's Nameplates: Nameplates on manufactured items shall be aluminum or Type 304 stainless steel sheet, not less than 20 USG, riveted or bolted to the manufactured item, with nameplate data engraved or punched to form a non - erasable record of equipment data. B. Current Models. Al[ work shall be as follows: BASIC MATERIALS AND METHODS 15050 -5 0 1. Manufactured items furnished shall be the current, cataloged product of the manufacturer. 2. Replacement parts shall be readily available and stocked in the USA. C. Experience: Unless more stringent requirements are specified in other sections of Division 15, manufactured items shall have been installed and used, without modification, renovation or repair, on other projects for not less than one year prior to the date of bidding for this project. 1.8 GENERAL REQUIREMENTS A. Examine all existing conditions at building site. B. Review contract documents and technical specifications for extent of new work to be provided. C. Provide and pay for all permits, licenses, fees and inspections. D. Install equipment and materials to provide required access for servicing and maintenance. Coordinate the final location of concealed equipment and devices requiring access with final location of required access panels and doors. Allow ample space for removal of all parts that require replacement or servicing. This work shall include furnishing and installing all access doors required for mechanical access. E. Verify final locations for rough -ins with field measurements and with the requirements of the actual equipment to be connected. Refer to Equipment Specifications in Divisions 2 through 16 for rough -in requirements. F. Coordinate mechanical equipment and materials installation with other building components. G. Verify all dimensions by field measurements. H. Arrange for chases, slots, and openings in other building components to allow for mechanical installations. Coordinate the installation of required supporting devices and sleeves to be set in poured -in -place concrete and other structural components, as they are constructed. J. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the work. Give particular attention to large equipment requiring positioning prior to closing -in the building. K. Coordinate the cutting and patching of building components to accommodate the installation of mechanical equipment and materials. Contractor to provide for all cutting and patching required for installation of his work unless otherwise noted. L. Where mounting heights are not detailed or dimensioned, install mechanical services and overhead equipment to provide the maximum headroom possible. M. Install mechanical equipment to facilitate maintenance and repair or replacement of equipment components. Connect equipment for ease of disconnecting, without interference with other installations. N. Coordinate the installation of mechanical materials and equipment above ceilings with ductwork, piping, conduits, suspension system, light fixtures, cable trays, sprinkler piping and heads, and other installations. BASIC MATERIALS AND METHODS - 15OW6 0 0 NEWPORT BEACH POLICE DEPARTMENT O. Coordinate connection of mechanical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. P. Coordinate with Owner in advance to schedule shutdown of existing systems to make new connections. Provide valves in new piping to allow existing system to be put back in service with minimum down time. O. All materials (such as insulation, ductwork, piping, wiring, controls, etc.) located within air plenum spaces, air shafts, and occupied spaces shall have a flame - spread index of 25 or less, and smoke - developed index of 50 or less, as tested by ASTM E84 (NFPA 255) Method. In addition, the products, when tested, shall not drip flame particles, and flame shall not be progressive. Provide Underwriters Laboratories, Inc., label or listing, or satisfactory certified test report from an approved testing laboratory to prove the fire hazard ratings for materials proposed for use do not exceed those specified. R. Coordinate installation of floor drains and floor sinks with work of other trades, such that finished floor slopes to drains and floor sinks are flush with surrounding floor. S. Products made of or containing lead, asbestos, mercury or other known toxic or hazardous materials are not acceptable for installation under this Division. Any such products installed as part of the work of the Division shall be removed and replaced and all costs for removal and replacement shall be borne solely by the installing Contractor. 1.9 MINOR DEVIATIONS A. The Drawings are diagrammatic and show the general arrangements of all mechanical work and requirements to be performed. It is not intended to show or indicate all offsets, fittings, and accessories which will be required as a part of the work of this Section. B. The Contractor shall carefully review and study the structural and architectural conditions affecting all of his work, and it is the specific intention of this section that all such work imposed on this section by structural and architectural conditions of the Contract shall be borne by this section at no extra cost to the Owner. C. The Contractor shall study the operational requirements of each system, and shall arrange his work accordingly, and shall furnish such fittings, offsets, supports, accessories, as are required for the proper and efficient installation of all systems from the physical space available for use by this section. This requirement extends to the Contractor's coordination of this section's work with the "Electrical Work." Should conflicts occur due to lack of coordination, the time delay, cost of rectification, demolition, labor and materials, shall be borne by the Contractor and shall not be at a cost to the Owner. D. Minor deviations in order to avoid conflict shall be permitted where the design intent is not altered. E. Advise the Architect, in writing, in the event a conflict occurs in the location or connection of equipment. Bear all costs for relocation of equipment, resulting from failure to property coordinate the installation or failure to advise the Architect of conflict. 1.10 PRODUCT SUBSTITUTIONS A. The Contractor shall certify the following items are correct when using substituted products other than those scheduled or shown on the drawings as a basis of design: 1. The proposed substitution does not affect dimensions shown on drawings. BASIC MATERIALS AND METHODS - 15050 -7 L�J POLICE 2. The Contractor shall pay for changes to building design, including engineering design, detailing, structural supports, and construction costs caused by proposed substitution. 3. The proposed substitution has no adverse effect on other trades, construction schedule, or specified warranty requirements. 4. Maintenance and service parts available locally are readily obtainable for the proposed substitute. B. The Contractor further certifies function, appearance, and quality of proposed substitution are equivalent or superior to specked item. C. The Contractor agrees that the terms and conditions for the substituted product that are found in the contract documents apply to this proposed substitution. 1.11 SHOP DRAWINGS, EQUIPMENT A. Prior to construction submit for review all materials and equipment in accordance with Division 1 requirements. B. Preliminary List of Materials: Within thirty (30) days after awarding of the Contract, submit to architect for preliminary approval a complete list of manufacturer's names and model numbers of proposed materials and equipment. 1. Indicate substituted items. 2. Identify test and balancing agency. 3. Identify independent testing laboratory for water analysis. C. After approval of preliminary list of materials, the Contractor shall submit Shop Drawings and manufacturer's Certified Drawings to the Architect for approval. D. The Contractor shall submit approved Shop Drawings and manufacturer's equipment cuts, of all equipment requiring connection by Division 16, to the Electrical Contractor for final coordination of electrical requirements. Contractor shall bear all additional costs for failure to coordinate with Division 16. E. Submittals and Shop Drawings shall be submitted as a complete package bound in a 3 -ring binder with tabs for each specification section. The approved submittals shall be converted into O & M Manuals at the completion of the project. Submit six (6) typed copies of submittals. Refer to Division 1 for additional requirements. 1.12 COORDINATION DOCUMENTS A. The Contractors shall prepare coordinated Shop Drawings to coordinate the installation and location of all HVAC equipment, ductwork, grilles, diffusers, piping, fire sprinklers, lights, audiolvideo systems, electrical services and all system appurtenances. B. Advise the Architect in the event a conflict occurs in the location or connection of equipment. Bear all costs for relocation of equipment, resulting from failure to properly coordinate the installation or failure to advise the Architect of conflict. C. Provide means of access to all valves, dampers, controllers, operable devices, and other apparatus that may require adjustment or servicing. BASIC MATERIALS AND METHODS 15050 -8 0 NEWPORT BEACH POLICE DEPARTMENT 0 D. Verify in field exact size, location, invert, and clearances regarding all existing material, equipment and apparatus, and advise the Architect of any discrepancies between those indicated on the Drawings and those existing in the field prior to any installation related thereto. E. Final Coordination Drawings with all appropriate information added are to be submitted as Record Drawings at completion of project. F. Provide copy of Record Drawings to Testing and Balancing Contractor for their use when doing their work. 1.13 RECORD DRAWINGS A. Before commencing installation, obtain an extra set of prints from Architect, marked "Record' Keep this set of Drawings at the job site at all times, and use it for no other purpose but to mark on it all the changes and revisions to the Contract Drawings resulting from coordination with other trades. At the completion of the project, 1. Obtain a clean set of reproducibles from the Architect or Engineer, at cost plus, and transfer the revisions to these reproducibles in a neat and orderly fashion. 101 3 2. Edit project AutoCAD files to incorporate all site markups, changes, and revisions to the Contract Drawings. Submit plots of Record Drawings and six copies CD Roms labeled with all record AutoCAD drawing files. B. Provide copy of Record Drawings to Testing and Balancing Contractor for use when doing his work. C. Mark Drawings to indicate revisions to piping and ductwork, size and location both exterior and interior; including locations of coils, dampers and other control devices, filters, boxes and similar units requiring periodic maintenance or repair; actual equipment locations, dimensioned from column lines; actual inverts and locations of underground piping; concealed equipment, dimensioned to column lines; mains and branches of piping systems, with valves and control devices located and numbered, concealed unions located, and with items requiring maintenance located (i.e. — valves, traps, strainers, expansion compensators, tanks, etc.); Change Orders; concealed control system devices. D. Mark Specifications to indicate approved substitutions; Change Orders; actual equipment and materials used. E. Refer also to Special Conditions for full scope of requirements. 114 INSTRUCTION, MAINTENANCE, AND O &M MANUALS A. O &M Manuals: Upon completion of the work, the Contractor shall submit to the Architect complete set of operating instructions, maintenance instructions, part lists, and all other bulletins and brochures pertinent to the operation and maintenance for equipment furnished and installed as specified in this section, bound in a durable binder. Refer to Division 1. B. The Contractor shall be responsible for proper instruction of Owner's personnel for operation and maintenance of equipment, and apparatus installed as specified in Division 15 to be no less than 2 hours for each piece of equipment. BASIC MATERIALS AND METHODS 15050 -9 0 1.15 DELIVERY, STORAGE AND HANDLING A. Deliver products to project properly identified with names, model numbers, types, grades, compliance labels, and similar information needed for distinct identifications; adequately packaged and protected to prevent damage during shipment, storage, and handling. B. Store equipment and materials in an environmentally controlled area at the site, unless off -site storage is authorized in writing. Protect stored equipment and materials from damage. Piping shall be stored in bundles covered with visqueen. Piping showing signs of rust shall be removed from site and replaced. C. Coordinate deliveries of mechanical materials and equipment to minimize construction site congestion. Limit each shipment of materials and equipment to the items and quantities needed for the smooth and efficient flow of installations. 1.16 SAFETY AND INDEMNITY A. 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. This requirement will apply continuously and not be limited to normal hours of work. B. No act, service, Drawing, review, or Construction Review by the Owner, Architect, the Engineers or their consultants, is intended to include the review of the adequacy of the Contractor's safety measures, in, on, or near the construction site. C. The Contractor performing work under this Division of the Specifications shall hold harmless, indemnify and defend the Owner, the Architect, the Engineers and their consultants, and each of their officers, employees and agents from any and all liability claim, losses or damage arising, or alleged to arise from bodily injury, sickness, or death of a person or persons, and for all damages arising out of injury to or destruction of property arising directly or indirectly out of, or in connection with, the performance of the work under the Division of the Specifications, and from the Contractor's negligence in the performance of the work described in the Construction Contract Documents; but not including the sole negligence of the Owner, the Architect, the Engineers, and their consultants or their officers, employees and agents. 1.17 CLEANING AND CLOSING A. All work shall be inspected, tested, and approved before being concealed or placed in operation. B. Upon completion of the work, all equipment installed as specified in this section, and all areas where work was performed, shall be cleaned to provide operating conditions satisfactory to the Architect. 1.18 WARRANTIES A. All equipment shall be provided with a minimum one -year warranty to include parts and labor. Refer to individual Equipment Specifications for extended or longer -term warranty requirements. B. Provide complete warranty information for each item, to include product or equipment, date of beginning of warranty or bond; duration of warranty or bond; and names, addresses, telephone numbers and procedures for filing a claim and obtaining warranty services. C. Service during warranty period: Contractor shall provide maintenance as specified elsewhere during the 12 -month warranty period. BASIC MATERIALS AND METHODS 15050 -10 1.19 GUARANTEE A. The Contractor shall guarantee and service all workmanship and materials to be as represented by him and shall repair or replace, at no additional cost to the Owner, any part thereof which may become defective within the period of one (1) year after the Date of Final Acceptance, ordinary wear and tear excepted. B. Contractor shall be responsible for and pay for any damages caused by or resulting from defects in his work. PART2PRODUCTS 2.1 GENERAL A. Furnish and install all new material, equipment, and apparatus hereinafter specified unless specifically noted otherwise. All material, equipment, and apparatus shall be identified by the manufacturer's name, nameplate, and pertinent data. B. All materials, equipment, and apparatus are mentioned as standards unless noted otherwise. The words "or approved equal" shall be considered to be subsequent to all manufacturers' names used herein, unless specifically noted that substitutes are not allowed. 2.2 SUPPORTS AND ANCHORS A. General: Comply with applicable codes pertaining to product materials and installation of supports and anchors, including, but not limited to, the following: 1. UL and FM Compliance: Provide products, which are UL listed and FM approved. 2. MSS Standard Compliance: Manufacturer's Standardization Society (MSS). 3. SMACNA: "Seismic Restraint Manual: Guidelines for Mechanical Systems." 4. NFPA: Pamphlet number 13 and 14 for fire protection systems. 5. Provide copper plated or plastic coated supports and attachment for copper piping systems. Field applied coatings or tape is unacceptable. 6. Manufacturer: B -Line, Grinnell, Michigan, Tolco, Kin -Line or Superstrut. B. Horizontal Piping Hangers and Supports: Except as otherwise indicated, provide factory- fabricated hangers and supports of one of the following MSS types listed. 1. Adjustable Steel Clevis Hangers: MSS Type 1. 2. Adjustable Steel Swivel Band Hangers: MSS Type 10. 3. U- Bolts: MSS Type 24. 4. Pipe Slides and Slide Plates: MSS Type 35, including one of the following plate types: a. Plate: Unguided type. b. Plate: Guided type. c. Plate: Hold -down clamp type. BASIC MATERIALS AND METHODS 15050 -11 0 5. Pipe Saddle Supports: MSS Type_36, including steel pipe base support and cast iron floor flange. 6. Pipe Saddle Supports with U -Bolt: MSS Type 37, including steel pipe base support and cast iron floor flange. 7. Adjustable Pipe Saddle Supports: MSS Type 38, including steel pipe base support and cast iron floor flange. 8. Single Pipe Roller with Malleable Sockets: MSS Type 41. 9. Adjustable Roller Hangers: MSS Type 43. 10. Pipe Roll Stands: MSS Type 44. 11. Pipe Guides: Provide factory- fabricated guides of cast semi -steel or heavy fabricated steel, consisting of a bolted two- section outer cylinder and base with a two- section guiding spider bolted tight to pipe. Size guide and spiders to clear pipe and insulation (if any), and cylinder. Provide guides of length recommended by manufacturer to allow indicated travel. C. Vertical Piping Clamps: Provide factory- fabricated two -bolt vertical piping riser clamps, MSS Type 8. D. Hanger -Rod Attachments: Except as otherwise indicated, provide factory- fabricated hanger -rod attachments of one of the following MSS types listed. 1. Steel Tumbuckles: MSS Type 13. 2. Steel Clevises: MSS Type 14. 3. Swivel Turnbuckles: MSS Type 15. 4. Malleable Iron Eye Sockets: MSS Type 16. 5. Steel Weldless Eye Nuts: MSS Type 17. E. Building Attachments: Except as otherwise indicated, provide factory- fabricated building attachments of one of the following MSS types listed. 1. Concrete Inserts: MSS Type 18. 2. Steel Brackets: One of the following for indicated loading: a. Light Duty: MSS Type 31. b. Medium Duty: MSS Type 32. c. Heavy Duty: MSS Type 33. 3. Horizontal Travelers: MSS Type 58. 4. Anchor Bolts: Heavy duty, drilled -in concrete expansion wedge anchor bolts, Hilti or Red Head. F. Saddles and Shields: Except as otherwise indicated, provide saddles or shields under piping hangers and supports, factory- fabricated, for all insulated piping. Size saddles and shields for exact fit to mate with pipe insulation. 1. Pipe Covering Protection Saddles: MSS Type 39; fill interior voids with segments of insulation matching adjoining insulation. BASIC MATERIALS AND METHODS 15050 -12 0 0 NEWPORT BEACH POLICE DEPARTMENT Insulation Protection Shields: MSS Type 40, 18" minimum, or of the length recommended by manufacturer to prevent crushing of insulation. High- density insulation insert lengths shall match or exceed shield length. 3. Thermal Hanger Shields: Constructed of 3600 insert of waterproofed calcium silicate (60 psi flexural strength minimum) encased in 3600 sheet metal shield. Provide assembly of same thickness as adjoining insulation. Shield length shall match or exceed length of calcium silicate insert. G. Miscellaneous Materials: 1. Metal Framing: Provide products complying with NEMA STD ML1. 2. Steel Plates, Shapes, and Bars: Provide products complying with ASTM A36. 3. Cement Grout: Portland Cement (ASTM C150, Type I or Type III) and clean uniformly graded, natural sand (ASTM C404, Size No. 2). Mix at a ratio of 1.0 part cement to 3.0 parts sand by volume, with minimum amount of water required for placement and hydration. 4. Heavy -Duty Steel Trapezes: Fabricate from steel shapes selected for loads required. Weld steel in accordance with AWS standards. 5. Pipe Brackets: "HoldRite" copper plated brackets. Insulate brackets attached to metal studs with felt. 2.3 SEISMIC RESTRAINTNIBRATION ISOLATION REQUIREMENTS A. Equipment, piping, ductwork and all system appurtenances (including weight of normal operating contents) shall be adequately restrained to resist seismic forces. Restraint devices shall be designed and selected to meet seismic requirements as defined in Chapter 16 of the latest edition of the UBC, with State Amendments, and applicable local codes in accordance with Seismic Zone 4 and the applicable Importance Factors and Soil Factors. B. All anchorages and /or seismic restraints shall be designed by a registered professional Structural Engineer licensed in California. Design shall include: 1. Number, size and location of anchors for floor or roof - mounted equipment. For curb mounted equipment, provide design of attachment of both the unit to the curb and the curb to the structure. 2. Number, size and location of vibration isolators, seismic restraint devices and their anchorage for vibration- isolated and suspended equipment. 3. Number, size and location of braces and anchors for suspended piping and ductwork on shop drawings. a. The contractor must select a single seismic restraint system pre - designed to meet the requirements of the current version of the UBC, with State Amendments. b. Installations not addressed by the selected system must be designed, detailed and submitted along with the shop drawings. c. Maximum seismic loads shall be indicated on drawings at each brace location. d. Drawings shall bear the stamp and signature of the registered professional engineer licensed in the state of the project who designed the layout of the braces. BASIC MATERIALS AND METHODS 15050 -13 9 ACH POLICE DEPAF 4. Manufacturers: Mason, M.W. Sausse, Kinetics or approved equal. 5. In addition, provide calculations, test data or California OSHPD approval number substantiating that the curb can accept the prescribed seismic forces. Provide calculations, test data or California OSHPD approval number verifying the horizontal and vertical ratings of the seismic restraint devices. C. Rigidly Mounted Equipment: Floor mounted equipment weighing over 400 lbs. and suspended equipment and vessels of any weight shall be protected by properly sized anchor bolts or hanger rods and bracing and, if required, by additional seismic restraints as described above for isolated equipment. D. All non - isolated piping and ductwork shall be protected in accordance with the SMACNA Guidelines. At the Contractor's option, for ease of installation, cable restraint system may be used. Installations not addressed in the SMACNA Guidelines shall be designed by a registered professional engineer who designed the seismic bracing for the suspended piping and ductwork. E. Submittals: 1. Confirmation of responsible design party (Shop Drawings received without this information will be rejected without review. Architect will be informed of potential delay of project.) a. The seismic manufacturer's representative or engineer responsible for preparing the specified seismic submittal package shall send the following documentation of qualification: 1) The name and professional engineer's license number of the structural engineer who will be responsible for preparing, designing, and stamping the seismic shop drawing information. 2. Shop Drawings submittal a. Stamped seismic restraint calculations. b. The type, size and deflection of each isolator proposed. c. Details for all the isolators with snubbers proposed and seismic bracing. d. Details for steel frames to be used in conjunction with the isolation and seismic restraint of the items. e. Clearly outlined procedures for installing and adjusting the isolators, seismic restraints and snubbers. 2.4 ACCESS PANELS AND ACCESS DOORS A. Provide all access doors and panels to serve equipment under this work, including those which must be installed, in finished architectural surfaces. Frame of 16 -gauge steel, door of 20 gauge steel. 1" flange width, continuous piano hinge, key operated, prime coated. Referto Architectural Specifications for the required product Specification for each surface. Contractor is to submit schedule of access panels for approval. Exact size, number and Iocafion of access panels is not shown on Plans. Access doors shall be of a size to permit removal of equipment for servicing. Access door shall have same rating as the wall or ceiling in which it is mounted. Provide access panel for each trap primer or concealed valve, for fire and combination firelsmoke dampers, and for volume dampers. Use no panel smaller than 12" x 12" for simple manual access, or smaller BASIC MATERIALS AND METHODS 15050 -14 E than 24" x 24" where personnel must pass through. Provide cylinder lock for access door serving mixing or critical valves in public areas. B. Included under this work is the responsibility for verifying the exact location and type of each access panel or door required to serve equipment under this work and in the proper sequence to keep in tune with construction and with prior approval of the Architect. Access doors in fire rated partitions and ceilings shall carry all label ratings as required to maintain the rating of the rated assembly. C. Acceptable Manufacturers: Milcor, Karp, Nystrom, or ElmdorlStoneman. D. Submit markup of architectural plans showing size and location of access panels required for equipment access for approval by Architect. 2.5 IDENTIFICATION MARKERS A. Mechanical Identification Materials: Provide products of categories and types required for each application as referenced in other Division 15 Sections. Where more than single type is specified for application, selection is installer's option, but provide single selection for each product category. Stencils are not acceptable. B. Plastic Pipe Markers: 1. Snap -On Type: Provide pre - printed, semi -rigid snap -on, color coded pipe markers, complying with ANSI A13.1. 2. Pressure Sensitive Type: Provide pre - printed, permanent adhesive, color coded, pressure sensitive vinyl pipe markers, complying with ANSI A13.1. Secure both ends of markers with color coded adhesive vinyl tape. 3. Insulation: Furnish 1" thick molded fiberglass insulation with jacket for each plastic pipe marker to be installed on uninsulated pipes subjected to fluid temperatures of 125 °F (52 "C) or greater. Cut length to extend 2" beyond each end of plastic pipe marker. 4. Arrows: Print each pipe marker with arrows indicating direction of flow, either integrally with piping system service lettering (to accommodate both directions), or as separate unit of plastic. C. Plastic Duct Markers: 1. Provide 4 1/2"x 6" laminated plastic, ANSI A13.1 color coded duct markers with white core lettering. 2. Nomenclature: Include the following: a. Direction of air flow. 3. Duct service (supply, return, exhaust, etc.). a. Duct origin (from). b. Duct destination (to). c. Design cfm. 4. Provide a minimum of every 20 feet on all ducts with a diameter or width greater than 12 ". BASIC MATERIALS AND METHODS 15050 -15 0 D. Underground -Type Plastic Line Markers: Provide 6" wide x 4 mils thick multi -ply tape, consisting of solid metallic foil core between 2 layers of plastic tape. Markers to be permanent, bright colored, continuous printed, intended for direct burial service. E. Valve Tags: 1. Brass Valve Tags: Provide 1 112" diameter 19 -gauge polished brass valve tags with stamp - engraved piping system abbreviation in 1/4" high letters and sequenced valve numbers 1/2" high, and with 5132" hole for fastener. Fill tag engraving with black enamel. 2. Plastic Laminate Valve Tags: Provide 3132" thick engraved plastic laminate valve tags, with piping system abbreviations in 114" high letters and sequenced valve number 112" high, and with 5132" hole for fasteners. 3. Valve Tag Fasteners: Provide solid brass chain (wire link or beaded type), or solid brass S -hooks of the sizes required for proper attachment of tags to valves, and manufactured specifically for that purpose. 4. Access Panel Markers: Provide 1/1 6" thick engraved plastic laminate access panel markers, with abbreviations and numbers corresponding to concealed valve. Include 1/8" center hole to allow attachment. 5. Non - potable Water Tags: 1116" thick, engraved, plastic tags as indicated on Drawings. F. Valve Schedule Frames: For each page of valve schedule, provide glazed display frame, with screws for removable mounting on framed or masonry walls. Provide frames of finished hardwood or extruded aluminum, with SSB -grade sheet of glass. G. Plastic Equipment Signs: 1. Provide 4 -1/2" x 6" plastic laminate sign, ANSI A.13 color coded with engraved white core lettering. 2. Fasteners: Self- tapping stainless steel screws, except contact -type permanent adhesive where screws cannot or should not penetrate the substrate. 3. Nomenclature: Include the following, matching terminology on schedules as closely as possible: a. Name and plan number. b. Equipment service. c. Design capacity. d. Other design parameters, such as pressure drop, entering and leaving conditions, rpm, etc. H. Acceptable Manufacturers: Craftmark, Salon, Brady, or Brimar. 2.6 ELECTRICAL A. General: All electrical material, equipment, and apparatus specified herein shall conform to the requirements of Division 16. BASIC MATERIALS AND METHODS 15050 -16 NEWPORT 0 2. Provide all motors for equipment specified herein. Provide motor starters, controllers, and other electrical apparatus and wiring which are required for the operation of the equipment specified herein. 3. Set and align all motors and drives in equipment specified herein. 4. Provide expanded metal or solid sheet metal guards on all V -belt drives to totally enclose the drive on all sides. Provide holes for tachometer readings. Support guards separately from rotating equipment. 5. Provide for all rotating shafts, couplings, etc., a solid sheet metal, inverted "U" cover over the entire length of the exposed shaft and support separately from rotating equipment. Cover shall extend to below the bottom of the shaft and coupling, and shall meet the requirements of the State Industrial Safety Regulations. 6. Specific electrical requirements (i.e., horsepower and electrical characteristics) for mechanical equipment are scheduled on the Drawings. B. Quality Assurance: 1. Electrical components and materials shall be UL or ETL listed /labeled as suitable for location and use - no exceptions. C. Motors: 1. The following are basic requirements for simple or common motors. For special motors, more detailed and specific requirements are specified in the individual equipment Specifications. 2. Torque characteristics shall be sufficient to satisfactorily accelerate the driven loads. 3. Motor sizes shall be large enough so that the driven load will not require the motor to operate in the service factor range. Unless otherwise noted on plans, all motors' /2 HP or larger shall be rated for 208 or 460 volt, 3- phase, operation. Unless otherwise noted on plans, all motors less than 1/2 HP shall be rated for 120 volt, single phase operation. 4. Temperature Rating: Rated for Class B Insulation 5. Service Factor: 1.15 for poly -phase motors and 1.35 for single phase motors. 6. Motor Construction: NEMA Standard MG 1, general purpose, continuous duty, Design "B ", except "C" where required for high starting torque. a. Frames: NEMA Standard No. 48 or 56; use driven equipment manufacturer's standards to suit speck application. b. VFD driven motors. To be provided of the same manufacture as the VFD rated for inventor duty. If motor is not of the same manufacture as the drive provide the motor with a shaft grounding device or as an isolated bearing motor. c. Bearings: 1) Bailor roller bearings with inner and outer shaft seals. 2) Re- greasable, except permanently sealed where motor is normally inaccessible for regular maintenance. BASIC MATERIALS AND METHODS 15050 -17 0 3) Designed to resist thrust loading where belt drives or other drives product lateral or axial thrust in motor. 4) For fractional horsepower, light duty motors, sleeve type bearings are permitted. 5) Enclosure Type: a) Open drip -proof motors for indoor use where satisfactorily housed or remotely located during operation. b) Guarded drip -proof motors where exposed to contact by employees or building occupants. c) Weather. protected Type 1 for outdoor use, Type It where not housed. d. Overload Protection: Built -in thermal overload protection where external overload protection is not provided and, where indicated, internal sensing device suitable for signaling and stopping motor at starter. e. Noise Rating: "Quiet" f. Efficiency: Motors shall have a minimum efficiency per governing State or Federal codes, whichever is higher. g. Nameplate: Indicate the full identification of manufacturer, ratings, characteristics, construction, special features and similar information. D. Starters and Electrical Devices: 1. Motor Starter Characteristics: a. Enclosures: NEMA 1, general purpose enclosures with padlock ears, except in wet locations shall be NEMA 3R with conduit hubs. b. Type and size of starter shall be as recommended by motor manufacturer and the driven equipment manufacturer for applicable protection and start-up condition. 2. Manual switches shall have pilot lights and all required switch positions for multi -speed motors. Overload Protection: Melting alloy or bi- metallic type thermal overload relays, sized according to actual operating current (field measured). 3. Magnetic Starters: a. Heavy duty, oil resistant, hand -off -auto (HOA), or as indicated, and pilot lights, properly arranged for single speed or multi -speed operation as indicated. b. Trip -free thermal overload relays, each phase, sized according to actual operating current (field measured). c. Interlocks, pneumatic switches and similar devices as required for coordination with control requirements of Division 15 Controls sections. d. Built -in primary and secondary fused control circuit transformer, supplied from load side of equipment disconnect. e. Externally operated manual reset. BASIC MATERIALS AND METHODS 15050 -18 NEWPORT BEACH POLICE DEPARTMENT f. Under - voltage release or protection for all motors over 20 hp. 4. Motor Connections: Liquid tight, flexible conduit, except where plug -in electrical cords are specifically indicated. E. Low Voltage Control Wiring: 1. General: 14 gauge, Type THHN, color coded, installed in conduit. 2. Manufacturer: General Cable Corp., Alcan Cable, American Insulated Wire Corp., Senator Wire and Cable Co., or Southwire Co. F. Disconnect Switches: 1. Fusible Switches: For equipment 112 HP or larger, provide fused, each phase; heavy duty; horsepower rated; spring loaded quick -make, quick -break mechanism; dead front line side shield; solderless lugs suitable for copper or aluminum conductors; spring reinforced fuse clips; electro silver plated current carrying parts; hinged doors; operating lever arranged for locking in the "OPEN" position; are quenchers; capacity and characteristics as indicated. 2. Non - Fusible Switches: For equipment less than 1(2 horsepower, switch shall be horsepower rated; toggle switch type with thermal overload quantity of poles and voltage rating as required. PART 3 EXECUTION 3.1 GENERAL A. Workmanship shall be performed by licensed journeymen or master mechanics and shall result in an installation consistent with the best practices of trades. B. Install work uniform, level and plumb, in relationship to lines of building. Do not install any diagonal, or otherwise irregular work unless so indicated on Drawings or approved by Architect. 3.2 MANUFACTURER'S DIRECTIONS A. Follow manufacturers' directions and recommendations in all cases where the manufacturers of articles used on this Contract furnish directions covering points not shown on the Drawings or covered in these Specifications. 3.3 INSTALLATION A. Coordinate the work between the various Mechanical Sections and with the work specked under other Divisions. If any cooperative work must be altered due to lack of proper supervision or failure to make proper and timely provisions, the alternations shall be made to the satisfaction of the Engineer and at the Contractor's cost. Coordinate wall and ceifing work with the General Contractor, and his subcontractors in locating ceiling air outlets, wall registers, etc. B. Inspect all material, equipment, and apparatus upon delivery and do not install any damaged or defected materials. BASIC MATERIALS AND METHODS 15050 -19 0 0 NEWPORT BEACH POLICE DEPARTMENT 3.4 SUPPORTS AND HANGERS A. Prior to installation of hangers, supports, anchors, and associated work, installer shall meet at project site with Contractor, installer of each component of associated work, inspection and testing agency representatives, (if any), installers of other work with requirements specified. B. Installation of Building Attachments: Install building attachments at required locations within concrete or on structural steel for proper piping support. Install additional building attachments where support is required for additional concentrated loads, including valves, flanges, guides, strainers, expansion joints, and at changes in direction of piping. Install concrete inserts before concrete is placed. Fasten insert securely to forms. Where concrete with compressive strength less than 2,500 psi is indicated, install reinforcing bars through opening at top of inserts. C. Proceed with installation of hangers, supports, and anchors only after required building structural work has been completed in areas where the work is to be installed. Correct inadequacies including, but not limited to, proper placement of inserts, anchors, and other building structural attachments. D. Install hangers, supports, clamps, and attachments to support piping properly from building structure. Arrange for grouping of parallel runs of horizontal piping to be supported together on trapeze type hangers where possible. Where piping of various sizes is to be supported together by trapeze hangers, space hangers for smallest pipe size or install intermediate supports for smaller diameter pipe. Do not use wire or perforated metal to support piping, and do not support piping from other piping. E. Install hangers within 12 inches of every change in piping direction, end of pipe run or concentrated load, and within 36 inches of every major piece of equipment. Hangers shall be installed on both sides of flexible connections. Where flexible connection connects directly to a piece of equipment only one hanger is required. F. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers, and other accessories. Except as otherwise indicated for exposed continuous pipe runs, install hangers and supports of same type and style as installed for adjacent similar piping. G. Support sprinkler piping and gas independently of other piping. H. Prevent electrolysis in support of copper tubing by use of hangers and supports which are copper plated, or by other recognized industry methods. I. Hanger Spacing in accordance with following minimum schedules (other spacings and rod sizes may be used in accordance with the SMACNA Seismic Restraint Manual using a safety factor of five): 1. Steel Pipe (Water Filled): 'Pipe Size Max. Hanger Spacing Rod Size 1/2" to 1 114" 5 feet 3/8" 1 '/3" to 2" 7 feet 3/8" 2'/3" to 3" 10 feet 112" 4" and larger 12 feet 5/8" 2. Steel Pipe (Gas/Air Filled): Pipe Size Max. Hanger Spacing Rod Size 112" to 1 1/4" 6 feet 318" 1 W and larger 10 feet 1/2" BASIC MATERIALS AND METHODS 15050 -20 F- r-I u 3. Copper Pipe: Pipe Size Max. Hanger Snacing Rod Size 112" to 2" 6 feet 318" 2' /z" and larger 8 feet 112" 4. Caulked Bell and Spigot and Glass Pipe: Provide hanger for each section of pipe, located at shoulder of bell. Where an excessive number of fittings are installed between hangers, provide additional reinforcing. J. Sloping, Air Venting, and Draining: 1. Slope all piping as specified and as indicated, true to line and grade, and free of traps and air pockets. Unless indicated otherwise, slope piping in the direction of flow as follows: Service Inclination Slope Domestic Water Down 1" per 100' Soil and Waste Down 1/4" per foot Storm Water Down 1/4" per foot Sanitary Vent Up (towards roof terminal) 114" per foot 2. Provide drain valves and hose adapters at all low points in piping. 3. Provide vents at all high points in water piping. K. Provisions for Movement: 1. Install hangers and supports to allow controlled movement of piping systems and to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. 2. Load Distribution: Install hangers and supports so that piping live and dead loading and stresses from movement will not be transmitted to connecting equipment. 3. Insulated Piping: Comply with the following installation requirements: a. Clamps: Attach clamps, including spacers, (if any), to piping with clamps projecting through insulation. b. Shields: Where low compressive strength insulation or vapor barriers are indicated on cold or chilled water piping, install shields or inserts. c. Saddles: Where insulation without vapor barrier is indicated install protection saddles. L. Installation of Anchors: 1. Install anchors at proper locations to prevent excessive stresses and to prevent transfer of loading and stresses to connected equipment. 2. Fabricate and install anchor by welding steel shapes, plates and bars to piping and to structure. 3. Where expansion compensators are indicated, install anchors in accordance with expansion unit manufacturer's written instructions, to limit movement of piping and forces to maximums recommended by manufacturer for each unit. BASIC MATERIALS AND METHODS 15050 -21 NEWPORT 0 4. Anchor Spacings: Where not otherwise indicated, install anchors at ends of principal pipe runs, at intermediate points in pipe runs between expansion loops and bends. M. Equipment Supports: 1. Provide all concrete bases, unless otherwise furnished as work of Division 3. Furnish to Division 3 Contractor scaled layouts of all required bases, with dimensions of bases, and location to column centerlines. Furnish templates, anchor bolts, and accessories necessary for base construction. Provide structural steel stands to support equipment not floor mounted or hung from structure. Construct of structural steel members or steel pipe and fittings. Provide factory- fabricated tank saddles for tanks. N. Adjusting: 1. Hanger Adjustment: Adjust hangers so as to distribute loads equally on attachments. 2. Support Adjustment: Provide grout under supports so as to bring piping and equipment to proper level and elevations. 3. Clean factory- finished surfaces. manufacturer's touch -up paint. 3.5 ELECTRICAL REQUIREMENTS Repair any marred or scratched surfaces with A. Mechanical Contractor shall coordinate with Division 16 work to provide complete systems as required to operate all mechanical devices installed under this Division of work. B. Installation of Electrical Connections: Furnish, install, and wire (except as may be otherwise indicated) all heating, ventilating, air conditioning, plumbing and fire protection, etc., motors and controls in accordance with the following schedule and in accordance with equipment manufacturer's written instructions and with recognized industry practices, and complying with applicable requirements of UL, NEC, and NECA's "Standard of Installation" to ensure that products fulfill requirements. Carefully coordinate with work performed under the Mechanical Division of these Specifications. C. Division 15 has responsibilities for electrically powered or controlled mechanical equipment which is specified in Division 15 Specifications or scheduled on Division 15 Drawings. The specific division of responsibilities between Division 15 and 16 for furnishing or wiring this equipment is as follows: 1. Division 15 Mechanical Responsibilities: a. MOTORS: Furnish and install all motors necessary for mechanical equipment. b. MAGNETIC STARTERS: Furnish all magnetic starters whether manually or automatically controlled which are necessary for mechanical equipment. Furnish these starters with all control relays or transformers necessary to interface with mechanical controls. If the starter is factory installed on a piece of Division 15 equipment, also furnish and install the power wiring between starter and motor. c. VARIABLE FREQUENCY DRIVES: Provide all VFD's associated with mechanical equipment. If the drive is installed on a piece of factory assembled equipment the wiring between motor and drive is to be provided as part of the factory equipment. BASIC MATERIALS AND METHODS 15050 -22 0 NEWPORT BEACH POLICE DEPARTMENT d, DISCONNECTS: Provide the disconnects which are part of factory wired Division 15 equipment. Factory wiring to include wiring between motor and disconnect or combination starter /disconnect. e. CONTROLS: Division 15 Contractor (including the temperature controls subcontractor) is responsible for the following equipment in its entirety. This equipment includes but is not limited to the following: 1) Control relays necessary for controlling Division 15 equipment. 2) Control transformers necessary for providing power to controls for Division 15 equipment. 3) Line voltage thermostats. . 4) Low or non -load voltage control components. 5) Remote bulb thermostats. 6) Non -life safety related valve or damper actuators. 7) Float switches. 8) Solenoid valves, EP and PE switches. 9) Refrigeration controls. (Division 16 provides power to refrigeration panels.) f. FIRE AND LIFE SAFETY EQUIPMENT: 1) Fire /Smoke Dampers: Division 15 is responsible for providing and physically installing the damper and for installing any required control interface wiring to Division 15 controls. 2) Where fire /smoke dampers are part of an integrated smoke control system, Division 15 is responsible for providing dampers with necessary end switches for proof of closure. (See Section 15880.) 3) Where these dampers are not part of an integrated area wide smoke detection system, Division 15 is responsible for providing each fire /smoke damper with a dedicated duct detector installed per the requirements of the building code. (See Section 15880) 4) Fire Sprinkler System: Division 15 is responsible for providing necessary controls including flow switches and alarm bells. 5) Specialized fire suppression systems: Division 15 is responsible for providing necessary system controls and any required control interface wiring to these controls. Division 16 is responsible for bringing power to point of connection with the system. D. Division 16 has responsibilities for electrically powered or controlled mechanical equipment which is specked in Division 15 Specifications or scheduled on Division 15 Drawings. The specific division of responsibilities between Division 15 and 16 for furnishing or wiring this equipment is as follows: 1. Division 16 Electrical Responsibilities: BASIC MATERIALS AND METHODS 15050 -23 i POLICE DEPARTMENT a. MOTORS: Provide the power wiring for the motors. b. MAGNETIC STARTERS: Except where magnetic starters are factory installed on Division 15 factory assembled equipment, Division 16 is to install magnetic starters furnished by Division 15 and install the necessary power wiring to the starter and from the starter to the motor. In the case of factory installed starters, Division 16 is to install the necessary power wiring to the starter. c. VARIABLE FREQUENCY DRIVES: Physically mount all VFD's which are not specified to be installed on Division 15 factory assembled equipment. Provide the necessary power wiring to the VFD and from the VFD to the motor except in the case of factory installed VFD's where wiring between the motor and VFD is to be by Division 15. Where disconnects are installed between a VFD and a motor provide the interlocking wiring between the disconnect and VFD to insure that the drive is shutdown simultaneously with motor. d. DISCONNECTS: Provide all disconnects necessary for Division 15 mechanical equipment which are not provided as part of factory wired Division 15 equipment. Provide power wiring to all disconnects. In addition provide power wiring between motor and disconnect when the disconnect is not factory installed. See also Variable Frequency Drive above for special wiring requirements. e. CONTROLS: Division 16 Contractor is responsible for providing power to control panels and control circuit outlets. f. FIRE AND LIFE SAFETY EQUIPMENT: 1) Fire /Smoke Dampers: Division 16 is responsible for power wiring to the damper, for furnishing and installing any associated detector(s), and for the damper control wiring between detectors and dampers. 2) Where these dampers are part of an integrated smoke control system Division 16 is responsible for all fire detection system wiring necessary to integrate dampers and related end switches into the system. 3) Fire Sprinkler System: Division 16 is responsible for providing power wiring to fire protection controls including flow switches and alarm bells. 4) Specialized fire suppression systems: Division 16 is responsible for providing power wiring to suppression system and its controls. 2. Coordinate with other work, including wires /cables, raceway and equipment installation, as necessary to properly interface installation of electrical connections for equipment with other work. 3. Connect electrical power supply conductors to equipment conductors in accordance with equipment manufacturer's written instructions and wiring diagrams. Mate and match conductors of electrical connections for proper interface between electrical power supplies and installed equipment. 4. Maintain existing electrical service and feeders to occupied areas and operational facilities, unless otherwise indicated, or when authorized otherwise in writing by Owner, or Architect/Engineer. Provide temporary service during interruptions to existing facilities. When necessary,, schedule momentary outages for replacing existing wiring systems with new wiring systems. When that "cutting -over" has been successfully accomplished, remove, relocate, or abandon existing wiring as indicated. BASIC MATERIALS AND METHODS 15050 -24 0 5. Cover splices with electrical insulating material equivalent to, or of greater insulation resistivity rating, than electrical insulation rating of those conductors being spliced. 6. Prepare cables and wires, by cutting and stripping covering armor, jacket, and insulation properly to ensure uniform and neat appearance where cables and wires are terminated. Exercise care to avoid cutting through tapes which will remain on conductors. Also avoid "ringing" copper conductors while skinning wire. E. Motors and Motor Control Equipment: Conform to the standards of the NEMA. Equip motors with magnetic or manual line starters with overload protection. Motor starters and line voltage controls shall be installed under Electrical Section but located and coordinated as required under this Section of the work. Starters shall be combination type with non - fusible disconnect switches. All single phase fractional horsepower motors shall have built -in overload protection. 3.6 PAINTING A. All painting shall be provided under this Division work, unless otherwise specified under Section 09900: Painting. Painting schemes shall comply with ANSI A13.1. Paint all exposed materials such as piping, ductwork, equipment, insulation, steel, etc. Exposed gas piping inside and outside the building shall be painted with two coats of "Rust- O -Leum" Yellow. The inside surface of visible ductwork above diffusers /grilles shall be painted flat black. Exposed copper indirect waste piping serving food service equipment shall be painted metallic chrome. B. Exposed copper indirect waste piping serving food service equipment shall be painted metallic chrome. C. All exposed work under Division 15 shall receive either a factory finish or afield prime coat finish, except: 1. Exposed copper piping. 2. Aluminum jacketed outdoor insulated piping. 3.7 IDENTIFICATION MARKERS A. General: Where identification is to be applied to surfaces which require insulation, painting, or other covering or finish, including valve tags in finished mechanical spaces, install identification after completion of covering and painting. Install identification prior to installation of acoustical ceilings and similar removable concealment. B. Piping System Identification: 1. Install pipe markers on each system indicated to receive identification, and include arrows to show normal direction of flow. 2. Locate pipe markers as follows: a. Near each valve and control device. b. Near each branch, excluding short take -offs for fixtures and terminal units; mark each pipe at branch, where there could be question of flow pattern. c. Near locations where pipes pass through walls or floors /ceilings, or enter non - accessible enclosures. BASIC MATERIALS AND METHODS 15050 -25 0 0 NEWPORT BEACH POLICE DEPARTMENT d. At access doors, manholes, and similar access points which permit view of concealed piping. e. Near major equipment items and other points of origination and termination. f. Spaced horizontally at maximum spacing of 20' along each piping run, with minimum of one in each room. Vertically spaced at each story transversed. C. Underground Piping Identification: During backfilling/topsoiling of each exterior underground piping system, install continuous underground -type plastic line marker, located directly over buried line at 6" to 8" below finished grade. Where multiple small lines are buried in common trench and do not exceed overall width of 16 ", install single line marker. D. Ductwork Identification: A minimum of every 20 feet for all ductwork 12 inch or more in diameter or width. E. Mechanical Equipment Identification: Locate engraved plastic laminate signs on or near each major item of mechanical equipment and each operational device. Provide signs for the following: 1. Main control and operating valves, including safety devices. 2. Meters, gauges, thermometers, and similar units. 3. Pumps, compressors, chillers, and similar motor - driven units. 4. Hot water system mixing valves and similar equipment. 5. Boilers, heat exchangers and similar equipment. 6. Fans, blowers, primary balancing dampers, and mixing boxes. 7. Packaged HVAC central- station and zone -type units. 8. Tanks and pressure vessels. 9. Strainers, filters, treatment systems and similar equipment. 10. Sprinkler and standpipe equipment. F. Text of Signs: In addition to name of identified unit, provide lettering to distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. Equipment signs shall include an identification of the area or other equipment served by the equipment being labeled. 3.8 TESTING A. Provide all tests specified hereinafter and as otherwise required. Provide all test equipment, including test pumps, gauges, instruments, and other equipment required. Test all rotational equipment for proper direction of rotation. Upon completion of testing, certify to the Architect, in writing, that the specified tests have been performed and that the installation complies with the specified requirements and provide a report of the test observations signed by qualified inspector. B. Ductwork: Test all air quantities as specified in Section 15990 - Testing, Adjusting and Balancing. Pressure tests per SMACNA. BASIC MATERIALS AND METHODS 15050 -26 0 0 NEWPORT BEACH POLICE DEPARTMENT C. Registers and Diffusers: Test for proper operation of manually operated control feature. Test all air quantities as specified in Section 15990 — Testing, Adjusting and Balancing. D. Ductwork Specialties: Test all operable ductwork specialties for proper operation. Check all fire, smoke and fire /smoke dampers to ensure that they are 100% open. E. Temperature Control: Test all control functions to assure that all systems are controlling as specified or as otherwise necessary and that all controls are adjusted to maintain proper room temperatures. The manufacturer's representative shall perform all tests. END OF SECTION BASIC MATERIALS AND METHODS 15050 -27 i NEWPORT BEACH POLICE SECTION 15150 PLUMBING PIPING, VALVES AND SPECIALTIES PART 1GENERAL 1.1 APPLICABLE REQUIREMENTS A. All work to be furnished and installed under this section shall comply with all the requirements of General Conditions, Supplemental Conditions, Division 1 - General Requirements, Section 15050 - Basic Materials and Methods, and other Sections in Division 15 specified herein. 1.2 SCOPE A. All work to be furnished and installed under this Section shall comply with all the requirements of Division 1, and shall include, but not necessarily be limited to the following: 1. Pipe and Fittings a. Sanitary waste and vent b. Cold water c. Hot water 2. Valves a. Backwater valves b. Natural gas valves c. Compressed air valves d. Balancing valves e. Backflow prevention valves f. Pressure reducing valves g. Thermostatic mixing valves h. Solenoid valves i. Water valves 3. Thermometers and gauges 4. Piping specialties a. Pipe escutcheons b. Strainers c. Drip pans d. Air vent e. Dielectric unions f. Unions g. Flanges h. Pipe sleeves i. Sleeve seals j. Valve boxes k. Pipe coating I. Gas connectors 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Section 15050: Basic Materials and Methods PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -1 0 B. Section 15400: Plumbing C. Section 15440: Plumbing Fixtures D. Section 15450: Plumbing Equipment E. Division 16: Electrical 1.4 QUALITY ASSURANCE A. Manufacturers Qualifications: 1. Manufactured items furnished shall be the current, cataloged product of the manufacturer. 2. Replacement parts shall be readily available and stocked in the USA. B. Codes and Standards: 1. All work shall be in full accordance with all applicable codes, ordinances and code rulings. 2. The Contractor shall furnish without any extra charge the labor and material required for compliance of codes. 3. Perform all tests required by governing authorities and as required under all Division 15 Sections. Provide written reports on all tests. 4. Electrical devices and wiring shall confirm to the latest standards of NEC; all devices shall be UL listed and so identified. 5. All plumbing work shall comply with the Americans with Disabilities Act (ADA). 6. All excavation work must comply with all provisions of state laws including notification to all owners of underground utilities at least 48 business day hours, but not more than 10 business days, before commencing an excavation. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's technical product data for all piping, valves and specialties indicating dimensions, valve CV, tolerances etc. B. Shop Drawings: Submit shop drawings indicating underground piping installation showing all fittings with inverts. Indicate all footings and grade beams. C. Maintenance Data: Submit maintenance instructions on accordance with requirements of Division 1. PART2PRODUCTS 2.1 GENERAL A. Furnish and install all new material, equipment, and apparatus hereinafter specified unless specifically noted otherwise. All material, equipment, and apparatus shall be identified by the manufacturer's name, nameplate, and pertinent data. B. All pipe, pipe fittings and valves shall be domestically made. FOREIGN made products other than pipe, couplings and fittings, may be accepted, but must be identified and approved prior to bid. PLUMBING PIPING, VALVES AND SPECIALTIES 151 0 C. Type M copper piping is not acceptable for any pressure water piping unless specifically noted otherwise. D. All materials, equipment, and apparatus are mentioned as standards unless noted otherwise. The words "or approved equal" shall be considered to be subsequent to all manufacturer's names used herein, unless specifically noted that substitutes are not allowed. E. Products made of, or containing, lead, asbestos, mercury, or other known toxic or hazardous materials are not acceptable for installation under this Section. Any such products installed as part of the work of this Section shall be removed and replaced and all costs for removal and replacement shall be bome solely by the Contractor(s). 2.2 STANDARD PIPE AND FITTING A. Trap Primer Piping: 1. Pipe: Domestic Only, ASTM B88, Type K, soft drawn copper water tube. 2. Fittings: No joints below ground. For pipes below grade double wrap with Scotch Wrap #51 or PASCO Wrap, with 50% overlap. B. Domestic Water Pipe & Fittings (Below Grade): 1. Pipe: ASTM B88, Type K hard drawn copper water tube. 2. Fittings: Domestic Only, Elkhart, ANSI B1 6.22, wrought copper, 95 % -5% tin- antimony solder joints. Wrap underground piping with Scotch Wrap or Pasco Wrap. C. Condensate and indirect drains: 1. Pipe: ASTM B88, Type L, hard drawn copper water tube 2. Fittings: ANSI B16.22, wrought copper. 3. Joints: Lead -free solder joints. Solder shall be lead -free nickel /silver bearing solder meeting ASTM B -32, ASTM B -828. Flux shall be water soluble and shall meet CDA standard test method 1.0 and ASTM B813 -91. 4. Insulate condensate drain pipes with minimum %" insulation to prevent moisture dripping from pipe. D. Domestic Hot and Cold Water Pipe & Fittings (Above Grade): 1. Pipe: ASTM B88, Type L, hard drawn copper water tube. 2. Fittings: ANSI B1 6.22, wrought copper, 95% -5% tin - antimony solder joints. E. Sanitary Sewer, Vent, Rain water Leader pipe & Fittings: 1. Pipe: Tyler or A, B and 1, ASTM A -74, ASTM A -888 cast iron, Cast Iron Soil Pipe Institute (CISPI) Standard 301 -90, bituminous coated, "No -Hub ". Pipe showing rust or cracks in coating shall be removed and replaced. 2. Fittings: No -hub, CISPI 301 -90. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -3 0 NEWPORT BEACH POLICE DEPARTMENT 3. Couplings Above Grade: Husky, Ideal, Tyler or Clamp-All Neoprene sleeve, ASTM C- 564/CISPI 301. 4. Couplings Below Grade: Husky, Ideal, Tyler or Clamp-All heavy duty stainless steel clamp and shield, with 4 or 6 bands and neoprene sleeve, ASTM C- 564 -CISPI 301. F. Rainwater Leader Pipe and Fittings (Exposed, Above Grade): 1. Pipe: ASTM 8306, DWV Gass, copper tube. 2. Fittings: ANSI B16.23 cast bronze or ANSI B16.29 wrought copper. Drainage pattern fittings. 3. Joints: Lead free solder. Lead solder shall not be present at the job site. G. Vent Piping (Above Grade) (Contractor's Option): 1. Pipe: ASTM 8306, DWV class, copper tube. 2. Fittings: Elkhart, ANSI B16.23 cast bronze or ANSI 816.29 wrought copper, sweat solder no lead joint. Submit sample of solder for Engineer's review and approval. H. Water Service to Building: 1. Pipe: Class 52 ductile iron, ANSI A21.51, AW WA C1510-70,150 psi cement lined; factory encased with 8 mil polyethylene tube or sheet. 2. Fittings: ANSI A21.10 mechanical joint, AWWA C110 -1971, 250 psi. fittings to be double field wrapped with 2 ", 20 mil vinyl tape, 50% overlap. 3. All fittings shall be restrained with 2000 psi thrust blocks in accordance with NFPA 4. Fire Protection: Refer to Specification Section 15300. 2.3 VALVES: GENERAL A. General: Valve ratings shall exceed respective system operating pressures by 50% (minimum). All valves shall be tine size unless otherwise noted. B. Product Data: Submit manufacturer's technical product data, including installation instructions for each type of valve. Include pressure drop curve or chart for each type and size of valve. Submit valve schedule showing manufacturer's figure number, size, location, and valve features for each required valve. C. Shop Drawings: Submit manufacturer's assembly -type (exploded view) shop drawings for each type of valve, indicating dimensions, weights, materials, and methods of assembly of components. D. Acceptable manufacturers (manufacturer and model number listed for individual valves indicates minimum acceptable by all manufacturers): 1. Gate, Ball, Check or Butterfly: Apollo, Hammond, Nibco (commercial grade, US manufacturer only), Milwaukee, Victaulic or Watts. 2. Lubricated Plug Valves: Homestead, Resun, or Rockwell. 3. Backflow Preventors: Ames, Febco, Cla -Val, Watts or Wilkins. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -4 0 0 NEWPORT BEACH POUCE DEPARTMENT 4. Pressure Reducing Valves: Cash -Acme, Cla -Val, Watts, or Wilkins. 5. Solenoid Valves: ASCO, Automatic or Magnatrol. 6. Circuit Setters: Griswold (Venturi with characterized ball valve only), Wheatley (Y -globe type only), Armstrong, or Tour & Anderson. E. Valve Identification: Provide valves with manufacturer's name (or trademark) and pressure rating clearly marked on the valve body. F. Operators: Provide handwheels, fastened to valve stem, for valves other than quarter -tum. Provide lever handle for quarter -turn valves, other than plug valves. Provide one wrench for every 10 plug valves, and one in each size. Provide extended leversistems for valves on insulated lines. For manual valves 2 %" and larger located 8 feet above the floor in mechanical rooms provide chain operator to permit operating the valve from 4' -0" above floor. G. Valve Features: 1. General: Provide valves with features indicated and, where not otherwise indicated, provide proper valve features. Comply with ASME B31.9 for building services piping, and ASME 831.1 for power piping. 2. Drain: Comply with MSS SP -45, and provide threaded pipe plugs. 3. Flanged: Valve flanges complying with ANSI 816.1 (cast iron), ANSI B16.5 (steel), or ANSI 816.24 (bronze). 4. Threaded: Valve ends complying with ANSI B2.1. 5. Solder- Joint: Valve ends complying with ANSI 816.18, 6. Flangeless: Valve bodies manufactured to fit between flanges complying with ANSI 816.1 (cast iron), ANSI B16.5 (steel), or ANSI 816.24 (bronze). 2.4 DOMESTIC PLUMBING SERVICE VALVES A. Gate Valves: 1. 2" and Smaller: Class 125, MSS SP -80, ASTM B62 cast bronze body, soldered ends, bronze bonnet, bronze wedge, rising stem, brass packing gland, non - asbestos packing and aluminum hand - wheel. 2. 2 -1/2" and Larger: Class 125, MSS SP -70, ASTM A126 Grade B cast iron body, flanged ends, cast iron bonnet, cast iron wedge, bronze trim, rising stem, brass packing gland, non- asbestos packing and cast iron hand - wheel. B. Butterfly Valves: 2 -1/2" and Larger: MSS SP -67, lug wafer, ductile iron body, stainless steel disc, stainless steel stem, EPDM seat, memory stop control, lever handle thru 5" size and worm gear operator for 6" and larger. Mount stem in horizontal position. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -5 0 POLICE C. Ball Valves: 1. 2" and Smaller: 600 psi, 3 piece, brass body, extended soldered ends for copper pipe and threaded ends for iron pipe, chrome plated brass ball, Teflon seat, brass stem, steel handle, full port. Apollo 82 -100 series. D. Check Valves: 1. 2" and Smaller: Class 125, MSS SP -80, ASTM 662 and ASTM B16, cast bronze body, soldered ends for copper pipe, screwed cap, swing type, Teflon bronze disc. 2. 2 -1/2" and Larger: Class 125, MSS SP -71, ASTM All 26 class B cast iron body, bolted bonnet flanged ends, bolted cap, swing type, cast iron disc with bronze face rings. 3. Vertical or High Flow: Class 125, cast bronze, high -flow body, TFE seat, brass check, stainless steel guide and spring. Watt #6015. 2.5 BALANCING VALVES: MAXIMUM 125 PSIG SYSTEM WORKING WATER PRESSURE A. Pressure Dependent Water Flow: 1. '!s' and Larger: Construction and attachment style as required by piping system. Ball or globe valve design with memory stop. Valves shall be field adjustable. Install in pipe with minimum length of unrestricted straight pipe equivalent to five pipe diameters upstream and two pipe diameters downstream. Presso Venturi B -Plus series, Armstrong, or Tour & Anderson. 2.6 BACKFLOW PREVENTION VALVES A. General: All backflow prevention valves shall be State approved and listed. B. Reduced Pressure Zone Backflow Preventer for High Hazard Applications: 1. 2" and Smaller: Assembly shall consist of shutoff ball valves in inlet and outlet, and strainer on inlet. Assemblies shall include test cocks and pressure - differential relief valve located between two positive seating check valves and shall comply with requirements of ASSE Standard 1013 and AWWA C506. Bronze construction, threaded ends, stainless steel intemal parts, and air gap fitting. Route pipe from air gap fitting to approved waste receptor. Watts #909- QT -S -HW valve with #909AG air gap fitting. 2. 2 -1/2" and Larger: Assembly shall consist of shutoff OS &Y gate valves in inlet and outlet, and strainer on inlet. Assemblies shall include test cocks and pressure - differential relief valve located between two positive seating check valves and shall comply with requirements of ASSE Standard 1015 and AWWA C506. Epoxy coated cast iron body construction, flanged ends, stainless steel internal parts, bronze seats, and air gap fitting. Route pipe from air gap fitting to approved waste receptor. Watts #909 -S -OSY valve with #909AG air gap fitting. C. Double Check Valve for Low Hazard Applications: 1. 2" and Smaller: Assembly shall consist of shutoff ball valves in inlet and outlet, and strainer on inlet. Assemblies shall include test cocks and two positive seating check valves and shall comply with requirements of ASSE Standard 1015 and AWWA C510. Bronze construction, threaded ends, and stainless steel internal parts. Watts #007 -QT -S. 2. 2 -1/2" and Larger: Assembly shall consist of shutoff OS &Y gate valves in inlet and outlet, PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -6 s and strainer on inlet. Assemblies shall include test cocks and two positive seating check valves and shall comply with requirements of ASSE Standard 1015 and AWWA C506. Epoxy coated cast iron body construction, flanged ends, and stainless steel internal parts. Watts #709- S -OSY. D. Atmospheric Vacuum Breaker: Assembly shall consist of a bronze vacuum breaker body with silicone disc, and full size orifice. Device shall be IAPMO listed, meet ASSE std. 1001, and ANSI std. Al 13. 1.1 Chrome plated in finish areas. E. Pressure Vacuum Breaker: Assembly shall consist of a one piece bronze or stainless steel body, with stainless steel spring loaded check, rubber diaphragm, and atmospheric vent, breakaway set screw. Provide chrome plated in finish areas. 2.7 PRESSURE REDUCING VALVES A. Single seated, direct operated type; high capacity, having bronze body with strainer, by -pass feature, pressure gauge tappings and complying with requirements of ASSE Standard 1003. Select proper size for maximum flow rate and fail -off at inlet and outlet pressure indicated. 2.8 PRESSURE RELIEF VALVES A. Pressure Relief Valves: Constructed in accordance with ASME, 125 -pound setting, and so stamped. Size as required. Watts #740 Series. B. Temperature and Pressure Relief Valve: Constructed in accordance with ASME, 125 -pound setting, and so stamped. Size as required. Watts #100XL, 40XL, 140, N240, or 340 Series. 2.9 THERMOSTATIC MIXING VALVES A. General: Thermostatic valve constructed of brass and stainless steel, with screwdriver locking temp. regulator and adjustable check stops. Provide access door with cylinder lock. Finish as selected by Architect. Leonard #210 SB. B. Master: High -low master thermostatic assembly of size and capacity as indicated on drawings. Bi -metal motor, adjustable checkstops, inlet and outlet pressure gauges, thermometer with full port outlet ball valves shutoffs, locking temperature regulator and surface mount stainless steel cabinet as specked. Leonard type TM186- PRV- RF- LTR- STSTL. 2.10 SOLENOID VALVES A. UL listed, globe pattern bronze valve with threaded ends, stainless steel pilot, bronze piston, malleable iron solenoid assembly with 1 /a" tapped conduit connections and Class "A" coil, 120 Volt, 60 Hertz. Solenoid valve shall be wired to the Fire Alarm System. The valve shall close instantly on application of current and open when de- energized. 2.11 THERMOMETERS AND GAUGES A. General: 1. Certification: Provide meters and gauges whose accuracies, under specified operating conditions, are certified by manufacturer. 2. No mercury shall be used in thermometers due to hazardous material classification. 3. Acceptable Manufacturers: Weksler, Trance, Marshalltown or US Gauge. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -7 0 B. Glass Thermometers: 1. General: Provide bi -metal glass thermometers of materials, capacities, and ranges indicated, designed and constructed in service indicated. Accuracy shall be 1% +/- full scale with adjustable recalibration. 2. Case: Type 300 series stainless steel, hermetically sealed, glass window, 3" diameter dial, with adjustable angle. 3. Adjustable Joint: Die cast aluminum, finished to match case, 1800 adjustment in vertical plane, 3600 adjustment in horizontal plane, with locking device. 4. Scale: Satin faced, non - reflective aluminum, permanently etched markings. 5. Stem: Stainless steel, adjustable angle socket, length to suit installation. 6. Range: Conform to the following: a. Hot Water: 20 "F - 240 °F with 2 °F scale divisions. b. Cold Water: -40 °F - 160 °F with 2 0F scale divisions. C. Thermometer Test Wells: 1. Provide thermometer test wells as indicated, constructed of brass or stainless steel, pressure rated to match piping system design pressure. Provide 2" extension for insulated piping. Provide cap nut with chain fastened permanently to thermometer well. D. Temperature Gauge Connector Plugs: 1. Provide temperature gauge connector plugs pressure rated for 500 psi and 200 °F (93 0C). Construct of brass and finish in nickel - plate, equip with %z" NPS fitting, with self- sealing valve core type neoprene gasketed orifice suitable for inserting '/8" O.D. probe assembly from dial type insertion thermometer. Equip orifice with gasketed screw cap and chain. Provide extension, length equal to insulation thickness, for insulated piping. E. Pressure Gauges: 1. General: Provide pressure gauges of materials, capacities, and ranges indicated, designed and constructed for use in service indicated. 2. Type: General use, 1% accuracy ANSI B40.1 grade A, phosphor bronze bourbon type, bottom connection. 1 Case: Drawn steel or brass, glass lens, 4 -1/2" diameter. 4. Connector: Brass with Y." male NPT. 5. Scale: White coated aluminum, with permanently etched markings. 6. Pressure differential range shall be 100 psig minimum for the appropriate application with maximum 1 psig divisions. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -8 F F. Pressure Gauge Cocks: General: Provide pressure gauge cocks between pressure gauges and gauge tees on piping systems, Gauge cock constructed of brass with 1/4" female NPT on each end, and "P' handle brass plug. 2. Syphon: Y4" straight coil constructed of brass tubing with'/." male NPT on each end. 3. Snubber: Y;' brass bushing with corrosion resistant porous metal disc, through which pressure fluid is filtered. Select disc material for fluid served and pressure rating. G. Pressure Gauge Connector Test Plugs: 1. Provide pressure gauge connector plugs pressure rated for 500 psi and 200 °F (93 0C). Constructed of brass and finish in nickel- plate, equip with '/:" NPS fitting, with self - sealing valve core type neoprene gasketed orifice suitable for inserting 118" O.D. probe assembly from dial type insertion pressure gauge. Equip orifice with gasketed screw cap an chain. .Provide extension, length equal to insulation thickness, for insulated piping. 2.12 PIPING SPECIALTIES A. General: 1. Provide factory- fabricated piping specialties recommended by manufacturer for use in service indicated. Provide piping specialties of types and pressure ratings indicated for each service, or provide proper selection to comply with installation requirements. Provide sizes as indicated, and connections, which properly mate with pipe, tube, and equipment connections. Where more than one type is indicated, selection is installer's option. B. Pipe Escutcheons: 1. Provide pipe escutcheons as specified herein with inside diameter closely fitting pipe outside diameter, or outside of pipe insulation where pipe is insulated. Select outside diameter of escutcheon to completely cover pipe penetration hole in floors, walls, or ceilings; and pipe sleeve extension, if any. Furnish pipe escutcheons with nickel or chrome finish for occupied areas, prime zinc base paint finish for unoccupied areas. 2. Pipe Escutcheons for Moist Areas: For waterproof floors, and areas where water and condensation can be expected to accumulate, provide stainless steel, cast brass or sheet brass escutcheons, solid or split hinged. 3. Pipe Escutcheons for Dry Areas: Provide stainless steel escutcheons, solid or split hinged. C. Low Pressure Y -Type Pipeline Strainers: 1. Provide strainers full line size of connecting piping, with ends matching piping system materials. Select strainers for 125% of the working pressure of piping system, with Type 304 stainless steel screens, with 31114" perforations at 233 0.045" perforations per square inch. 2. Threaded ends, 2" and smaller: Cast -iron body, screwed screen retainer with centered blowdown fitted with hose bibb. Sarco, Wheatley or Mueller. 3. Flanged ends, 2 -1/2" and larger: Cast -iron body, bolted screen retainer with off -center blowdown fitted with hose bibb. Sarco, Wheatley or Mueller. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -9 0 4. <<Grooved ends 2 '/z and larger: Ductile iron body, bolted screen retainer with off center blowdown fitted with hose bibb. Victaulic or Gustin - Bacon.» D. Drip Pans: 1. Provide drip pans fabricated from 16 -gauge galvanized sheet metal with watertight joints, and with edges turned up 2 -112 ". Reinforce top by structural angles. Provide hole, gasket, and flange at low point for watertight joint and 1" copper drain line connection. Extend 1" drain to nearest approved receptor. E. Air Vent with Valves: 1. Install in all closed and open loop water systems at high points of systems and at any other point necessary to free system of air. A shut -off valve shall be provided in riser to each automatic vent valve to facilitate servicing. A 3/8" type "L" copper tubing drain line shall be run to drain receptor to carry away water that valve discharges. Manual type vent may be used in lieu of automatic type, where specifically shown on the Drawings. Hoffman #79 or Dole. F. Dielectric Unions: 1. Provide standard products recommended by manufacturer for use in service indicated, which effectively isolate ferrous from non - ferrous piping (electrical conductance), prevent galvanic action, and stop corrosion. G. Dielectric Flanges: Provide dielectric flanges for flanged transitions between dissimilar metal piping. Watts Series 3100 or approved equal. H. Unions: 1. Unions shall be of type specified in following schedule: a. Black Steel, 2" and smaller: 250 lb. screwed malleable iron, ground joint, brass to iron seat. b. Black Steel, 2 -1/2" and larger: 150 lb. cast iron screwed flanged, flat faced, full faced gasket. c. Soldered Copper or Brass Pipe, 2" and smaller: 150 lb. cast bronze or copper, ground joint, non - ferrous seat with soldered ends. d. Screwed Copper or Brass Pipe, 2" and smaller: 150 lb. cast brass, ground joint, brass to brass seat, with threaded ends. e. Flanged Copper or Brass Pipe, 2 -1/2" and larger: two (2) 150 lb. cast bronze flanges. f. Manufacturer: EPCO, Mueller, Stanley G. Flagg or Watts. 1. Flanges: 1. Provide flanges at flanged connections to equipment, tanks and valves. Faces of flanges being connected shall be alike in all cases. Connection of raised -face flange to flat -faced flange not permitted. 2. Use ASTM A307, Grade B, bolts and nuts for cast iron flanges and ASTM A193 for steel flanges. Regular square head unfinished bolts with heavy semi- finished hex nuts ASTM PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -10 L-1 )RT BEACH POLICE D A194. Cadmium plated where exposed to weather. Rating: 150 lb. or 300 lb. in high pressure portions. 3. Type of pipe and corresponding flanges as follows: a. Screwed Black Steel Pipelines: 125 lb. black cast iron screwed flange, flat faces. b. Welded Steel Pipe, 150 lb. black forges steel welding flanges, 1/16" raised fact ASTM A181 Grade I. Use flat face when connected to flat faced companion flange. J. Pipe Sleeves: 1. Provide fire proof sleeve assemblies utilizing UL rated sealant systems at all fire rated penetrations. For non -rated sleeve penetrations pack the annular space between the pipe and sleeve with fiberglass and /or mastic. 2. Sleeves shall provide a minimum %" annular clearance around pipe. 3. Sheet metal: Fabricate from galvanized sheet metal; round tube closed with snaplock joint, welded spiral seams, or welded longitudinal joint. Fabricate from the following gauges: 3" and smaller, 20 gauge; 4" to 6 ", 16 gauge; over 6 ", 14 gauge. 4. Steel pipe: Fabricate from Schedule 40 galvanized steel pipe; remove burrs. 5. Iron pipe: Fabricate from cast iron or ductile -iron pipe; remove burrs. 6. Plastic and copper pipe: Fabricate from Schedule 80 PVC plastic pipe; remove burrs. 7. Sleeves through interior concrete walls and floors: Telescopic, submerged, adjustable sleeves by Adjust -to- Crete, AMI or Shamrock. Floor sleeves to extend a minimum of 1" above finished floor. 8. Through exterior walls and floor on grade: 150 -pound class cast -iron pipe sleeve. Where waterproof membranes are used, provide membrane clamps. For insulated piping, sleeve diameter shall not be less than diameter of insulated pipe. K. Sleeve Seals: 1. All sleeves shall be sealed to prevent intrusion of moisture, dust or insects. 2. Underground: For sleeves passing through exterior or foundation walls, provide mechanical link seal assembly. 3. Aboveground: For sleeves passing through walls or floors provide a non -toxic 3 -hour rated fire resistant silicone foam sealant with a Flame Spread Rating of 20. Sealant to be tested and approved under UL 263, ASTM E119, and NFPA 251 Standards. All fire rated penetrations shall be sealed with approved UL System. 4. Local Approvals: All seals to be provided shall be in accordance with the regulations of all governing agencies of the city, county, and State Fire Marshal's Office. L. Valve Boxes: Concrete body, cast iron cover with vandal resistant screws, extensions as required to extend full depth to valve. Valve box cover lettering shall correspond to the valve service, "Water", "Gas ", "Fire ", "Sewer", etc. Christy #G8 or equal. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -11 0 2.13 PIPE COATING A. All underground steel and copper pipe fittings, and all above ground steel and copper pipe and fittings in corrosive air environments shall be covered with one of the following methods: 1. Twice Wrap 20 Mil. Scotch Wrap PVC No. 51, 50% overlap. 2. Prefabricated extruded plastic cover with joints sealed with two coats of 20 Mil. Scotch Wrap No. 51 or Pasco Wrap 20 mil weight. 2.14 EXPANSION COMPENSATORS A. General: Pipe expansion, in general, is to be absorbed in bends, swing joints, expansion loops, and offsets. All piping mains, branches and runouts shall be installed to allow for free expansion and contraction without developing leaks or undue stressing of pipe. Stresses shall be within allowable limits of ASME B31.1 for pressure piping. Vertical piping for domestic hot water, chilled water, heating water, steam and steam condensate shall be provided with expansion joints at each floor. Expansion products to conform to the standards of the Expansion Joint Manufacturer's Association. Expansion joints shall not required packing. Installer shall select materials and pressure/temperature ratings to suit intended service. Select packless expansion joints to provide 150% absorption capacity of calculated maximum piping expansion between anchors. All connections shall have ends to match piping system application. B. Expansion Compensators (Pipe Compression and Extension): Multiple stainless steel bellows and stainless steel liner with shroud and end fittings. Keflex #311 series or approved equal. C. Flexible Expansion Joint/Seismic Connector for Steel Pipe: Stainless steel hose and braid, 1800 return, AGA approved, and end fittings. Metraflex #Metraloop or approved equal. D. Flexible Connection for Steel Pipe (Piping and Equipment Located Outside the Building): Stainless steel hose and braid, with threaded or flanged ends. Metraflex #SST or approved equal. E. Flexible Connection for Copper Pipe: Bronze hose and braid, copper tube ends. Metraflex #BBS or approved equal. 1. For non - critical pump connections. Furnish with fluorelastomer tube and cover to ASTM D2000 Grade 1 HK710. The body shall be reinforced with rectangular body rings and six bias piles of fiberglasslkeviar fabric rated 190#!26" vacuum at 250 "F. Provide galvanized flat (not L shaped) back up rings and control rods to limit maximum axial extension. Garlock #206 EZ -FLO or approved equal. 2. Flexible Ball Pipe Joints: Provide flexible ball pipe joints where indicated for piping systems, with materials and pressurettemperature ratings selected by installer to suit intended service. Design joints for 3600 rotation, and with minimum of 500 angular flexing movement for sizes %" to 4 ". Provide two composition gaskets for each joint. Barco or approved equal. Pipe Alignment Guides: Provide pipe alignment guides on both sides of expansion joints, and elsewhere as indicated on drawings. Guide shall be of carbon steel construction with split guiding cylinder and integral anchor base and internal four finger two -piece spider. Cylinder wall thickness shall be equal to schedule 40 wall thickness of pipe being guided. Spider shall be capable of clamping directly to pipe and moving only in an axial direction while inside cylinder. Anchoring directly to building substrate. Metraflex #Style IV or equal. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -12 0 NEWPORT BEACH POLICE G. Expansion Loops: Provide field fabricated pipe expansion loops as detailed on the drawings or in place of mechanical expansion joints. PART 3 EXECUTION 3.1 GENERAL A. Workmanship shall be performed by licensed journeymen or master mechanics and shall result in an installation consistent with the best practices of trades. B. Install work uniform, level and plumb, in relationship to lines of building. Do not install any diagonal, or otherwise irregular work unless so indicated on Drawings or approved by Architect. 3.2 MANUFACTURER'S DIRECTIONS A. Follow manufacturers' directions and recommendations in all cases where the manufacturers of articles used on this Contract furnish directions covering points not shown on the Drawings or covered in these Specifications. 3.3 INSTALLATION A. Coordinate the work between the various Mechanical Sections and with the work specified under other Divisions of the work or contracts toward rapid completion of the entire project. If any cooperative work must be altered due to lack of proper supervision or failure to make proper provisions in time, then the work hereunder shall include all expenses of such changes as are necessary in the work under other contracts, and such changes shall be directly supervised by and made to the satisfaction of the Engineer. B. The cooperative work not included in the Mechanical Division related to the general construction work is as follows: 1. All formed concrete work. 2. Framed openings in masonry and other Architectural and Structural elements. 3. Wood grounds and nailing strips in masonry and concrete. 4. Sloping of floors to drains and floor sinks. 5. Sloping of roof -to -roof drains and overflow drains. C. Inspect all material, equipment, and apparatus upon delivery and do not install any that may be subject to rejection as a result of damage or other defects. Provide tarps and visqueen cover to protect equipment and piping delivered to and stored at the site. 3.4 WORKING PRESSURES A. All fittings, valves, pipe, specialties equipment shall berated for the working pressure subjected in the installed locations. B. Drawings indicate working pressure in each system. The rating of the equipment and material shall not be less than that of the system pressures. 3.5 PIPES SIZES TO EQUIPMENT A. General: Pipe sizes indicated shall be carried full size to equipment served. Any change of size PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -13 E NEWPORT BEACH POLICE to match equipment connection shall be made within one foot of equipment. B. At temperature control valves with sizes smaller than connected lines, reduction shall be made immediately adjacent to valve. 3.6 PIPING INSTALLATION A. General: Install pipes and pipe fittings in accordance with recognized industry practices which will achieve permanently leakproof piping systems, capable of performing each indicated service without piping failure. Install each run with minimum joints or couplings, but with adequate and accessible unions for disassembly and maintenance or replacement of valves and equipment. Reduce sizes (where indicated) by use of reducing fittings. Align piping accurately at connections, within 1116" misalignment tolerance. Comply with ASME B31 Code for Pressure Piping. B. Locate piping runs, except as otherwise indicated, vertically and horizontally (pitched to drain) and avoid diagonal runs wherever possible. Orient horizontal runs parallel with walls and column lines. Locate runs as shown or described by diagrams, details, and notations or, if not otherwise indicated, run piping in shortest route which does not obstruct space or block access for servicing building and its equipment. Hold piping close to walls, overhead construction, and other structural and permanent - enclosure elements of building. Limit clearance to 1/2" where furring is shown for enclosure or concealment of piping, but allow for insulation thickness, if any. Where possible, locate insulated piping for 1" clearance outside insulation. Whenever possible in finished and occupied spaces, conceal piping from view, by locating in column enclosures, in hollow wall construction, or above suspended ceilings. Do not encase horizontal runs in solid partitions, except as indicated. C. Elevator Machine Rooms, Switchgear, Generator, Telecommunications, Telephone Rooms, and Electrical Equipment Spaces: Do not run piping through transformer vaults and other electrical or electronic equipment spaces and enclosures unless unavoidable. Install drip pan under piping that must be run through electrical spaces. Route drip pan drain piping to floor drain, floor sink or other approved receptor. 3.7 WELDING A. Qualifications of Welders: Welders performing work under this Contract shall be certified and qualified in accordance with tests prescribed by the National Certified Welding Bureau (NCW B) or by other approved test procedures using methodology and procedures covered in the ASME Boiler and Pressure Vessel Code, Section IX, "Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators ". Installation shall conform to ANSI 31.1 "Power Piping ". 1. Submit for approval the names, identification, and welder's assigned number, letter or symbol of welders assigned to this project. 2. The assigned identification symbol shall be used to identify the work of each welder and shall be indelibly stamped immediately upon completion of each weld. 3. Welders shall be tested and certified for all positions. 4. Submit identifying stenciled test coupons made by each operator. 5. Any or all welders may be required to retake welding certification tests without additional expense. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -14 9 6. When so requested, a welder shall not be permitted to work as a welder on this project until he has been recertified in accordance with NCWB. 7. Recertification of the welder shall be made after the welder has taken and passed the required tests. 8. Where piping 1 -1/2 inches and smaller is butt or socket welded, submit 3 samples of test welds for approval. 3.8 PIPING SYSTEM JOINTS A. All piping shall be cut squarely, free of rough edges and reamed to full bore. Piping shall be mechanically cleaned prior to make -up of joints and fully inserted into fittings. B. Provide joints of type indicated in each piping system. C. Thread pipe in accordance with ANSI B2.1. Cut threads full and clean using sharp dies. Ream threaded ends to remove burrs and restore full inside diameter. Remove excess cutting oil from piping prior to assembly. Apply pipe joint compound, or pipe joint tape (Teflon) where recommended by pipe /fitting manufacturer, on male threads at each joint and tighten joint to leave not more than 3 threads exposed. D. Solder copper tube and fitting joints with lead free nickellsiiver bearing solder meeting ASTM. B- 32, in accordance with IAPMO IS 3 -93, ASTM B -828 and Copper Development Association recommended procedures. Joints shall be cleaned by other than chemical means prior to assembly. "Shock" cooling is prohibited. Fluxes shall be applied liberally to the outside of the pipe and the solder cup of the fitting. Fluxes shall be water soluble for copper and brass potable water applications, and shall meet CDA standard test method 1.0 and ASTM B813 -91. Solder shall be applied until a full fillet is present around the joint. Solder and flux shall not be applied in such excessive quantities as to run down interior of pipe. Lead solder or corrosive flux shall not be present at the jobsite. 1. Manufacturers a. Solder: JW Harris "Bridgit" or Englehard "Silvabrite 100 ". b. Flux: Laco "Flux -Rite 90 ", MW Dunton "Nokorode CDA Flux ", Hercules "Fluid Action Solder Flux ". E. Braze copper tube and fitting socket or extrudejoints (T -drill) with BCUP series filler metal without flux. Listed brazing flux shall be used for joining of copper tube to brass or bronze fittings and shall meet AWS FB3A or FB3C. Medical gas system brazing shall be as specified in Section 15215. "Shock" cooling is prohibited. A continuous fillet shall be visible around the completed joint. After cooling, flux residue shall be thoroughly removed with warm water and a brush prior to testing. Do not use BCUP filler on copper alloys containing over 10% nickel. F. Piping shall be capped during construction to prevent entry of foreign material. G. Weld pipe joints in accordance with recognized industry practice and as follows: 1. Weld pipe joints only when ambient temperature is above 0 "F. 2. Bevel pipe ends at a 37.50 angle where possible, smooth rough cuts, and clean to remove stag, metal particles, and dirt. 3. Use pipe clamps or tack -weld joints with 1" long welds, 4 welds for pipe sizes to 10 ", 8 welds for pipe sizes 12" to 20 ". PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -15 0 0 NEWPORT BEACH POLICE DEPARTMENT 4. Buildup welds with stringer -bead pass, followed by hot pass, followed by cover or filler pass. Eliminate valleys at center and at edges of each weld. Weld by procedures which will ensure elimination of unsound or unfused metal, cracks, oxidation, blow - holes, and non - metallic inclusions. 5. Do not weld out piping system imperfections by tack - welding procedures. Refabricate to comply with requirements. 6. At Installer's option, install forged branch - connection fittings whenever branch pipe is indicated, or install regular T- fitting. H. Flanged.Joints: Match flanges within piping system, and at connections with valves and equipment. Clean flange faces and install gaskets. Tighten bolts to provide uniform compression of gaskets. I. Cast -Iron Joints: Comply with coupling manufacturer's Cast Iron Soil Pipe Institute Standards and installation instructions. 3.9 VALVES A. General: Except as otherwise indicated, comply with the following requirements: 1. Install valves where required for proper operation of piping and equipment, including valves in branch lines where necessary to isolate sections of piping. Locate valves so as to be accessible and so that separate support can be provided as necessary. <<Install valves on all services connected to kitchen equipment. >> 2. Install valves, except butterfly valves, with stems pointed up, in vertical position where possible, but in no case with stems pointed downward from horizontal plane without prior written approval. Install valve drains with hose -end adapter for each valve that must be installed with stem below horizontal plane. 3. Install butterfly valves with stems mounted horizontally. 4. All valves mounted higher than 7' above floor in mechanical rooms and where indicated shall be installed with stem horizontal and equipped with chain wheels and chains extending to 6' above floor. 5. <<Provide Seismic shut off valve on gas main downstream of meter» B. Insulation: Where insulation is indicated, install extended -stem valves, arranged in proper manner to receive insulation. C. Selection of Valve Ends (Pipe Connections): Except as otherwise indicated, select and install valves with the following ends of types of pipe/tube connections: 1. Copper Pipe, 2 -112" and Smaller: Soldered joint valves. 2. Steel Pipe, 2" and Smaller: Threaded joint valves. 3. Larger Pipe Sizes: One of the following, at installer's option: a. Flanged valves. b. Lug valves. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -16 0 D. Non - Metallic Disc: Limit selection and installation of valves with non - metallic discs to locations indicated and where foreign material in piping system can be expected to prevent tight shutoff of metal seated valves. E. Renewable Seats: Select and install valves with renewable seats, except where otherwise indicated. F.. Fluid Control: Except as otherwise indicated, install gate, ball, plug, circuit setter, globe, and butterfly valves to comply with ASME B31.9. G. Swing Check Valves: Install in horizontal position with hinge pin horizontally perpendicular to center line of pipe. Install for proper direction of flow. H. Wafer Check: Install between 2 flanges in horizontal or vertical position. 1. Ball Valve: Ball valve used on gas systems shall be UL listed, AGA approved for pressure of system, no exception. J. Valve Adjustment: After piping systems have been tested and put into service, but before final testing, adjusting, and balancing, inspect each valve for possible leaks. Adjust or replace packing to stop leaks, replace valve if leak persists. K. Valve Identification: Tag each valve in accordance with "Mechanical Identification" section. L. Cleaning: Clean factory- finished surfaces. Repair marred or scratched surfaces with manufacturer's touch -up paint. 3.10 TEMPERATURE GAUGES A. General: Install temperature gauges in vertical upright position, and tilted so as to be easily read by observer standing on floor without supplemental illumination. All gages to be installed with snubbers to absorb system shock. B. Install in the following locations, and elsewhere as indicated: 1. At outlet of hot water heaters. 2. At inlet and outlet of boilers. 3.11 MECHANICAL SLEEVE SEALS A. Loosely assemble rubber links around pipe with bolts and pressure plates located under each boR head and nut. Push into sleeve and center. Tighten bolts until links have expanded to forma watertight seal. B. Fire Barrier Penetration Seals: Fill entire opening with sealing compound in compliance approved and listed UL system number. Adhere to manufacturer's installation instructions. 3.12 SUPPORTS AND HANGERS (SEE 15050) 3.13 EQUIPMENT RAILS AND PIPE PORTALS A. Install per manufacturer's instructions. B. Coordinate with other trades so units are installed when roofing is being installed. C. Verify roof insulation thickness and adjust raise of cant to match. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -17 t� 3.14 VIBRATION CONTROL ISOLATORS A. Comply with minimum static deflections recommended byASHRAE, for selection and application of vibration isolation materials and units as indicated. B. Manufacturer's Recommendations: Except as otherwise indicated, comply with manufacturer's recommendations for selection and application of vibration isolation materials and units. C. Except as otherwise indicated, comply with manufacturer's instructions for installation and load application to vibration control materials and units. Adjust to ensure that units have equal deflection, do not bottom out under loading, and are not short- circuited by other contacts or bearing points. Remove space blocks and similar devices intended for temporary support during installation. D. Install units between substrate and equipment as required for secure operation and to prevent displacement by normal forces, and as indicated. E. Adjust leveling devices as required to distribute loading uniformly onto isolators. Shim units as required where substrate is not level. F. Flexible Pipe Connectors: Install on equipment side of shutoff valves. G. Upon completion of vibration control work, prepare report showing measured equipment deflections for each major item of equipment as indicated. H. Clean each vibration control unit, and verify that each is working freely, and that there is no dirt or debris in immediate vicinity of unit that could possibly short- circuit unit isolation. 3.15 EXPANSION LOOPS A. Expansion Loops: Fabricate expansion loops as indicated, in locations indicated, and elsewhere as determined by installer for adequate expansion of installed piping system. Subject loop to cold spring which will absorb 50% of total expansion between hot and cold conditions. Provide pipe anchors and pipe alignment guides as indicated, and elsewhere as determined by installer to property anchor piping in relationship to expansion loops. B. Expansion Compensation for Risers and Terminals: Install connection between piping mains and risers with at least five pipe fittings including tee in main. Install connections between piping risers and terminal units with at least four pipe fittings including tee in riser. 3.16 EXPANSION COMPENSATORS A. Install as noted on plans. Where plans do not indicate spacing of guides or other pertinent information, install per manufacturer's recommendations. 3.17 PIPE INSPECTIONS A. It is the intent of the Contract Documents that systems be inspected at completion of each phase while under tests required for administrative authorities, and prior to concealment, i.e. "Rough41f "top -our and final. B. Inspection — Below Grade: All piping installed below grade shall be inspected prior to burial by the Architect, the Owner's Representative or the Engineer. Contractor must notify Architect no less than 24 working hours prior to inspection time. Should the piping be buried prior to inspection the contractor may be requested to uncover the piping at no delay to the project and at no additional cost to the Owner. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -18 E C. Inspection — Above Grade: All piping installed above grade shall be made available for inspection upon completion and prior to finish of walls and ceilings. Notify the Architect, the Owner's Representative or the Engineer. Contractor must notify Architect no less than 24 working hours prior to the desired inspection time. Should the piping be hidden within the structure prior to inspection the contractor may be requested to uncover the piping at no delay to the project and at no additional cost to the Owner. 3.18 CLEANING, FLUSHING, DISINFECTING A. General: Clean exterior surfaces of installed piping systems of superfluous materials, and prepare for application of specified coatings (if any). B. Flush out piping systems with clean water before proceeding with required tests. Inspect each run of each system for completion of joints, supports, and accessory items. C. Inspect pressure piping in accordance with procedures of ASME B31. D. Disinfect water mains and water service piping in accordance with Section 15400. 3.19 TESTING A. Provide all tests specified hereinafter and as otherwise required. Provide all test equipment, including test pumps, gauges, instruments, and other equipment required. Test all rotational equipment for proper direction of rotation. Upon completion of testing, certify to the Architect, in writing, that the specified tests have been performed and that the installation complies with the specified requirements and provide a report of the test observations signed by qualified inspector. B. Piping: Remove from the system, during testing, all equipment which would be damaged by test pressure. Replace removed equipment when testing has been accomplished. The system may be tested in sections as the work progresses; however, any previously tested portion shall become a part of any latter test of a composite system. Correct leaks by remaking joints with new material. C. Test time will be accrued only while full test pressure is on the system. Unless indicated otherwise. "Tolerance" shall be no pressure drop, except that due to temperature change in a 24- hour period. Inspect and test all work prior to burying or concealing. System Test Medium Test Pressure Tolerance -Test Period Domestic Water Water 150 psig None -8 hours Soil and Waste Water 10 ft head, 5 psi No leaks — 8 hours Vent Water Top of Vent Terminal No leaks — 8 hours Storm Water Top of Roof Drain, 5 psi No leaks — 8 hours Automatic Fire Water 200 psig None -8 hours D. Final Drainage, Waste and Vent Test: Upon project closeout, Contractor shall perform and certify that the DWV system has passed the following test: After all plumbing fixtures have been installed and their traps filled with water, all vent terminals and building drains shall be closed and a U -tube water manometer shall be inserted into the trap of water closet and an air compressor testing apparatus shall be attached to any suitable opening. An air pressure of 1 "water column as indicated on the manometer shall be introduced into the system. The pressure shall hold constant for a period of 15 minutes without the introduction of additional air. Leaks revealed during this test may be located by smoke test of other recognition methods. PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -19 0 E. Valves: Test all valve bonnets for tightness. Test operate all valves at least once from closed-to- open-to-closed position while valve is under test pressure. Test all automatic valves, including solenoid valves, and temperature and pressure relief valves, safety valves, and temperature and pressure relief valves not less than three (3) times. F. Piping Specialties: Test all thermometers, pressure gauges, and water meters for accurate indication; automatic water feeders, air vents, trap primers, and vacuum breakers for proper performance. Test all air vent points to ensure that all air has been vented. G. Backffow Preventers: Each testable backflow prevention device shall be tested and approved by certified testers after installation. Submit test results. END OF SECTION PLUMBING PIPING, VALVES AND SPECIALTIES 15150 -20 SECTION 15250 INSULATION PART1- GENERAL 1.1. APPLICABLE REQUIREMENTS L A. All work to be furnished and installed under this section shall comply with all the requirements of General Conditions, Supplemental Conditions, Division 1 - General Requirements, and Section 15010 - Basic Mechanical Requirements. 1.2. SCOPE A. All work to be furnished and installed under this section shall include, but not necessarily be limited to, providing insulation for the following: 1. All supply air and return air ductwork. 2. Domestic hot water supply and return piping. 3. Drains from electric drinking fountains to first connection. 4. Exposed waste and water piping below handicap accessible lavatories. 5. Hot and cold equipment. 6. Valves and fittings. B. Types of mechanical insulation specified in this Section include the following: 1. Fiberglass pipe insulation. 2. Cellular glass pipe insulation. 3. Calcium silicate pipe insulation. 4. Fiberglass duct insulation. 5. Cellular glass duct insulation. 6. Insulation jackets. 7. Insulation accessories. 1.3. RELATED WORK SPECIFIED ELSEWHERE A. Section 15050: Basic Materials and Methods B. Section 15400: Plumbing 1.4. QUALITY ASSURANCE A. Codes and Standards: Provide products conforming to the requirements of the following: 1. American Society for Testing and Materials (ASTM): Manufacture and test insulation in accordance with the ASTM standards, including: a. B209 Specification for Aluminum and Aluminum -Alloy Sheet and Plat. b. C165 Recommended Practice for Measuring Compressive Properties of Thermal Insulation. c. C167 Test Methods for Thickness and Density of Blanket or Batt Thermal Insulations. INSULATION 15250-1 0 d. C177 Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hot -Plate Apparatus. e. C195 Specification for Mineral Fiber Thermal Insulating Cement. f. C196 Specification for Expanded or Exfoliated Vermiculite Thermal Insulating Cement. g. C302 Test Method for Density of Preformed Pipe - Covering -Type Thermal Insulation. h. C303 Test Method for Density of Preformed Block -Type Thermal Insulation- j. C305 Test for Thermal Conductivity of Pipe Insulation. j. C356 Test for Linear Shrinkage of Preformed High- Temperature Thermal Insulation. k. C4 t 1 Test for Hot - Surface Performance of High Temperature Thermal Insulation. I. C449 Specification of Mineral Fiber Hydraulic- Setting Thermal Insulating and Finishing Cement. m. C533 Specification for Calcium Silicate Block and Pipe Thermal Insulation. n. C534 Specification for Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form. o. C547 Specification for Mineral Fiber Preformed Pipe Insulation p. C552 Specification for Cellular Glass Block and Pipe Thermal Insulation. q. C553 Specification for Mineral Fiber Blanket -Type Pipe Insulation (Industrial Type). r. C592 Mineral Fiber Blanket Insulation and Blanket -Type Pipe Insulation (Metal - Mesh Covered). s. C612 Specification for Mineral Fiber Block and Board Thermal Insulation. t. C916 Standard Specification for Adhesives for Duct Thermal Insulation. u. C921 Practice for Determining Properties of Jacketing Materials for Thermal Insulation. v. C1071 Standard Specification for Thermal and Acoustical Insulation w. E84 Test Method for Surface Burning Characteristics of Building Materials. 2. American Society of Heating, Refrigerating, and Air- Conditioning Engineers ( ASHRAE): Provide and install pipe and duct insulation in accordance with the following ASHRAE standard: a. 90 Energy Conservation in New Building Design. 3. National Fire Protection Association (NFPA): Manufacture insulation in accordance with the following NFPA standards: INSULATION 15250-2 IT BEACH POLICE OEPAR• NT • a. 255 Test Methods, Surface Burning Characteristics of Building Materials. B. Do not provide materials with flameproofing treatments subject to deterioration due to the effects of moisture or high humidity. C. Flame /Smoke Rating: Provide composite mechanical insulation (insulation, jackets, coverings, sealers, mastics and adhesives) with flame - spread index of 25 or less, and smoke - developed index of 50 or less, as tested by ASTM E84 (NFPA 255) method. In addition, the products, when tested, shall not drip flame particles, and flame shall not be progressive. Provide Underwriters Laboratories, Inc., label or listing, or satisfactory certified test report from an approved testing laboratory to prove the fire hazard ratings for materials proposed for use do not exceed those specified. D. Corrosiveness: Provide insulation such that when tested in accordance with the following test, the steel plate in contact with the insulation shows no greater corrosion than sterile cotton in contact with a steel plate for comparison. 1. Test Specimen: Two specimens shall be used, each measuring 1 inch by 4 inches by approximately 1/2 inch thick. 2. Apparatus: Provide a humidity test chamber in which two polished -steel test plates 1 inch wide, 4 inches long and 0.020 inch thick shall be placed. Plates shall be clear finish, cold - rolled strip steel, American quality, quarter hard, temper No. 3, weighing 0.85lb /sq. ft. 3. Procedure: The steel test plates shall be rinsed with cp benzol until their surfaces are free from oil and grease and allowed to dry. One piece of cold - rolled steel shall be placed between the two insulation specimens and secured with tape or twine. The test specimen and uncovered plate shall be suspended vertically in an atmosphere having a relative humidity of 95 percent plus or minus 3 percent, and a temperature of 1200 plus or minus 3 0F., for 96 hours, and then be examined for corrosion. 1.5. SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation instructions for each type of mechanical insulation. Submit schedule showing manufacturer's product number, K- value, thickness, and furnished accessories for each mechanical system requiring insulation. Also furnish necessary test data certified by an independent testing laboratory. B. Maintenance Data: Submit maintenance data and replacement material lists for each type of mechanical insulation. Include this data and product in maintenance manual. 1.6. DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Division 1. Deliver insulation, coverings, cements, adhesives, and coating to the site in containers with manufacturer's stamp or label affixed showing fire hazard indexes of products. B. Store /protect products under provisions of Division 1. Protect insulation against dirt, water, chemical, and mechanical damage. Do not install damaged or wet insulation; remove from project site. INSULATION 15250-3 0 PART 2- PRODUCTS 2.1. MANUFACTURERS A. Schuller (formerly Manville), Owens - Corning, Knauf, Armstrong, Pittsburgh - Coming, Certainteed, Halstead, Rubatex or approved equal. Manufacturer and insulation types listed below indicate a minimum acceptable level of quality required for each classification. 2.2. DUCTWORK INSULATIONS A. Flexible Fiberglass Blanket: Schuller Microiite Type 75 meeting ASTM C553, Type 1, Class B -2; flexible blanket. B. 'K' Value: 0.27 at 750 F installed. C. Density: ,75 lb /cu ft. D. Vapor Barrier Jacket: FSK, aluminum foil reinforced with fiberglass yarn and laminated to fire- resistant kraft, secured with UL listed pressure sensitive tape and /or outward clinched expanded staples and vapor barrier mastic as needed. E. Rigid Fiberglass Board: Schuller 814 Spin -Glas meeting ASTM C612; rigid board. 1. 'K' Value: 0.23 at 75° F. 2. Density: 3.0 lb/cu ft. 3. Vapor Retardant Jacket: AP, bleached kraft paper bonded to aluminum foil, reinforced . with fiberglass yarn; or FSK, aluminum foil reinforced with fiberglass yarn and laminated to fire - resistant kraft, secured with UL listed pressure sensitive tape and/or outward clinched expanded staples and vapor barrier mastic as needed. F. Canvas Jack: 1. UL listed fabric, 6 oz/sq yd plain weave cotton treated with dilute fire retardant lagging adhesive. G. Outdoor Ducts: 1. All longitudinal seams shall be located on bottom of pipes 2. Aluminum Jacket:.016 inch thick sheet, smooth/embossed finish, with longitudinal slip joints and 2 inch laps. 3. Schuller Insulkote ET, a non water -vapor retarder, non - buming, weatherproof coating for use over insulation where 'breathing' is required. 4. Schuller Zeston 2000 jacketing, UV resistant polyvinyl chloride covering with joints secured and sealed with Schuller Perma -Weld Adhesive. H. Duct Liner: Schuller Linacoustic Mat Faced or Permacote meeting ASTM C1071; flexible blanket. 1. 'K' Value: ASTM C518, 0.25 at 750 F. 2. Noise Reduction Coefficient: .65 or higher based on "Type A mounting ". INSULATION 15260-4 0 3. Maximum Velocity on Mat or Coated Air Side: 5,000 ft/min. 4. Adhesive: UL listed waterproof type. 5. Fasteners: Duct liner galvanized steel pins, welded or mechanically fastened. 2.3. PIPE INSULATIONS A. Glass Fiber: Schuller Micro -Lok meeting ASTM C547; rigid molded noncombustible. 1. 'K' Value: 0.23 at 75 °F. 2. Maximum Service Temperature: 850 °F. 3. Vapor Retarder Jacket: AP -T PLUS white kraft paper reinforced with glass fiber yarn and bonded to aluminum foil, secure with self sealing longitudinal laps and butt strips or AP jacket with outward clinch expanding staples or vapor barrier mastic as needed. Hydrous Calcium Silicate: Schuller Thermo -12 /Blue ASTM C533; rigid molded pipe; asbestos -free coded throughout material thickness and maintained throughout temperature range. 1. W Value: 0.40 at 300 °F. 2. Maximum Service Temperature: 1200 °F. 3. Compressive Strength (block): Minimum of 160 psi to produce 5% compression at 1 -1/2" thickness. 4. Tie Wire: 16 gauge stainless steel with twisted ends on maximum 12 inch centers. C. Field Applied Jackets: 1. All longitudinal seams shall be located on bottom of pipes 2. PVC Plastic: Schuller Zeston 2000. One piece molded type fitting covers and jacketing material, gloss white. Connect with tacks and pressure sensitive color matching vinyl tape. 3. Canvas Jacket: UL listed fabric, 6 oz/sq yd plain weave cotton treated with dilute fire retardant lagging adhesive. 4. Aluminum Jacket: 0.016 inch thick sheet, (smooth/embossed) finish, with longitudinal slip joints and 2 inch laps, die shaped fitting covers with factory attached protective liner. 5. Stainless Steel Jacket: Type 304 stainless steel, 0.010 inch, (smooth/corrugated) finish. D. Removable Covers: 1. Provide removable covers on valves, fittings, flanges, strainers, traps, etc. where periodic maintenance or removal is required. 2. Use of premolded fittings with PVC covers is acceptable. 3. Use of lace -on type insulating blankets is acceptable. INSULATION 15250-5 0 PART 3 - EXECUTION 3.1. EXAMINATION AND PREPARATION A. Verify that piping and ductwork has been tested for leakage in accordance with specifications before applying insulation materials. All piping and ductwork shall be inspected by Owners Representative prior to installation of insulation. Any insulation applied prior to inspection shall be removed and new insulation applied at no additional cost to Owner. Notify Owners Representative five (5) working days prior to insulation installation. B. Verify that all surfaces are clean, dry and free of foreign material. 3.2. INSTALLATION A. Install materials in accordance with manufacturer's recommendations, building codes and industry standards. B. Continue insulation vapor barrier through penetrations except where prohibited by code. C. External Ductwork Insulation: 1. Provide insulated ductwork conveying air below ambient temperature with vapor retardant jacket. Seal all vapor retardant jacket seams and penetrations with UL listed tapes or vapor retardant adhesive. 2. Provide insulated ductwork conveying air above ambient temperature with or without vapor retardant jacket. Where service access is required, bevel and seal ends of insulation. 3. Continue insulation through walls, sleeves, hangers, and other duct penetrations except where prohibited by code. 4. The underside of duct work 24" or greater shall be secured with mechanical fasteners and speed clips spaced approximately 18" on center. The .protruding ends of the fasteners should be cut off flush after the speed clips are installed, and then, when required, sealed with the same tape as specified above. 5. For ductwork exposed to physical abuse in mechanical equipment rooms or in finished spaces, finish with Schuller Zeston 2000 PVC jacket or aluminum jacket. 6. For exterior applications, provide 2" thick rigid insulation on the outer surface of the duct with a weather protection jacket. D. Duct Liner: 1. Adhere insulation to sheet metal with full coverage of a UL listed adhesive. Adhesive shall be applied to the sheet metal with a minimum coverage of 90 percent. Unless factory coated, all transverse edges and longitudinal joints of the duct liner shall be coated, 2. Secure insulation with mechanical liner fasteners as indicated by SMACNA or manufacturer. Pin length should be as recommended by the liner manufacturer. 3. All exposed edges of the liner must be factory or field coated. For systems operating at 4000 fpm or higher, a metal nosing must be installed in all liner leading edges. 4. Repair liner surface penetrations with UL listed adhesive. INSULATION 15250-6 0 5. Duct dimensions indicated are net inside dimensions required for air flow. Increase duct size to allow for insulation thickness. 6. Duct liner shall not be used on supply air ducts. E. Piping Insulation: 1. Locate insulation and cover seams in least visible locations. 2. Neatly finish insulation at supports, protrusions, and interruptions. 3. Provide insulated dual temperature pipes or cold pipes conveying fluids below ambient temperature with vapor retardant jackets with self sealing laps. Insulate complete system. 4. For insulated pipes conveying fluids above ambient temperature, secure jackets with self sealing lap or outward clinched, expanded staples. Bevel and seal ends of insulation at equipment, flanges, and unions. 5. Provide insert between support shield and piping on piping 1 -112" diameter or larger. Fabricate of Schuller Thermo -12 or other heavy density insulating material suitable for temperature. Insulation inserts shall not be less than the following lengths: 1 -1/2" to 2 -1/2" pipe size 10" long 6. Use of metal saddles is acceptable as specified in Section 15050. Fill interior voids with segments of insulation matching adjoining pipe insulation. 7. For pipe exposed in mechanical equipment rooms or in finished spaces below 10 feet above finished floor, finish with Schuller Zeston 2000 PVC jacket and fitting covers or aluminum jacket. 8. Where valves, strainers, etc, with insulation require periodic opening for maintenance, repair, or cleaning, install insulation in such a manner that it can be easily removed and replaced without damage. Use of premolded covers or lace -on type insulation blankets is acceptable. 9. For exterior applications, provide weather protection jacket or coating. Insulated pipe, fittings, joints, and valves shall be covered with Schuller Zeston 2000 PVC or aluminum jacket. Jacket seams shall be located on bottom side of horizontal piping. 10. For underground installations, install per manufacturer's written instructions and recommendations. 3.3. DUCTWORK INSULATION SCHEDULE 2. Duct Liner Where indicated 1" unless Linacoustic otherwise Permacote noted on or Mat Face plans INSULATION 15250-7 THICKNESS FINISH (inches) 1. Flexible Fiberglass: Supply ducts 1 -1/2 FSK Return ducts 1 -1/2 FSK 2. Duct Liner Where indicated 1" unless Linacoustic otherwise Permacote noted on or Mat Face plans INSULATION 15250-7 3. Rigid Insulation: Exterior ducts 2" • Aluminum Jacketing 3.4. PIPING INSULATION SCHEDULE A. All insulation thicknesses shall meet or exceed state energy code requirements as noted below. Increase thickness 1/2" if exposed to ambient air. Minimum thermal resistance in range of 4.0 to 4.6 per inch of thickness. 3.5. PAINTING A. Painting of all exposed insulation shall be in accordance with Division 9. Painting is required on all insulation of exposed ducts, pipes and equipment. END OF SECTION INSULATION 15250-8 PIPE SIZE THICKNESS (inches) (inches) 1. Fiberglass Insulation: Domestic hot water Up to 2 inch 1 2 -1/2 and over 1 -1/2 Misc, drains from electric All sizes 112 water coolers, ice machines, etc 3.5. PAINTING A. Painting of all exposed insulation shall be in accordance with Division 9. Painting is required on all insulation of exposed ducts, pipes and equipment. END OF SECTION INSULATION 15250-8 SECTION 15400 PLUMBING PART IGENERAL 1.1 APPLICABLE REQUIREMENTS A. Ail work to be furnished and installed under this section shall comply with all the requirements of General Conditions, Supplemental Conditions, Division 1 - General Requirements, and Section 15050 - Basic Materials and Methods, and other Sections in Division 15 specified herein. 12 RELATED WORK SPECIFIED ELSEWHERE A. Section 15050: Basic Materials and Methods B. Section 15080: Mechanical Insulation C. Section 15150: Plumbing Piping, Valves and Specialties D. Section 15440: Plumbing Fixtures E. Section 15450: Plumbing Equipment 1.3 SCOPE A. All work includes providing new plumbing. Systems as specified under this section shall include but not necessarily be limited to the following: 1. Connection to utilities at the existing utility trench approximately 200 feet away. 2. Connection of all waste, vent, and water piping to all plumbing fixtures, drinking fountains, sinks, electric water coolers, drains and mechanical equipment. 3. Connect to new mechanical equipment including chiller, cooling tower, etc... 4. Provide traps on all floor drains with trap primers. Pipe to trap shall be'' /:" minimum. 5. 100 °F hot water shall be mixed at point of use for service to public fixtures including lavatories. 6. Temporary Water Service: As directed by the General Contractor, the plumber shall provide a temporary metered water service and temporary water risers with four (4) hose bibbs installed at each level as the building proceeds upwards to the roof. 1.4 SUBMITTALS A. Prior to construction submit for approval all materials and equipment in accordance with Division 1. Submit manufacturer's data, installation instructions, and maintenance and operating instructions for all components of this section including, but not limited to, the following: 1. Emergency showers and eye wash. 2. Plumbing specialties. 3. Trap primers. PLUMBING 15400-1 4. Cleanouts. 5. Drains 6. Roof flashing 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver products to the site in containers with manufacturer's stamp or label affixed. B. Store and protect products against dirt, water, chemical, and mechanical damage. Do not install damaged products - remove from project site. 1.6 WARRANTY A. Provide one -year (12 months) warranty. The warranty shall include parts, labor, travel costs, and living expenses incurred by the manufacturer to provide factory authorized service. PART2PRODUCTS 2.1 GENERAL A. All materials and equipment under this Division of the Specifications shall be new, of best grade and as listed in printed catalogs of the manufacturer. B. All manufactured materials shall be delivered and stored in their original containers. Equipment shall be clearly marked or stamped with the manufacturer's name and rating. C. All items shall be furnished Vandal Proofed. One type of vandal proof screw is to be used through out this facility. Coordinate with general contractor for type. D. The following products to be included as part of this work but specified under Section 15050 Mechanical Requirements and Section 15150 Plumbing Piping, Valves and Specialties: 1. Piping. 2, Valves, 3. Hangers and supports. 4. Escutcheon plates, flashings, and sleeves. 5. Identification markers and signs. 6. Anchors, alignment guides and Seismic Zone 3 requirements. 7. Excavation and backfill. S. Pressure and temperature gauges. 9. Access Panels. E. Medical Gas and Vacuum Systems: Refer to Section 15410. F. Plumbing Fixtures: Refer to Section 15440. G. Plumbing Equipment: Refer to Section 15450. H. Products made of, or containing, lead, asbestos, mercury, or other known toxic or hazardous materials are not acceptable for installation under this Section. Any such products installed as part of the work of this Section shall be removed and replaced and all costs for removal and replacement shall be borne solely by the Contractor(s). PLUMBING 15400-2 E 2.2 VALVES: DOMESTIC WATER AND NATURAL GAS A. General: Refer to Section 15150 for details. B. Shut -Off, 2" and Smaller: Ball valve or gate valve. C. Shut -Off, 2 -112" and Larger: Lug wafer butterfly valve. D. Check Valve: Swing type. 2.3 CLEANOUTS A. Cleanout Plugs: Bronze, taper thread countersunk head. B. Floor Cleanouts: Service weight cast -iron body and frame, flange with flashing clamp, adjustable cast -iron collar, caulk inside, Ty -seal or No -hub joints, neoprene plug gasket seal. 1. Carpeted Areas: Zurn ZN- 1400- KC- VP -BP -CM or J. R. Smith 4028 C - F- C - Y - U 2. Tiled Areas: Zurn ZN- 1400- X- KC -VP -BP or J.R. Smith 4148 - F - C - U 3. Unfinished Areas: Zurn ZN- 1400- HD- KC -VP -BP or J.R. Smith 4108 C - F - C - U 4. Yard Areas: Zurn Z 1474 -IN -VP or J.R. Smith 4258 - C - U C. Cleanout Tee: Cast iron cleanout tee with countersunk brass plug, neoprene plug gasket seal and smooth stainless steel cover. 1. Manufacturer: Zurn Z- 1446 -BP or J. R. Smith 4532 S (Y) 2.4 ROOF FLASHING A. Flashing: Unless indicated otherwise on the drawings flashings for pipes through the roof shall be galvanized sheet metal, 24 gauge minimum << or sheet copper, 8 oz. per sq. ft, minimum >> with seams and joints lapped and soldered watertight. Coordinate with Architectural Sections for flashings and roofing. B. Vent Pipes: Provide caulk type, vandalproof hood with Allen head vandal proof screws for all vent pipes through roof or preformed vinyl/galvanized steel assembly. 2.5 WATER HAMMER ARRESTORS A. Piston Type: Hard drawn copper construction, mirror finished internal surfaces; machine finished brass piston, air charged, 250 psi rated, tested and certified per PDI W H -201 and ASSE 1015. <<Coordinate location of access panels with Architect or provide access panel where none are shown. >> 1. Manufacturer: Watts Series 15, Precision Plumbing series SC, or Sioux Chief. 2.6 DRAINS A. General: Provide drains of type and size as indicated on drawings, including features, as specified herein. 2.7 TRAP PRIMER A. Cast bronze construction, vacuum breaker, Y2" sweat solder connection. Install in accessible location or provide access panel. 1. Manufacturer: PPP. PLUMBING 15400-3 0 BEACH 2. Option: Sloan F -72 -A1 used in conjunction with water closet flush valve. PART 3EXECUTION 3.1 GENERAL A. This system to be installed by an experienced firm regularly engaged in the installation of plumbing systems as specified by the requirements of the Specifications. B. Install all items specified in this section of the Specification under the full purview of local and state governing agencies. C. Refer to Section 15050: General Mechanical Requirements for installation of piping, valves and other requirements. 32 PERFORMANCE OF WORK A. Examine areas, physical conditions and phasing requirements under which materials are to be installed. Layout the system to suit the different types of construction and equipment as indicated on the drawings. B. Work shall start immediately after authorization has been given to proceed so that the overall progress of the construction is not delayed. No foundry items to be installed until submittals have been approved. C. Coordinate with other trades as necessary to property interface components of the plumbing system. D. Follow manufacturer's directions and recommendations in all cases where the manufacturers of articles used on this Contract furnish directions covering points not shown on the drawings or covered in these Specifications. E. The omission from the drawings or Specifications of any details of construction, installation, materials, or essential specialties shall not relieve the Contractor from furnishing the same in place for a complete system. 3.3 PIPING INSTALLATION A. The word "piping" shall mean all pipes, fittings, nipples, valves and all accessories connected thereto. B. Run piping generally parallel to the axis of the building, arranged to conform to the building requirements and to suit the necessities of clearance for other mechanical ducts flues, conduits and work of other trades and close to ceiling or other construction as practical, free of unnecessary traps or bends. C. Run horizontal sanitary drainage at uniform pitch of not less than 118" per foot, unless otherwise indicated. Pitch horizontal vent piping downward from stack to fixtures. D. Run drainage piping as straight as possible with long radius turns. Offsets shall be made at an angle of 450 or less. E. Grade water supply piping for complete drainage of the system. Install hose bibbs at low points. F. Piping connections to all equipment shall be made up with unions. G. Provide sufficient elbows, swings and offsets to permit free expansion and contraction. H. Use reducers or increasers. Use no bushings. PLUMBING 15400-4 0 I. Ream or file each pipe to remove burrs. Inspect each length of pipe and each fitting for workmanship and clear passageway. J. Vent pipes to terminate at least 6" above the roof. Provide vandal proof hood assembly. K. Cover, cap or otherwise protect open ends of all piping during construction to prevent damage to threads or flanges and prevent entry of foreign matter. Disinfect water supply piping as specified. L. Exposed connections to equipment shall be installed with special care, showing no tool marks or threads at fittings and piping. No bowed or bend piping to be permitted. M. All ferrous to non - ferrous connections shall be made by means of dielectric fittings. Submit shop drawings for approval. N. Use extra heavy pipe for nipples, where unthreaded portion is less than 1'l2". Use no close nipples. Use only shoulder nipples. O. All piping shall be inspected for defects and flaws prior to installation. Remove any damaged piping from job site. Piping shall be thoroughly cleaned of dirt, debris or rust. P. Cleanouts to be provided at each change in direction greater than 1350 or 100' maximum intervals on underground piping. Q. Cleanouts to be same size as pipe except cleanout plugs larger than 4" shall not be required. R. Cleanouts on concealed piping to be extended through and terminate flush with the finished wall or floor. Cover plates to be provided on all cleanout plugs in finished areas. S. The bodies of cleanout ferrules to conform in thickness to that required for pipe and fittings of the same metal. T. Route piping on roof on manufactured polyethylene pipe pier supports "Pipe Pier" by Erico. 3.4 WATER HAMMER ARRESTERS A. Install as per PDI Standard W H -20 and equipment manufacturer's recommendation and as shown on working drawings. Provide before each quick closing valve (flush valve, solenoid valve, etc.) or bank of fixtures. B. Install at each plumbing fixture, bank of fixtures, equipment and as indicated. 3.5 TESTING AND DISINFECTING - PLUMBING SYSTEMS A. General: The Contractor to perform all field tests and provide all labor, equipment, and incidentals required for the tests. Owner to witness all field tests and conduct all field inspections. The Contractor to give the Owner ample notice of the dates and times scheduled for tests. Any deficiencies to be completety retested at no additional cost. 1. Inspection: Inspection to continue during installation and testing. Perform a final inspection of the equipment prior to installation to determine conformity to the type, class, grade, size, capacity, and other characteristics specified herein or indicated. Correct or replace all rejected equipment prior to installation. 2. Water Distribution Piping Test: Before fixtures are set, subject the entire hot and cold piping system to a hydrostatic pressure test of 150 pounds per square inch with water for not less than 8 hours in order to permit inspection of all joints with no evidence of leakage. Where a portion of the water distribution PLUMBING 15400-5 0 piping is to be concealed before completion, test this portion separately as specked for the entire system. 3. Sanitary, Waste, Storm, Rainwater, and Vent Piping Test: Before the installation of any fixtures or drains, cap the ends of the system and fill all lines with water to the roof level and allow to stand for at least 30 minutes without leakage. Make tests within building with piping exposed. if the system is tested in sections, tightly lug each opening, except the highest opening of the section under test, and fill each section with water and test with at least a 10' head of water. 4. Sanitary Drainage Vent, Storm, Rainwater and Fixture System Final Test: Give sanitary, drainage vent, and fixture systems. an in- service test after complete installation. After all fixtures are installed, test the entire vent and sewer system and prove gas and water tight. Final test shall be with air. Before proceeding with test, fill all traps with water. Close all stacks and line openings during test, for a minimum period of 24 hours, if test reveals leakage of air at any point, repair and retest the system. 5. Disinfection of Water Distribution System: After pressure tests have been made thoroughly flush the entire domestic water distribution system with water until all entrained dirt and mud have been removed, and sterilize by chlorinating material. The chlorinating material shall be liquid chlorine. The chlorinating material shall provide a dosage of not less than 50 parts per million and shall be introduced into the system or part thereof in an approved manner. Retain the treated water in the pipe for 24 hours, or, fill the system or part thereof with a water - chlorine solution containing at least 200 parts per million of chlorine and allow to stand for three hours. Open and close all valves in the system being disinfected three times during the contact period. Then flush the system with clean potable water until the residual chlorine is reduced to less than 1.0 ppm. During the flushing period open and close all valves and faucets three times. From at least three divergent points in the system, take samples of water in properly sterilized containers for bacterial examination. Repeat the disinfecting until tests indicate that satisfactory bacteriological results have been obtained. a. Taking of samples shall be witnessed by Architect or Owner's representative. Samples areto be taken and tested by an independent analytical testing laboratory. Written reports shall be supplied to Architect for approval. 3.6 OPERATING TESTING AND CERTIFICATION - PLUMBING SYSTEMS A. Upon completion and disinfection, and prior to acceptance of the installation, the Contractor to subject the plumbing system to operating tests to demonstrate satisfactory, functional, and operating efficiency. Such operating tests to include the following information in a report with conclusions as to the adequacy of the system- 1 . Time, date, and duration of tests. 2. Water pressures at most remote location. 3. Operation of all valves and hydrants. 4. Operation of all floor drains by flooding with water. 5. Quality of domestic water. 6. Read all indicating instruments at half -hour intervals unless otherwise directed. Supply four copies of the test report to the Owner. 3.7 CLEANING EQUIPMENT AND MATERIALS A. In addition to the requirements of Section 15050, provide for the safety and good condition of all materials and equipment until final acceptance by the Owner. Protect all materials and equipment from damage. PLUMBING 15400-6 LJ 'PORT BEACH POLIC Provide adequate and proper storage facilities during the progress of the work. Special care to be taken to provide protection for bearings, open connections, pipe coils, pumps, compressors, and similar equipment. B. All piping, finished surfaces, and equipment to have ail grease, adhesive labels, and foreign materials removed. C. All piping to be drained and flushed to remove grease and foreign matter. Pressure regulating assemblies, traps, flush valves, and similar items shall be thoroughly cleaned. Remove and thoroughly clean and reinstall all liquid strainer screens after the system has been in operation for ten days. D. When connections are to be made to existing systems, the Contractor is to do all cleaning and purging of the existing systems required to restore them to the condition existing prior to the start of work. 3.8 OPERATION MANUALS, START -UP SERVICE, WARRANTIES, ACCEPTANCE AND GUARANTEES A. General: Refer to Section 15050 for details. END OF SECTION PLUMBING 15400-7 NEWPORT SECTION 15440 PLUMBING FIXTURES PART 1GENERAL 1.1 APPLICABLE REQUIREMENTS r'1 LJ A. All work to be furnished and installed under this section shall comply with all the requirements of General Conditions, Supplemental Conditions, Division 1 - General Requirements, and Section 15050 - Basic Materials and Methods, and other Sections in Division 15 specified herein. 1.2 SCOPE A. All work to be furnished and installed under this section shall include, but not necessarily be limited to, the installation of plumbing fixtures and trim. 1.3 RELATED WORK IN OTHER SECTIONS A. Section 15050: Basic Materials and Methods B. Section 15400: Plumbing C. Section 15450: Plumbing Equipment 1.4 SUBMITTALS A. Prior to construction submit for approval all materials and equipment in accordance with Division 1. Submit manufacturer's data, colors, installation instructions, and maintenance and operating instructions for all components of this section including, but not limited to, the following: 1. Plumbing fixtures. 2. Piping specialties. 3. Toilets. 4. Lavatories. 5. Sinks. B. Shop Drawings: Submit rough -in drawings. Detail dimensions, rough -in requirements, required clearances, and methods of assembly of components and anchorages. Coordinate requirements with Architectural Woodwork shop drawings specified in Division 6 for fixtures installed in countertops and cabinets. Furnish templates for use in woodwork shop. C. Samples: Submit samples of any piece of equipment requested by Architect for review and approval. D. Wiring Diagrams: Submit manufacturer's electrical requirements and wiring diagrams for power supply to units. Clearly differentiate between portions of wiring that are factory installed and field installed portions. 1.5 CODES AND STANDARDS A. Uniform Plumbing Code (UPC) with State Amendments. B. All fixtures and faucets must meet all requirements of Americans with Disabilities Act (ADA). C. State Energy Code PLUMBING FIXTURES 15440-1 i NEWPORT BEACH POLICE D. ARI Standard 1010: "Drinking Fountains and Self- Contained Mechanically Refrigerated Drinking Water Coolers." 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver units to the site in containers with manufacturer's stamp or label affixed. B. Store and protect products against dirt, water, chemical, and mechanical damage. Do not install damaged products. Remove damaged products from project site. 1.7 MAINTENANCE A. Extra Stock: 1. Furnish special wrenches and other devices necessary for servicing plumbing fixtures, flush valves, and trim to Owner with receipt in a quantity of one device for each 10 fixtures. 2. Furnish faucet repair kits complete with all necessary washers, springs, pins, retainers, packings, o- rings, sleeves, and seats in a quantity of 1 kit for each 10 faucets. PART2PRODUCTS 2.1 GENERAL A. Provide fixtures as specified. Fixtures in any secure or public areas shall be vandal proofed. B. Architect/Engineer shall review and approve any substitution requested by Contractor prior to bid submittal. C. Provide fixture as specified, acceptable manufacturers: 1. Vitreous China or Cast Iron Fixtures: American Standard or Kohler. 2. Stainless Steel Sinks: Elkay or Just a. All stainless steel is 18 gauge, type 304 unless otherwise specified. D. Provide faucet as specified. Acceptable manufacturers: Chicago Faucets E. Provide flush valve as specified. Acceptable manufacturers: Sloan. F. Provide commercial grade toilet seat as specked. Acceptable manufacturers: Beneke, Bemis, Church or Olsonite. G. Provide heavy -duty cast iron commercial grade carrier as specified. Provide compact carriers where space is limited. Acceptable manufacturers: Ancon, Jay R. Smith, Wade or Zum. No plastic parts on foundry items. 1. Wall hung lavatory: J.R. Smith fig: 0700(D) —M31 concealed arm carrier. H. Provide heavy duty commercial grade 17 -gauge P -Trap and supplies with stops as specified. Provide heavy duty commercial grade lavatory supplies. Supplies shall be %'x 3/8" x 12" ground joint flexible riser with loose key angle stop with chrome plates I.P.S. brass nipple. Sink supplies shall be Y2" x 12" ground joint flexible riser with loose -key angle stop with chrome plated I.P.S. brass nipple. Provide bell type escutcheons for both P -trap and supplies. Acceptable manufacturers: Zurn, Brasscraft, Chicago, or McGuire. PLUMBING FIXTURES 15440-2 E NEWPORT BEACH POLICE 1. P -trap - Lav: McGuire C8902 -DF or Zum Z -8701. 2. P -trap - Sink: McGuire C8912 -DF or ZurnZ -8702. 3. Supply for Lavatory: McGuire H2165 LK or Zurn ZH- 8821 -LK. 4. Offset supply for barrier free lavatory: McGuire 155 WC. 5. Supply for Sink: McGuire H2167 LK. 6. Supply for Water Closet: McGuire H2169LK 7. Escutcheons: McGuire W EOOD Series, wrought brass, bell type. 8. Lavatory grid strainer: McGuire 155A. 9. Barrier -free lavatory offset grid strainer: McGuire 155WC. 10. Sink Strainer: Elkay LK -18B. 1. Insulation:- provide white molded closed cell vinyl pre -fab insulation on P -Trap and on both hot and cold water supply for barrier free lavatories and sinks. Acceptable manufacturers: Plumberex, True -Bro, and Pro -Wrap. Bag type insulators are not acceptable. PART 3EXECUTION 3.1 GENERAL A. Verify all dimensions by field measurements. Verify that all plumbing fixtures may be installed in accordance with pertinent codes and regulations, the original design, and the referenced standards. B. Examine rough -in for potable water and waste piping systems to verify actual locations of piping connections prior to installing fixtures. C. Examine walls, floors and cabinets for suitable conditions where fixtures are to be installed. D. Install plumbing fixtures level and plumb, in accordance with fixture manufacturer's written instructions, rough -in drawings, and pertinent codes and regulations, the original design, and the referenced standards. E. Comply with the installation requirements of ADA with respect to plumbing fixtures for the physically handicapped. F. Fasten plumbing fixtures securely to supports or building structure. Secure supplies behind or within wall construction to provide rigid installation. G. Install a stop valve in an accessible location in the water connection to each fixture. H. Install escutcheons at each wall, floor, and ceiling penetration in exposed finished locations and within cabinets and millwork. 1. Seal fixtures to walls and floors using silicone sealant as specified in Section 07900. Match sealant color to fixture color. PLUMBING FIXTURES 15440-3 i 10 NEWPORT BEACH POLICE DEPARTMENT J. Test fixtures to demonstrate proper operation upon completion of installation and after units are water pressurized. Replace malfunctioning units, then retest. K. Inspect each installed unit for damage. Replace damaged fixtures. L. Adjust water pressure at drinking fountains, faucets, shower valves, and flush valves to provide proper flow stream. M. Replace washers or cartridges of leaking or dripping faucets and stops. N. Clean fixtures, trim, and strainers using manufacturer's recommended cleaning methods and materials. O. During construction cover all installed fixtures, sinks, and water coolers with cardboard boxes and wrap with Visqueen. P. Provide flush valve and faucet support behind wall. END OF SECTION PLUMBING FIXTURES 15440 -4 SECTION 15880 AIR DISTRIBUTION PART 1- GENERAL 1.1. APPLICABLE REQUIREMENTS 0 A. All work to be furnished and installed under this section shall comply with all the requirements of General conditions, Supplemental Conditions, Division 1 - General Requirements, and Section 15010 - Basic Mechanical Requirements. 12. SCOPE A. All work to be furnished and installed under this Section shall include, but not necessarily be limited to, the following applicable items: 1. Ductwork - Rigid and Flexible 2. Ductwork Specialties 3. Flexible Connections 4. Sealants, Adhesives and Tapes 5. Flashings 6. Bird Screens 7. Duct Access Panels and Doors 8, Backdraft Dampers 9. Control Dampers 10. Diffusers, Grilles, and Registers 1.3. RELATED WORK SPECIFIED ELSEWHERE A. Section 15050: Basic Materials and Methods B. Section 15250: Insulation C. Division 16: Electrical 1.4. QUALITY ASSURANCE A. Codes and Standards: Provide products conforming to the requirements of the following: 1. ADC 1062 -R4 Certification, Rating and Test Manual. Each item shall bear the ADC certified rating seal. 2. AMCA -210 Laboratory Methods of Testing Fans for Rating Purposes. 3. ANSI S1.23 Designation of Sound Power Emitted by Machinery and Equipment. 4. ASC -A7001 Standard for Duct Sealants. 5. ASTM A167Standard Specification for Stainless and Heat - Resisting Chromium - Nickel Steel Plate, Sheet, and Strip. Type 304 or 304 stainless steel. 6. ASTM A525Standard Specification for General Requirements for Steel Sheet, Zinc- Coated (Galvanized) Hot -Dip Process. G90 zinc - coated. AIR DISTRIBUTION 15880-1 0 7. ASTM A527/A527M Standard Specification for Sheet, Zinc- Coated (Galvanized) by the Hot -Dip Process, Lock - Forming Quality. 8. TIMA AAC -101 Standard for fiberglass duct liner with erosion proof facing. 9. UL 181 Factory-Made Air Ducts and Connections, Class 1 B. Conform to NFPA 90A "Standards for the Installation of Air Conditioning and Ventilating Systems ". C. Provide and construct ductwork systems in conformance with the latest editions of the following documents: 1. SMACNA "HVAC Duct Construction Standards -Metal and Flexible" 2. ASHRAE Systems and Equipment Handbook "Duct Construction" chapter 3. ASHRAE Fundamentals Handbook "Duct Design" chapter D. Alternatives: The SMACNA standards and publications referenced in this Section of the specifications establish ductwork construction requirements. 1. Alternatives to these standards and publications may be submitted. Approval will be based on demonstration that such alternatives are equivalent and satisfy the functional requirements described in the referenced standards. 2. Such demonstration shall include evidence that the alternatives proposed were tested in accordance with SMACNA procedures and with test results certified by an independent testing laboratory. E. All ductwork and equipment shall be seismically supported and braced per the SMACNA "Guidelines for Seismic Restraints of Mechanical Systems and Plumbing Piping Systems ", including Appendix E. Flame /Smoke Rating: All materials, including sealants and adhesives, shall have a flame - spread index of 25 or less, and smoke developed index of 50 or less, as tested byASTM E84 (NFPA 255) method. 1.5. SUBMITTALS A. Prior to construction, submit for approval on all materials and equipment. 1. Ductwork - Rigid and Flexible 2. Ductwork Specialties 3. Flexible Connections 4. Sealants, Adhesives and Tapes 5. Flashings 6. Bird Screens T. Duct Access Panels and Doors 8. Diffusers, Grilles, and Registers B. Shop Drawings: Provide shop drawings of sheet metal ductwork and plenums as follows: Draw to a scale not less than 118" to one foot, with sheet sizes equal to Contract Drawings. 2. Show duct sizes, where possible use even duct sizes. AIR DISTRIBUTION 15880-2 10 3. Show fitting details. 4. Show coordination with lighting fixtures, fire dampers, smoke dampers, piping, diffusers, grilles, registers, fans, major electrical runs, cable trays and bus ducts. 1.6. DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Division 1. Deliver products to the site in containers with manufacturer's stamp or label affixed. B. Storelprotect products under provisions of Division 1. Protect products against dirt, water, chemical, and mechanical damage. Do not install damaged components - remove from project site. PART 2- PRODUCTS 2.1. DUCTWORK A. Construct all ducts and plenum of gauges, and with joints, bracing, reinforcing, and other construction details in accordance with the latest construction standards previously listed. Metals shall be manufactured by United States Steel, Kaiser or equal. B. Duct dimensions indicated on Drawings are net, inside, clear dimensions. For internally lined ducts, add lining thickness to determine metal duct dimensions. C. Ducts shall be constructed of material gauges and reinforcement in accordance with the following SMACNA pressurization classifications: 1. Supply air ductwork connected to packaged constant volume units - 2" W.G. Return air ductwork connected to packaged constant volume units - 2" W .G. negative pressure. 3. General exhaust air ductwork - 2" W.G. negative pressure. 2.2. RECTANGULAR DUCTWORK A. Rectangular ductwork shall be constructed and reinforced to SMACNA standards of galvanized sheet steel. Diagonally crossbreak all panels on ducts 30- inches wide and larger, or bead using automatic bead machine with beads at 12- inches on center or less. All connections shall utilize 45 0boot take -offs. Bullhead tees and straight taps are not permitted. 2.3. ROUND DUCTWORK A. Round and oval ductwork shall be constructed to SMACNA round ductwork requirements of galvanized sheet steel. Spiral lock seams, only, to 50" diameter. Larger than 50" may be welded longitudinal or spiral lock seam. Lap or snap lock seams are not permitted for round ductwork of any size. Provide beaded sleeve joints or flanges with gasket joints. Elbows shall be 5 -gore mitered and welded. All elbows shall be long radius type with centerline radius to duct diameter of 1.5, exceptions will only be allowed at restricted space locations. All connections shall utilize welded conical tees.. Butt tees, bullhead tees or straight taps are not permitted. Flat oval shall be utilized in space restricted areas. AIR DISTRIBUTION 15880-3 0 2.4. FLEXIBLE DUCTWORK A. Flexible one -inch thick insulated round ductwork may be utilized where shown an the Drawings and at the last seven (T) feet to each air outlet and inlet. Maximum of only one 900 bend in any length. No intermediate joints are allowed. Connect each end with stainless steel screw operated drawbands. Support duct to maintain smooth shape without sagging. 2.5. FABRICATION A. Duct tape is not allowed for any duct joints. B. Joints - Sealing 1. Seal all transverse ioints including Ductmate type ioints on all supply, return, exhaust and outside air intake ducts. Hardcast, Arabol, United McGill, or equal. 2. Interior Exposed: water based sealer. Hardcast Iron Grip. 3. Interior Concealed (Above 1" W.G. Pressure Ductwork): gypsum impregnated tape and adhesive. 4. interior Concealed (To 1" W .G. Pressure Ductwork): water based sealer. Hardcast Iron Grip or equal. 5. Exterior (Above 1" W.G. Pressure Ductwork): gypsum impregnated tape and adhesive. 6. Exterior (To 1" W.G. Pressure Ductwork): oil based sealer. Hardcast Galva Grip or equal. C. Joints - Rectangular Ducts 1. Slip drive joints, standard seams, flanges or welding as required by SMACNA Duct Construction Standards. D. Joints - Round 1. Exposed Ductwork: Slip drive and sheet metal screws. 2. Concealed Ductwork: Sheet metal screws. E. Elbows 1. Construct long radius elbows with centerline not less than 1.5 times the duct width. Shorter radius elbows may be used where required to fit in restricted spaces, or as shown. Provide single thickness turning vanes on all short rectangular radius elbows less than 25" wide. Provide double thickness turning vanes for short rectangular radius elbows 25" wide and greater. Number of vanes per SMACNA. F. Transitions 1. Construct transitions with minimum slope of 1 to 5 ratio and in conformance to SMACNA. G. Branch Connections 1. Provide 45 0entry boots or radius taps for rectangular dud take -offs and conical or bellmouth taps for round duct take -offs. Straight 90 °taps are not allowed, except where round take -off duct size equals round branch duct size. Provide volume dampers at AIR DISTRIBUTION 15880-4 0 0 NEWPORT BEACH POLICE DEPARTMENT take -offs for balancing, if not provided at outlet or inlet. Provide insulation guards transitions to lined ductwork. 2.6. DUCTWORK SPECIALTIES A. Volume and Splitter Dampers: Galvanized sheet metal blade and frame with Ventfabrics Inc., Ventlok operating hardware. For accessible dampers, provide #641 self - locking dial regulators and.#644 self - locking dial regulators for insulated ductwork, #637 square end bearing, and #635 spring end bearing, as applicable. For inaccessible dampers, provide #666 or #677 concealed locking damper regulator with bearings as above. For static pressures above 3" W.G., provide #640 HiVel dial regulator and #609 HVel end bearing for accessible dampers. B. Multi- louver Volume Dampers: 16 -gauge galvanized steel frame. Opposed, 6" wide, 16- gauge galvanized steel blades. Concealed linkage in frame. Titus #AG -35-B, Ruskin #CD35 /OBD or equal. C. Flexible Connections: Provide flexible connectors at the discharge and inlet of fans, air handlers, rotating mechanical equipment, and where shown on the Drawings for proper vibration isolation. Neoprene impregnated glass Goth with 24 -gauge galvanized metal frame. Minimum dimensions - 3" metal, 3" fabric, 3" metal. Duro Dyne #MFN4, Venffabrics #Ventglas, Q Industries, consolidated Kinetics, Elgen, or equal. D. Ducts through roof shall be 16 -gauge galvanized steel, flashed and counterflashed, and provided with storm collars to secure a watertight construction. E. Bird Screens: 14- gauge, 112 -inch, galvanized wire mesh, set in a galvanized steel frame, screw set. F. Backdraft Dampers: Provide counterweight type complete with frame, end bearings, counterbalance assembly, blades, and linkage. Install at outside air intakes, exhaust outlets, and where shown on Drawings. Pack Air Products #PRD- 100AL, Ruskin #CBS -7 or equal by Swartwout, American Warming, or Vent Products. 2.7. DUCT ACCESS PANELS AND DOORS A. In sheet metal work, hollow core double construction of same or heavier gauge material as duct in which installed. Use no door smaller than 12" by 12" for simple manual access or smaller than 24" by 24" where personnel must pass through infrequently. Use 24" by 60" minimum for filters and more frequent maintenance. Use Ventlok or approved hinges and latches on all doors: 100 Series hinges and latches on low pressure system doors up to 18 " maximum dimension, 200 Series on larger low pressure system doors and 333 Series an high pressure systems. Construct doors up to 18 " maximum dimension with one inch overlap fit and gasket with 314" by 118" sponge rubber, fit larger doors against 1 -112" by 1 /8" flat stock or angle frame and gasket with 3/4" by 1/8" sponge rubber or felt. Door swing to be opposite airflow. CESCO, Vent Products, Air Balance, or equal. 2.8. DIFFUSERS, GRILLES, AND REGISTERS A. All diffusers, grilles, and registers shall be selected to provide proper air distribution for the intended occupant application. All supply air devices shall be selected to provide a maximum air velocity of 50 fpm at three feet above the floor, unless otherwise noted. Manufacturer's representative shall carefully review Architectural and Mechanical drawings and ensure diffuser /grille /register selections will provide proper air distribution at NC 25 or less. Diffusers, grilles, and registers not providing proper distribution or excessive noise at scheduled air flow shall be replaced by manufacturer at no additional expense to the Owner. AIR DISTRIBUTION 15880-5 9 B. All frames shall be selected to fit the ceiling type. Verify with Architectural Drawing. Each diffuser, grille and register shall be individually capable of balancing via duct mounted balancing dampers or attached opposed blade dampers. Provide unit opposed blade damper where individual duct mounted balancing dampers are not provided. C. Sizes, capacities and patterns shall be as shown on the Drawings. Manufacturer: Titus, Krueger, Carnes, or approved equal. D. Refer to Drawings for manufacturer and models of air distribution devices. PART 3 - EXECUTION 3.1. DUCTWORK AND SPECIALTIES INSTALLATION A. Ductwork is generally diagrammatically indicated and shall be generally installed as indicated. Do not scale Drawings for exact location of ducts. Install ducts to best suit field conditions and cooperate with other trades. Do not penetrate Structural members without consent of Architect or Structural Engineer. Check with Structural drawings prior to locating any penetrations. Duct sizes are indicated as net inside dimensions on the Drawings: The indicated dimensions shall be altered at the job site for the purpose of avoiding interferences and clearance difficulties to other dimensions producing the same air handling characteristics, provided such altered dimensions are approved by the Architect. Ducts shall be constructed in accordance with the latest edition of codes and standards identified in Part 1 and as shown on the Drawings. 1. Clean and pretreat surfaces before application of sealant. Conform to the manufacturer's cleaning procedures. Install sealants in conformance with manufacturer's instructions. Vertical ducts or horizontal ductwork penetrating fire rated ceilings, roofs, walls and floors shall be fire separated with UL listed and labeled fire dampers. Provide additional fire dampers indicated on the Drawings and as otherwise required by the UBC and building inspector. Provide approved firestopping between damper frames and fire walls. Install fire dampers in accordance with NFPA Standards, requirements of the State Fire Marshal, and applicable codes. Ensure that fire dampers are installed in the open position. 3. Provide 16 -gauge metal sleeve with 1 "clearance and pack space around ducts through walls tight with fiberglass, and seal with Schuller Duxseal or approved 3M fire proof caulking, as required. For exposed ducts through walls, provide flat, sheet metal escutcheon to conceal fiberglass and wall opening. 4. Grilles, Registers and Diffusers: Install flush, squared, tightly sealed, and entirely covering sheet metal ductwork and gaskets. Thread sheet metal mounting screws tightly into sheet metal. All frames shall be selected to fit the ceiling type. Verify with Architectural Drawing. Each diffuser, grille and register shall be individually capable of balancing via duct mounted balancing dampers or attached opposed blade dampers. Provide unit opposed blade damper where individual duct mounted balancing dampers are not provided. Duct connections shall fit securely to necks or collars behind face area. Provide all necessary transition pieces and duct collars to make connections from ductwork to neck sizes. Where ducts connect directly to necks or collars provide a minimum straight duct section of two times the dud diameter to the last elbow. Where minimum straight duct sections are not physically possible provide sheet metal plenum sized for approximately 500 fpm air velocity with duct tapped directly to side of plenum. Where building walls, floors and ceilings form portions of dud or plenum, provide AIR DISTRIBUTION 15880-6 0 gasketed angles or channels at junction points, securely bolted and sealed to building structure. 5. Install turning vanes in all mitered elbows in all ducts, so that tips are parallel with the sides of the ducts. Vanes shall be single thickness type with extended trailing edge. Tips of acoustical turning vanes on outside radius shall be flush with acoustical lining. 6. Provide flexible connections to completely isolate -fans from direct contact with all sheet metal work. Provide access panels or doors, as required, for access to valves, controllers, fire dampers. B. Hangers and Supports: Securely fasten all piping to the building construction by means of hangers, supports, guides, anchors, and sway braces to maintain pipe alignment, to prevent sagging, and to prevent noise and excessive strain on piping due to movement under operating conditions. 1. Adequately mount and anchor all material and equipment as required. Include lateral bracing as required to prevent horizontal, seismic movement. Refer to UBC and architectural Drawings for seismic requirements. 2. Do not support piping or ductwork from pumps, fans or any other pieces of equipment. 3. Powder driver fasteners shall not be used to support rectangular ducts of 40" maximum dimension. Powder driven fasteners shall not be allowed in existing facilities where electronic equipment is located. 4. Support round duct, 30" and larger, with two hangers at each support point. 5. Hangers and supports shall conform to SMACNA section, "Hangers and Supports ". Nail inserts, hangers and supports to formwork before slabs are poured. Cut off or remove nails, strap -ends and other projections, flush with concrete after forms are removed. 6. Support vertical ducts, passing through floors with two continuous angles screwed to the duct and bearing to the floor and conforming to SMACNA section "Riser Support-From Floor". Blocking or shimming ducts will not be permitted. C. Other: 1. Fans: Align fans, motors, and drives. Install fans to render bearings accessible for lubrication without dismantling fans or ducts. Provide extended bearing oilers as required. Mount all fans on vibration isolators as specified. 2. Filters: Ensure that all filters are clean at completion of installation. Interpret this as meaning the cleaning of cleanable filters providing new clean disposable or replaceable media filters, as specified. Provide manometer at each filter bank. 3. Insulation: Properly and neatly apply insulation on all material and equipment and apparatus, as specified, including all fittings. Apply insulation over clean, dry surfaces, with adjoining sections firmly butted together and canvas smoothly pasted over. When vapor barriers are specified, install continuous overall external surfaces of the entire system. AIR DISTRIBUTION 15880-7 0 3.2. SEISMIC REQUIREMENTS A. All HVAC equipment and machinery shall be anchored to withstand forces generated by earthquake motions. As a minimum, equipment and equipment frames shall be designed to withstand a force of 100% of the weight of the equipment and frame acting at its center of gravity. Anchorage of the equipment and/or frame to the structure shall be for a force of three times gravity also acting at the center of gravity. B. Ductwork and equipment shall be seismically braced per SMACNA Manual. C. For substituted equipment the seismic calculations shall be the responsibility of contractor. 3.3. EQUIPMENT A. Install equipment as shown on plans and in accordance with manufacturer's installation recommendations. 3.4. SUPPLY DIFFUSER AND REGISTER LOCATIONS A. Coordinate location of supply outlets with ceiling mounted smoke detector. Locate outlets or outlet distribution so as to prevent airflow, from inhibiting the operation of smoke detectors. Locate ceiling outlets a minimum of 3' -0" from smoke detectors. 3.5. PAINTING A. Where the interior surfaces of ductwork are visible through the blades of supply outlets, return inlets, and exhaust inlets - paint the interior visible surfaces with one coat of Flat black paint. 3.6. FIELD QUALITY CONTROL A. Do not insulate or conceal ductwork before inspection by Owner's Representative, Architect or Engineer. Remove insulation and ceiling to permit inspection. Leak test in accordance with SMACNA "HVAC Air Duct Leakage Test Manual" at 150 percent of maximum working pressure. Provide test fans, temporary power and instrumentation in accordance with SMACNA testing specifications. Leakage shall not exceed two percent of maximum system air quantity indicated on the Drawings. B. Acceptance of duct systems shall be contingent upon conformance with the requirements specified in Section 15990 "Testing, Adjusting and Balancing ". 3.7. ADJUSTING AND CLEANING. A. Clean the inside of plenums, casings, enclosures, fans, and accessible ductwork before starting fans. Blowout coils with compressed air. Install a clean set of filters in each system prior to testing and balancing. Proceed with testing and balancing. All dampers shall be locked in place. Upon completion and acceptance of testing and balancing or after 200 hours of operation, whichever is greater, replace all filters with new. END OF SECTION AIR DISTRIBUTION 15880-8 0 SECTION 15990 TESTING, ADJUSTING AND BALANCING PART1- GENERAL 1.1. APPLICABLE REQUIREMENTS A. All work to be furnished and installed under this section shall comply with all the requirements of General Conditions, Supplemental Conditions, Division 1 - General Requirements, Section 15010 - Basic Mechanical Requirements, and other Sections in Division 15 specified herein. 1.2. WORK RELATED IN OTHER SECTIONS A. Section 15010: Basic Materials and Methods. B. Section 15600: Heating, Ventilating and Air Conditioning. C. Division 16: Electrical 1.3. SUMMARY A. Scope: Extent of testing, adjusting and balancing work required by this Section is indicated on the drawings, in schedules, and by the requirements of this Section, and Section 15010 - Basic Mechanical Requirements. B. Systems: Testing, adjusting and balancing specified in this Section shall include, but not be limited to, the following systems: 1. Air handling systems including supply, return and exhaust. 2. Air distribution ductwork including supply, return and exhaust. 1.4. QUALITY ASSURANCE A. Tester's Qualifications: A specialist certified by the National Environmental Balancing Bureau (NEBB) or Associated Air Balance Council (AABC) with at least 3 years of experience in those testing, adjusting and balancing requirements similar to those required for this project, who is not the installer of the system to be tested and is otherwise independent of the project. B. Codes and Standards: Provide testing, adjusting and balancing conforming to American Society of Heating, Refrigerating, and Air - Conditioning Engineers ( ASHRAE), American National Standards Institute (ANSI), and either NEBB or AABC, the following: 1. American National Standards Institute (ANSI): Comply with the following: a. S1 A Specification For Sound Level Meters b. S1.11 Specification For Octave -Band and Fractional- Octave -Band Analog and Digital Filters 2. American Society of Heating, Refrigerating, and Air Conditioning Engineers ( AHHRAE) - 1991 HVAC Applications, Chapter 24: Comply with ASHRAE recommendations pertaining to measurements, instruments, and testing, adjusting, and balancing. TESTING, ADJUSTING AND BALANCING 15990 -1 3. NEBB or AABC: Comply with NEBB'S "Procedural Standards for Testing, Adjusting, Balancing of Environmental Systems" or complywith AABC MN -1 "National Standards," as applicable to mechanical air and hydronic distribution systems, and associated equipment and apparatus. C. Penalty: The Contractor shall submit the name of the organization he proposes to employ for approval within 30 days after contract award. If the Contractor fails to submit the name of an acceptable agency within the specified time, a firm may be selected to accomplish the work, and this selection shall be binding upon the Contractor at no additional cost. D. Retainages: In addition to any other sums retained or withheld pursuant to the provisions of this Contract, the amount of dollars will be withheld from payments to the contractor until such time as the work has been completed and accepted. In no event will this amount be paid to the Contractor prior to 60 days following acceptance of the project; during such time, the Contractor shall investigate and correct any reported deficiencies unless such deficiencies are a result of unauthorized tampering by building occupants. E. Calibration of Testing Instruments: All measurement instruments used for testing, adjusting, balancing, and commissioning shall be calibrated. The time between the most recent calibration data and the final test report date shall not be over 3 years. Testing and balancing agency, as part of its contract, shall act as authorized inspection agency responsible to Consulting Engineer and Owner, and shall list all items that are installed incorrectly, require correction, or have not been installed in accordance with contract Drawings and Specifications, pertaining to air distribution, cooling and heating systems. The testing and balancing agency is required to provide written reports of all deficiencies and proposed recommendations to the Owner' Representative, Contractor, Architect and Engineer. G. The testing and balancing agency shall provide with his bid a performance guarantee covering all phases of the work as herein specified. H. The General and mechanical contractors shall cooperate with the selected testing and balancing agency in the following manner: I . Provide sufficient time before final completion dates so that tests and balancing can be accomplished. 2. The various system installers, suppliers and contractors shall provide all required materials, labor and tools to make corrections when required without undue delay. Install balancing dampers as required by testing and balancing agency. 3. The contractor shall put all heating, ventilating and air conditioning systems and equipment into full operation and shall continue the operation of the same during each working day of testing and balancing. 4. Testing and balancing agency shall be kept informed of any major changes made to the system during construction, and shall be provided with a complete set of Record Drawings. 5. The General Contractor shall make space and other facilities available to the testing and balancing agency to enable their work to progress. The General Contractor shall schedule the work of other trades to avoid conflicts with this work. TESTING, ADJUSTING AND BALANCING r� 1.5. SUBMITTALS A. Conform to the Submittals requirements of Division 1. B. Forms: The Contractor shall deliver a complete copy of either NEBB or AABC standard forms for testing and balancing work associated with the project. These forms shall serve as speck guidelines for producing final test report. Hybrid or non - standards forms are not acceptable. Data shall include, but not be limited to, a title page with building information, instrument lists, air flows, water flows, temperatures, sound levels, capacities, nameplate data. C. Test Reports: Provide six (6) certified test reports, signed by the test and balance supervisor who performed the work. The final reports shall include identification and types of instruments used, and their most recent calibration date. D. Maintenance Data: Include, in maintenance manuals, copies of certified test reports and identification of instruments. E. Qualifications: The Contractor shall submit the certified individual qualifications of all persons responsible for supervising and performing the actual work and the name of the certifying engineer. Provide a reference list of five (5) similar size projects with contact person and telephone number. 1.6. JOB CONDITIONS A. General: Do not proceed with testing, adjusting and balancing work until the following conditions have been met. 1. Work has been completed and is operable. Ensure that there is no latent residual work yet to be completed on the tested equipment. 2. Work scheduled for testing, adjusting and balancing is clean and free from debris, dirt and discarded building materials. 3. All architectural openings (doors, windows, and other openings) which may affect the operation of the system to be tested, adjusted, and balanced shall at their normal states. 4. All related mechanical systems which may affect the operation of the system to be tested, adjusted, and balanced shall be at their normal operating conditions. PART 2- PRODUCTS 2.1. TEST HOLES A. Test holes shall be provided in ducts, housings and pipes as necessary for the proper air and water measurements and to balance systems. At each location where ducts or plenums are insulated, test holes shall be provided with an approved extension with plug fitting. 2.2. PATCHING MATERIALS A. Material: Seal, patch and repair ductwork, piping and equipment drilled or cut for testing purposes. 1. Plastic plugs with retainers maybe used to patch drilled holes in ductwork and housings. TESTING, ADJUSTING AND BALANCING 15990 -3 11 2. Insulation shall be neatly hemmed with metal or plastic edging, leaving test points visible for future testing. 2.3. TEST INSTRUMENTS A. Standards: Utilize instruments and equipment of type, precision, and capacity as recommended in the NEBB "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems" and AABC manual MN -1. Test Instruments: 'All instruments used for measurements shall be accurate and calibration histories for each instrument shall be available for examination. Each test instrument shall be calibrated by an approved laboratory or by the manufacturer. A representative has the right to request instrument recalibration, or the use of other instruments and test methodology, where accuracy of readings is questionable. C. Additional Instruments: Permanently installed measuring instruments, such as temperature and pressure gauges, shall be checked against transfer standard instruments. Any instrument which does not meet specification requirement shall be replaced or recalibrated. D. Cone Instruments: The Contractor shall employ manufactured enclosure type cones, capable of air volume direct readings, for all diffuserlgriile /register air flow measurements. The readout meters shall meet calibration requirements. PART 3 - EXECUTION 3.1. PROCEDURES AND INSTRUMENTS, GENERAL A. Requirements: All systems and components thereof shall be adjusted to perform as required by drawings and specifications. B. Test Duration: Operating tests of heating and cooling coils, fans, and other equipment shall be of not less than four hours duration after stabilized operating conditions have been established. Capacities shall be based on temperatures and air and water quantities measured during such tests. C. Instrumentation: Method of application of instrumentation shall be in accordance with the approved agenda. All instruments shall be applied in accordance with the manufacturer's certified instructions. 2. All labor, instruments, and appliances required shall be furnished by the Contractor. Permanently installed instruments used for the tests (e.g., flow meters and Btu meters) shall not be installed until the entire system has been cleaned and ready for operation. 3.2. DUCT SMOKE DETECTORS A. The testing and balancing agency shall direct the placement of all duct mounted smoke detectors. 1. Obtain information from the Contractor, who is to furnish the smoke detectors, on the proper differential pressure across the sampling tubes of the duct detectors. 2. By pilot tube find the location in the ductwork where sufficient differential pressure exists. Provide this information to the installing Contractor. TESTING, ADJUSTING AND BALANCING 1599" 0 B. After the installation of all smoke detectors test them again in the final installation position and report differential pressures. 3.3. AIR SYSTEM PROCEDURES A. Adjustments: Adjust all air handling systems to provide approximate design air quantity to or through, each component, and to maintain stable and comfortable interior temperatures, free of drafts or stagnant conditions. Adjusting and balancing of all systems shall be conducted during periods of the year approximating maximum seasonal operation. B. Equalizers: Equalizing devices shall be adjusted to provide uniform velocity across the inlets (duct side for supply) of terminals prior to measuring flow rates. C. Balance: Flow adjusting (volume control) devices shall be used to balance air quantities (Le., proportion flow between various terminals comprising system) to the extent that their adjustments do not create objectionable air motion or sound (i.e., in excess of specked limits). 1. Balancing between runs (submains, branch mains, and branches) generally shall be accomplished by flow regulating devices at, or in, the divided -flow fitting. 2. Restriction imposed by flow regulating devices in or at terminals shall be minimal. 3. Final measurements of air quality shall be made after the air terminal has been adjusted to provide the optimum air patterns of diffusion. D. Fan Adjustment: Total air system quantities, generally, shall be varied by adjustment of fan speeds. E. Air Measurement: Where air quantity measuring devices are specified in other sections such systems shall be used as a cross -check of portable measuring equipment. 1. Except as specifically indicated herein, pitot tube traverses shall be made of each duct to measure air flow therein. Pitot tubes, associated instruments, traverses, and techniques shall conform to the ASHRAE "Handbook Fundamentals Inch Pound Edition." 2. For ducts serving modular office areas with movable partitions, which are subject to change, pilot tube traverses may be omitted provided the duct serves only a single room or space and its design volume is less than 2000 cfm. In lieu of pitot tube traverses, air flow in the duct shall be determined by totaling volume of individual terminals served, measured as described herein. 3. Where duct's design velocity and air quantity are both less than 1000 (fpm /cfm), air quantity may be determined by measurements at terminals served. F. Test Holes: Test holes shall be in a straight duct, as far as possible downstream from elbows, bends, take -offs, and other turbulence generating devices, to optimize reliability of flow measurements. G. Air Terminal Balancing: Generally, measurement of flow rates by means of velocity meters applied to individual terminals, with or without cones or other adapters, shall be used only for balancing. Measurement of air quantities at each type of air terminal (inlet and outlet) shall be determined by the method approved for the balancing agenda. Laboratory tests shall be conducted to prove of methodology when so directed. Such tests shall be conducted in conformance with applicable ASHRAE or American Society of Mechanical Engineers (ASME) codes and shall be made at no cost. TESTING, ADJUSTING AND BALANCING 15990 -5 n U H. Air Motion: Air motion and distribution shall be as specified and indicated on drawings. The Contractor at no additional cost shall, in addition to air motion measurements, make smoke tests wherever requested to demonstrate the air distribution from air terminals. Air System Test and Balance Procedure: Perform the following tests, and balance each system in accordance with the following requirements: 1. Test and adjust blower RPM to design requirements. 2. Test and record motor full load amperes. 3. Make Pilot Tube traverse of main supply ducts and obtain design CFM at fans. 4. Test and record system pressures, suction and discharge. 5. Test and adjust system for design recirculated air, CFM. 6. Test and adjust system for design CFM outside air. 7. Test and record entering air temperatures. 8. Test and record leaving air temperatures. 9. Adjust all supply, return and exhaust air ducts to proper design CFM. 10. Adjust all zones to proper design CFM, supply and return. 11. Test and adjust duct systems and each diffuser, grille, and/or register to within 10% of design requirements. 12. Each grille, diffuser and register shall be identified as to location and area. 13. Size, type and manufacturer of VAV boxes, diffusers, grilles, registers and all tested equipment shall be identified and listed. Manufacturer's ratings on all equipment shall be used to make required calculations. 14. Readings and tests of diffusers, grilles and registers shall include required FPM velocity and test resultant velocity, required CFM and test resultant CFM after adjustment. 15. In cooperation with the control manufacturer's representative, setting adjustments of automatically operated dampers to operate as specified, indicated, and /or noted. Testing agency shall check all controls requiring adjustment by control installers. Room thermostats shall be checked for cooling and heating response. 16. All diffusers, grilles and registers shall be adjusted to minimize drafts in all areas. 17. Adjust overall system balances to allow all self - closing exterior doors to close from any open position. Maximum interior air pressure in a 100% outside air intake mode shall not exceed 0.05" static pressure relative to the outside air pressure. 18. As part of the work of this contract, the HVAC contractor shall make any changes in the pulleys, belts and dampers or the addition of dampers required for correct balance as recommended by air balance agency, at no additional cost to Owner. TESTING, ADJUSTING AND BALANCING 15990 -6 0 19. After air balancing is completed and RPM determined, HVAC Contractor shall provide fixed pitch pulleys. 20. All mixing boxes, VAV air valves, control dampers, smoke dampers and similar devices which operate at 100% shut off shall be tested for leakage. 3.4. AIR SYSTEM DATA A. Report: The certified report shall include for each air handling system the data listed below. 1. Equipment (Fan or Factory Fabricated Station Unit): a. Installation data 1. Manufacturer and model 2. Size 3. Arrangement, discharge and class 4. Motor hp, voltage, phase, cycles, and full load amps 5. Location and local identification data b. Design data 1. Data listed in schedules on drawings and specifications. c. Fan recorded (test) data 1. Cfm 2, Static pressure 3. Rpm 4. Motor operating amps 5. Motor operating bhp 2. Duct Systems: a. Duct air quantities (maximum and minimum) - main, submains, branches, outdoor (outside) air, total air, and exhaust: 1. Duct size(s) 2. Number of pilot tube (pressure measurements) 3. Sum of velocity measurements (Note: Do not add pressure measurements) 4. Average velocity 5. Recorded (test) cfm 6. Design cfm 3.5. CERTIFIED REPORTS A. Submittals: Six (6) copies of the reports described herein, covering air and water system performance, air motion (fpm), and sound pressure levels, shall be submitted prior to final tests and inspection. B. Instrument Records: Types, serial numbers, and dates of calibration of all instruments shall be included. C. Reports: Reports shall conspicuously identify items not conforming to contract requirements, or obvious maloperation and design deficiencies. TESTING, ADJUSTING AND BALANCING 15990 -7 D. Certification: Certification shall include checking of adherence to agenda, of calculations, of procedures, and evaluation of final summaries. END OF SECTION TESTING, ADJUSTING AND BALANCING 15990$ SECTION 16000 ELECTRICAL OUTLINE SPECIFICATION PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS A. Requirements of Division 1 shall apply to this section. B. These General Requirements apply to entire Division 16 and to electrical work, material and equipment, specified in other divisions. 1.2 SCOPE A. Work under this section consists of all labor, material, equipment, services, permits, fees and transportation necessary for, and/or reasonably incidental to, the construction and completion in working order of electrical work shown on the accompanying drawings and /or specified herein. B. Work includes, but is not limited to, the following: 1. Distribution systems for power and lighting. 2. Grounding system. 3. Lighting system including fixtures, lamps, supports, outlets, devices, plates, branch circuiting and control. 4. Outlet system including outlets, devices, plates and branch circuiting. 5. Telephone and data raceway system including raceways, outlets, pull wires, sleeves, terminals, grounding. 6. Conduit, wiring, outlets, devices and connections to electrical equipment furnished under other sections or by Owner for a complete installation. Installation of controls furnished under other sections. 7. Code required access panels to electrical equipment in concealed locations. Location coordinated with Architect. 8. Record drawings, operation manuals. 9. Hanger, anchors, sleeves, chases, core drilling, metal supports, channels, plywood backing, vibration isolation, seismic bracing, as required for work under this section. 10. Cleaning, patching, repairing and touch up painting as required for work under this section. 11. Permits and fees. 12. Testing, adjusting of completed work, inspections and instruction. 13. Temporary power and lighting for work under this section. ELECTRICAL 16000 -1 'CRT BEACH POLIC 1.3 1.4 14. Emergency standby power lighting system. 15. Signal and communication empty raceway and outlet systems. Equipment and wiring under other sections or by Owner. RELATED WORK SPECIFIED ELSEWHERE OR BY OTHERS A. Temporary service and wiring except as required for this section (Division 1). B. Setting of motors furnished under other divisions (Trades). C. Finish painting of flush mounted electrical equipment in public areas (Section 'Painting "). D. Telephone cable and instruments (utility company or Owner). E. Signal and communication systems wiring and equipment (separate section or by Owner). LEGAL REQUIREMENTS AND STANDARDS A. Codes and regulations: Comply with applicable sections of national, state and local codes, laws, ordinances, rules and regulations of authorities having jurisdiction, including: 1. California Energy Commission (CEC). 2. California Stale Building Code, Title 24. 3. City and State Electrical Codes. Applicable portion of local Building Codes. 4. National Electric Code (NEC). 5. National Fire Protection Association (NFPA). 6. Occupational Safety and Health Administration (OSHA). 7. State and local fire regulations and requirements. 8. Underwriters' Laboratories, Inc. (UL). B. Standards: Comply with latest editions of applicable regulations and standards of: 1. American National Standards Institute (ANSI). 2. American Society for Testing and Materials (ASTM). 3. Certified Ballast Manufacturers (CBM). 4. Energy Policy and Conservation Act (EPCA) National Energy Conservation Amendments (NAECA). 5. Institute of Electrical and Electronics Engineers (IEEE). 6. Insulated Cable Engineers Association (ICEA) ELECTRICAL 16000 -2 7. National Institute of Standards and Technology, (NIST). 8. National Electrical Manufacturers Association (NEMA). 9. National Electrical Testing Association (NETA). 10. National Uniform Seismic Installation Guidelines (NUSIG). C. Permits: Obtain permits and inspections, and pay for all fees, unless otherwise specified. Deliver all certificates of inspection to the Architect. 1.5 SUBMITTALS OF MATERIALS AND EQUIPMENT A. General: Make submittals in accordance with the General Conditions, in order as listed. Submit material list, and obtain review, prior to submission of manufacturer's data and shop drawings. 1.6 RECORD DRAWINGS A. Record of Installation: At the conclusion of the work, purchase from the Architect a set of electronic (Auto Cad) files of electrical drawings and have incorporated .by a competent CAD operator all installed data in a clearly legible manner utilizing contract drawing symbols and notations. 1.7 INSPECTIONS A. In addition to required service calls, make a minimum of two inspections accompanied by operating personnel, within the warranty period, at no expense to the Owner, to insure that all systems are maintained properly and in satisfactory operating condition. 1.8 GUARANTEES AND WARRANTIES A. Comply with guarantee requirements of Division 1. B. Guarantee all material, equipment and work for a period of one year (or greater where specked elsewhere) from written acceptance of the work, against defects of any kind, covering all parts. C. Obtain guarantees and/or warranties for factory assembled equipment and include with Operation Instruction Manual. PART2- PRODUCTS 2.1 GENERAL A. Provide material and equipment of new and recent manufacture, currently UL labeled and /or listed for the specified use. B. Where UL labeling is not available, provide certification by a Nationally Recognized Testing Laboratory (NRTL). C. Use products of the same manufacture and type for each category of material and equipment. ELECTRICAL 16000 -3 2.2 RACEWAYS AND WIREWAYS A. Rigid or Intermediate Metal Conduit including Couplings, Locknuts, Nipples: Steel, hot - dipped galvanized inside and out after threading, galvanized, threaded malleable iron or steel fittings, notched locknuts with gripping teeth. B. Electric Metallic Tubing including Locknuts, Couplings and Connectors: Galvanized steel, lacquered or enameled interior; raintight gland ring compression or setscrew compression type fittings, insulated throat connectors C. Flexible Conduit: Manufactured from single steel strip, galvanized on all four sides prior to fabrication, die cast twist -in connectors, UL listed for ground continuity. Reduced wall or aluminum flexible conduit is not acceptable. D. Liquid Tight Flexible Conduit: Flexible galvanized steel core, with extruded polyvinyl chloride cover. Liquid tight insulated throat fittings to seal and ground conduit. Provide separate bond wire where integral ground conductor is not available. 2.3 FITTINGS, OUTLETS AND JUNCTION BOXES A. Provide bright new stock, stored where continuously protected from the weather and as described herein. B. Outlet Boxes and Covers: Steel, knockout type, with full access screw -on covers or piaster rings, hot - dipped, galvanized, with cadmium plated or galvanized machine screws. C. Cast Outlet Boxes: Cast ferrous metal construction, galvanized, complete with threaded hubs for rigid conduit, number and location as required, and plugs in unused hubs; gasketed cast covers; cast device plates suitable for indicated device D. Small Junction and Pull Boxes: As specified for outlet boxes. E. Floor Boxes, Afterset: UL rated for use in 2 hour rated floors. Suitable for installation in 3" cored hole. Integra( junction box below floor for feed through. Backboxes: Refer to Communication and Signal Sections of the specifications. Provide outlet boxes of dimensions and configuration required for devices and equipment specified therein. Verify with equipment supplier. 2.4 CONDUCTORS - 600V A. GENERAL: Soft drawn copper of not less than 98 percent conductivity; solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. Use Stranded conductors below No. 8 AWG for fire alarm system, special applications and as noted. B. Conductor Insulation: XHHW -2, THHW/THWN 2.5 WIRING A. General: Specification grade. ELECTRICAL 16000 -4 2. General Use: Ivory color (as available) unless otherwise noted or specified. 3. Emergency Standby: Red color (refer to Paragraph titled "Identification and Warning Signs "). 4. Screw type terminals on all devices, suitable for up to No. 10 solid copper conductors. B. Toggle Switches: Flush tumbler, AC type, insulated base, completely enclosed. 2. 20A, tungsten load rated, at 277V. 3. Momentary type, three position, single pole, double throw, two circuit, spring return to center OFF position. Symbol: SR. C. Pilot Lights (Lighting Control): Flush neon type with lucite jewel suitable for use in switch plate opening. D. Receptacles: 1. General: Number of poles and ampere rating as shown on drawings and of NEMA standard configurations. Ground pole connected to circuit grounding conductor. 2. Duplex Convenience Receptacles: 20A, 125V; grounding third pole; side wired for 2 wire circuit use. Where 2 circuits are indicated, provide individual circuit for each half. NEMA 5 -20R. 3. Ground Fault Interrupting (GFI) Receptacles: NEMA 5 -20R duplex receptacle with integral ground fault protection and lift cover. E. Wall Plates: 1. Device plates of one make and design for all outlets, smooth, satin finish, Type 302, stainless steel, beveled edges, to fit device. 2.6 LIGHTING FIXTURES, GENERAL A. Provide complete lighting system, wired, assembled and operable, including lighting equipment and accessories as shown on the drawings, described in the fixture schedules, specified herein and covered by allowance. Accessories include canopies, suspension of proper lengths, hickeys, castings, sockets, holders, reflectors, ballasts, diffusing material, louvers, plaster and mounting frames, lamps, recessing boxes, supporting brackets and channels, where required to span structural members. B. For recessed fixtures, provide frame and trim compatible with ceiling type and construction. Refer to ceiling specifications and architectural drawings to determine types. For fixtures recessed in concrete, provide galvanized steel housing with bitumastic finish approved for the purpose. C. Provide only UL listed lighting fixtures. ELECTRICAL 16000 -5 2.7 FLUORESCENT FIXTURE BALLASTS A. General: 1. Provide electronic ballasts throughout. Electromagnetic (core and coil) type, may be used only where electronic type are not available or not applicable. 2. Sound rating of "A ". 3. Rated 50 °F minimum for fixtures on interior. Rate 0 °F minimum for fixtures on exterior, in parking garages and in refrigerated spaces. 4. HPF throughout including for compact lamps. 5. Start lamps in Rapid Start mode. 6. Advance, Mane Tek Triad, Motorola, Valmont 7. Maximum light regulation t 5% with ± 10% input voltage variation. 8. Solid -state consisting of rectifier, high frequency inverter, power control and regulation circuitry, in steel case, marked with manufacturer's name, part number, supply voltage, sound rating, power factor, open circuit voltage, RMS current draw, input watts, starting current, crest factor, efficiency and UL listing. 9. Minimum ballast factor of 95 %. 10. Maximum total harmonic distortion of 15 %, maximum third harmonic distortion of 10 %. 11. Minimum power factor of 90 %. 2.8 FLUORESCENT FIXTURE A. Temperature Rating: Design fixtures to limit ballast case temperature installed in fixtures to applicable UL Standards. B. Fixture Construction: 1. Lampholders: Bipin type. Permitting full entry of lamp pins in a vertical plane, after which entry, a 900 rotation shall properly seat the lamp. 2. Ballast: Fasten directly to metal fixture housing at three points, using captive bolts or screws, or equivalent method. 3. Housings and Bodies Recessed Troffers: Fabricated of die - formed, cold - rolled steel not less than 20 U.S. gauge welded into a one -piece assembly using lap seam construction. A complete die - formed housing of 22U. S. gauge steel will be acceptable providing the unit is ribbed, embossed or paneled with a minimum of four cross ribs so as to be equivalent in strength to the above specified. a. Provide wiring and ballast compartment accessible when the fixture is in the installed position. ELECTRICAL 16000 -6 b. For troffers in suspended ceilings, in addition to seismic suspension, provide four clips attached to fixtures to positively tie fixture to T -bar or ceiling channel suspension. In plaster and dry wall ceilings, provide all necessary framing, support and hardware. 4. Recessed Fixture Connection: Connect to fixture outlet, with 6' length maximum of flexible conduit with conductors insulated for rated fixture operating temperature. 2.9 LAMPS A. General: Unless specified otherwise herein, furnish and install lamps for each fixture of type and wattage indicated on drawings or other section of the specification, compatible with specified ballast. For fixtures on exterior or in cold locations, use lamps suitable for 0 °F start. B. Fluorescent Lamps: General: Rapid start, suitable for operation with electronic ballasts UON, 3500K, RE 835. 2.10 OCCUPANCY SENSORS B 71 C. PART 3- EXECUTION Provide California Energy Commission occupancy sensors in individual rooms, drawings. My -Tech or Watt - Stopper Passive infrared Wall Sensor: approved, UL listed, passive infrared at locations, at locations indicated on Automatic on-off control of lighting loads in rooms as indicated. Rated for both incandescent and fluorescent lighting. Up to 600 VA at 120V and up to 1200 VA at 277V with zero minimum. Capable of switching electronic fluorescent ballasts. Ultrasonic Ceiling Sensor: Automatic on -off control of lighting loads in rooms as indicated. Unit complete with low voltage power supply, relay for switching multiple circuits with local manual switches single or multiple sensors in opposite directions as indicated on drawings. 3.1 SITE CONDITIONS A. Examine the drawings of all trades and all specification sections, survey the existing conditions, and include all necessary allowances in bid proposal. B. Resolve all conflicts with code requirements, site conditions and the work of other trades. C. Verify the locations of all existing utilities prior to construction and protect them from damage. D. Pay all costs incurred due to damage of existing utilities or other facilities. ELECTRICAL 16000 -7 3.2 3.3 3.4 3.5 3.6 LOCATIONS A. Drawings are essentially diagrammatic, and although the size and locations of equipment are generally shown to scale, make use of data in all Contract Documents, and informational documents, and verify this information against Feld conditions. RESPONSIBILITY A. Provide complete functioning systems and include all labor, material and associated tools and transportation required for the system to operate safely and satisfactorily. Provide empty conduit systems where specified, complete, clear, and with pull wires, ready to accept conductors and allow for equipment installation. B. Coordinate the installation of electrical items with the schedules for work of other trades to prevent delays in total work. C. Resolve code conflicts prior to installation. QUALITY ASSURANCE A. Provide an experienced superintendent in charge of erection of the work, together with all necessary journeymen, helpers and laborers required to properly unload, erect, connect, adjust, operate and test the work involved to provide a neat, workmanlike installation. Latest industry standards are considered minimum. EXISTING FACILITIES A. Examine the drawings and specifications of the completed work and inspect the site to establish the scope of demolition work and new work to be provided under this sections and clarification of the phasing of the work. B. Based on project phasing and scheduling, demolition work will be taking place in and around existing areas that are to remain in service. Where the work under this section affects or interferes with the operation of any existing areas to remain in service, or portions of the work already in operation, provide all necessary work and material including premium pay, required to avoid shutdown of these areas during normal operations. Obtain Owner's approval for shutdown, in writing, 48 hours prior to shutdown. C. Existing electrical and signal facilities outside of the demolition area to remain in place and in service during demolition. D. Unless specifically noted or otherwise indicated or directed, remove all existing electrical equipment in the areas to be demolished. Deliver all equipment removed, including lighting fixtures, to the Owner's representative. REMODELING A. Where remodeling of existing areas is indicated, provide all work indicated and required for a complete and operating facility. Where work is adjacent to existing fixtures or devices, provide matching products to present uniform appearance. Salvage demolished material and equipment and deliver to Owner as directed. Dispose of salvaged materials and equipment where so directed in writing by ELECTRICAL 16000 -8 Owner. Patch all openings in existing walls or floors caused by removal of materials and /or equipment under this work. 3.7 DEMOLITION A. Where areas of existing facilities are indicated to be demolished or remodeled, visit site to determine scope of work. Relocate electric and signal system equipment, and reroute or replace conduit and wiring as required to conform with new use of the area and maintain operation of adjacent areas. 3.8 SLEEVES, OPENINGS, CUTTING AND PATCHING A. Locations of Openings: Locate all chases, shafts, sleeves, openings, anchors and inserts required for the installation of the electrical work during framing of the structure and before concrete placement. Obtain approval from the Architect, in writing, for penetration of structural members or blackouts through slabs for grouped conduits, prior to installation. B. Cutting and Patching: Provide, per Architect's requirements, cutting, core drilling and associated patching required due to improperly located or omitted openings, using accredited journeymen of the respective trades and without cost to Owner. In a like manner, patch openings in existing wails or floors cause by removal of conduit. Do not sleeve, cut nor drill structural members nor footings without Architect's written approval. Fill all blockouts and preformed openings provided for work under this section with concrete in a manner to maintain the fire rating integrity of the floor or wall. C. Location of Sleeves 1. Place conduits which rise through slabs on grade before concrete is poured. 2. For 1" or smaller conduits penetrating non -rated interior walls, solidly grout around conduits in concrete and masonry and solidly plaster around conduits in plaster or dry wall. 3. For all conduits penetrating rated walls and floor slabs and for 11/0 or larger conduits penetrating walls, provide sleeves of ample size to provide %" minimum annular space. Center conduit in sleeve and support independently of sleeve. D. Types of Sleeves: 1. Sleeve Assemblies: Provide UL listed assemblies for penetrating rated walls or floors in accordance with their fire rating. Requirements herein are minimum. Submit shop drawings. 2. Suspended Floor Slabs: Standard weight, galvanized steel pipe, stubbed 1" above finished floor. Cap unused sleeves to maintain floor rating. 3. Interior Walls and Partitions: Adjustable galvanized sheet steel with wall flanges and plaster lip. Provide 22 gauge for 2" and smaller conduit, 20 gauge for larger conduit. 4. Membranes: Stub sleeve 6" beyond membrane and provide flanges suitable for sealing of membrane. Obtain Architect's approval of sleeve detail. ELECTRICAL 16000 -9 E. Installation: Cut all sleeves smooth, ream and install perpendicular to floor or wall. F. Escutcheons: In finished locations exposed to public, provide chrome plated split type escutcheons held on by setscrews where conduits pass through floors, walls, and ceilings. Provide plates on conduit extending through sleeves. 3.9 CAULKING A. Provide as specified herein and detailed on the drawings. B. Conduit Penetration: Through exterior walls, caulk conduit penetrations for full wall thickness for waterproofing. At fire rated floors and partitions, pack sleeves with approved packing for full sleeve depth and caulk both ends. C. Conductor Penetration: Where sleeves or openings in fire rated floors and partitions contain conductors not enclosed in a raceway, provide UL approved seal of the sleeve or opening per manufacturers' instructions and code requirements. D. Compound Characteristics: Putty like; workable with hands down to 35 °F; firm up to 300 °F; remain pliable when exposed to air; adhere to metal, plastic, concrete, masonry and cable insulation; harmless to hands; seal without causing deterioration of materials sealed. E. Fire Rated Walls, Partitions or Floors: UL classified fire retardant assemblies. 3.10 FLASHING A. Wherever conduit extends through roof, install a four pound seamless lead flashing assembly and counter flashing. Coordinate installation of flashing with roofing installation. Provide pitch pockets as option and where indicated. 3.11 NOISE AND VIBRATION A. General: Provide systems free of noise and/or vibration transmission to building from transformers, rotating machinery or electrical equipment through structure or conduit connections. Provide sleeved openings for all conduit penetrations between rooms of low and high ambient sound levels, caulked to ensure airtight resilient closure. Correct, at no cost to Owner, conditions resulting in noise transmission to facility from work under this section. B. Wiring: In multiple runs of feeder conductors in conduit or wireway, twist associated phase and neutral conductors together to avoid abnormal field generation. C. Machinery Rooms: 1. In machinery and electrical rooms located above occupied spaces, do no penetrate floor slab without specific approval in writing. Where floor has membrane, avoid penetrations and run all conduit overhead. 2. In general, run conduits to motors and equipment overhead. For overhead drops exceeding 8' in length or floor risers over 2' high, provide unistrut or pipe brace to floor or structure. For slabs in contact with ELECTRICAL 16000 -10 earth, run conduit as specified under other paragraphs herein. Verify stub -up location with equipment supplier. 3. Do not run conduit through vibration isolated (floating) concrete slabs. D. Outlets: Do not use back -to -back outlets or through boxes. Separate outlets on opposite sides of wall by 12" minimum unless otherwise detailed. 2. In rated walls provide separation as required by Code. In sound insulated floors, ceilings, and wall partitions, provide acoustical outlet box pads, pliable, putty -like, 'h" thick, per manufacturer's instructions. Include boxes for receptacles, switches, telephone and data outlets. Isolate all conduit within the sound rated floor ceiling assembly from the building construction at points of support or contact by means of approved resilient sleeves, mounts or underlayments '' %" thick. 3.12 SEISMIC AND BRACING REQUIREMENTS A. Scope: Brace electrical systems and equipment to withstand lateral and vertical forces that result from earthquake or wind, in accordance with NUSIG guidelines. B. For conduits, 2" nominal and larger, suspended more than 12 ", provide diagonal bracing to structure at hangers, at changes in direction, and on approximate 30' centers, installed along with conduit in accordance with NUSIG and using approved components. Rework of other trades due to late installation of bracing is the responsibility of this section. C. For conduits crossing seismic separations, provide approved fittings or combinations of fittings, that permit horizontal expansion or contraction and vertical and angular deflection. Selection of fitting to be based on the dimension of the separation and conduit size. Refer to Raceways and Wireways ". D. Lighting Fixtures: Suspended acoustical ceiling system: Suspend recessed fixtures with two 12 gauge wires at opposite ends per California building Code Chapter 47. Support recessed fluorescent fixtures from building structure with steel support wires, two 10 gauge at diagonal corners or four 12 gauge at four comers. Allow '/V slack in wires. Attach fixture positively to ceiling members with attachments having a capacity of 100% of the fixture weight in all directions. Support fixtures weighing over 50 pounds directly from structure with approved hangers, and attach the fixture positively to ceiling members. Attach surface fixtures to main runners with a minimum of two approved clamping devices, 14 gauge minimum, and support each clamp from ceiling structure with 10 gauge steel wire. 3.13 GROUNDING SYSTEM A. General: Maintain equipment ground continuity through entire system including raceways, wireways, equipment enclosures, lighting fixtures and devices. Provide grounding as specified and as shown on drawings. Include equipment ground conductor in all nonmetallic conduits, in all feeders as scheduled on the ELECTRICAL 16000 -11 NEWPORT BEACH P( 3.14 drawings and in branch circuiting where indicated on the symbol list. Use green insulated copper ground conductors sized per tables herein. B. Ground Continuity: Provide green THWN insulated ground conductor in all nonmetallic conduits, each conduit run for primary and secondary feeders and where indicated for branch circuits. For lighting circuits, connect ground wire to fixture ground lead where available or bond to fixture housing by mechanical means. Connect grounding conductors to ground busses in panels, motor control centers and switchboards, and to terminals on devices, and bond to all equipment. Bond feeder grounds to all metallic pull and junction boxes. Provide copper ground conductor, sized not less than following (up to 600V systems): Circuit Device to Setting, Amperes: Ground Conductor AWG Size: Up 25 70 110 225 550 700 to to to to to to to 20 60 100 200 500 600 800 12 10 1/0 a. For parallel feeders or circuits, run ground in each conduit. Refer to schedule on drawings. 2. Provide ground bushings, fittings, and jumpers as required at expansion and seismic fittings, isolated sections and wherever ground continuity is broken. Provide ground bushings on conduit stub -ups and bond to enclosure and ground bus. 3. Bond plug strip, light track, isolated metal parts of lighting fixtures, and ground terminal of receptacles to equipment ground. 4. Provide separate green ground conductor in circuits serving isolated ground outlets, ground fault outlets, and all outlets in computer rooms and room with raised deck floors. INSTALLATION OF RACEWAYS AND WIREWAYS A. Deliver raceways and wireways to the site in standard lengths, and store where continuously protected from moisture and weather. B. Conduit sizes on the drawings are minimum, sized for copper conductors, for normal (THW) insulation. Use 3W trade size minimum for underground runs. Increase sizes where required by physical conditions, or conductor insulation's. Do not combine runs without written approval. Allow for grounding conductor as described under paragraph titled "Grounding System ". C. Conceal conduit from view above ceilings, below floors or in walls where possible. Refer to Architectural Sections and Details to determine conduit routing required to conceal conduit. D. Do not run in concrete slabs without written permission from the Architect. Conduits with diameter less than 1/3 thickness of slab (thickness is measured above flutes of deck) shall, where permitted in suspended slabs, be limited to 5% of slab in 100 sq. ft. area with a minimum spacing of V -0" o.c. as per code for fire resistive two hour floor. Route conduit to maintain slab fire resistive rating and ELECTRICAL 16000 -12 structural integrity as acceptable to the enforcing agency. Obtain agency approval prior to pouring concrete. E. Conduit may be exposed to view in mechanical rooms, electrical rooms, shop and utility areas and where indicated. Install all conduit runs parallel with or perpendicular to structural members. Surmount obstructions by use of bends, offsets, and where necessary with junction and pull boxes. For surface mounted outlets and small junction boxes within 7' of floor, use cast boxes and/or condulets. Cut conduits and raceways square and free of burrs. Ream conduit ends and clean conduits before pulling conductors. G. Cap open ends of conduits with approved manufactured conduit seals until ready to pull in conductors. Install as complete system, mechanically and electrically continuous between outlets, gear and equipment. H. Where conduits or wireways cross expansion or seismic joints, provide approved expansion fittings, or combinations of fittings, which allow deflection in all directions equivalent to twice the movement allowed in the structural design. For conduits 1'/4" trade size or smaller, 18" minimum length of weatherproof flex, slack mounted, may be used. For bends and offsets in conduit 1" and larger, use larger radius factory fittings not less than 8 times the nominal conduit size or bend with a hydraulic bender meeting NEC Table 346 -10 exception. Refer to additional requirements under Paragraph titled "Interior Telephone and Data Systems Provisions ". Replace all flattened, deformed or kinked conduit. J. Route raceways and wireways so as to prevent insulated conductors from being subjected to high ambient temperature conditions. Maintain the following minimum clearances: 1. Crossing noninsulated pipe or duct - 3 ". 2. Crossing insulated pipes or ducts - V. 3. Parallel to noninsulated pipes or ducts - 3 ". 4. Parallel to insulated pipes or ducts - 60 . K. Provide No. 14 AWG black iron pull wire or polyethylene or nylon pull rope in all empty conduits and stubs over 10' in length, extending at least 12" beyond conduit. Pull rope tensile strength to be 240 pounds up to 1%," conduit and 800 pounds for larger conduit. Submit pull rope data with shop drawings. L. Terminate branch circuit, communication and signal conduits turning from floor into interior removable nonmasonry partitions, freestanding appliances and equipment, with flush floor couplings before extending conduit. M. Secure rigid or IMC conduits to panels, pull boxes, wireways and enclosures with locknuts, inside and out, and provide impact resistant plastic, insulated throat or malleable iron bushings at terminations in pull boxes, wireways, signal cabinets, boxes and enclosures. Zinc insulated throat hubs with "O" ring gaskets may be used in lieu of double locknut and bushing. For feeder conductors No. 4 AWG and larger, provide steel or malleable iron insulating bushings with plastic liner. For EMT provide insulated throat connectors secured with locknut on interior of box or enclosure. For flexible conduit, provide insulated throat die cast twist -in connectors secured with locknut on interior of box or enclosure, or steel twist -in connectors with plastic bushing, and locknut. At switchboards and bottomless ELECTRICAL 16000 -13 NEWPORT BEACH POLICE DEPA &NT is gear and equipment, terminate conduits with ground bushing bonded to ground bus with code size conductor, No. 8 AWG minimum. Use approved coupling or unions. Running thread, threadless coupling, or split coupling connections are not permitted, N. Where conduit enters the top of drip proof gear, make connection with bolt on hubs. O. Field thread rigid and IMC conduit conforming to American Standard Pipe Threads tapered for the entire length at % inch /foot. Treat threads with protective coating to prevent corrosion, but maintain electric continuity. P. Route openable raceways and wireways so as to be readily accessible. Q. Refer to paragraph titled "Identification" for additional requirements. 3.15 CONDUIT A. Use Rigid Steel conduit in all sizes, or Intermediate Steel conduit up to 3 ": In slab on grade; on exterior; encased in exterior masonry or concrete walls; in wet locations; in refrigerated spaces; in exposed locations within 7' of floor or walking surfaces; in suspended slabs, but only where permission is obtained from Architect in writing for conduit to be run in slab. B. Use Rigid or Intermediate steel conduit for trade sizes 2%" and larger installed above grade throughout. C. Use Rigid or Intermediate Steel or Electric Metallic Tubing in Trade Sizes 2" and Smaller for: Dry concealed locations; exposed locations above 7' from floor or walking surfaces; in electrical and telephone rooms at all heights. D. Use Flexible Steel Conduit, '/," minimum trade size, 6' maximum length, for connection to lighting fixtures from fixture outlet. Where structural conditions make use of rigid conduit or tubing impractical, obtain written permission from Architect to use flexible conduit. Use 24" Minimum Length of Liquidtight Flexible Steel Conduit, '' /z" Minimum Trade Size, Slack Connected for: Connection from outlet to motor and other moving or vibrating equipment; code length to lighting fixtures in damp or wet locations; to transformer housings; to kitchen equipment; all flexible connections in exposed areas. Where conduit stubs into bottom of dry type transformer, without connecting to enclosure, bond conduit to enclosure and omit flex connection. F. Provide bend radius for flexible conduit not less than 5 times the trade size. G. Where penetrating floors or fire separations, use UL listed fittings and/or devices to maintain separation integrity. 3.16 SUPPORT AND FASTENING OF RACEWAYS AND WIREWAYS A. Support vertical conduits passing through sleeves with UL approved riser clamps secured to the conduit and resting on the building structure. Support vertical conduits 1'/," and larger a minimum of once, and on 15' centers maximum. For vertical conduits smaller than 1'/:' provide standoffs on 8' centers maximum. Support conduits adjacent to walls with preformed channels. Support freestanding risers with conduit racks of angle iron or channel iron members, ELECTRICAL 16000 -14 rigidly bolted or welded together and adequately braced. For securing vertical conduits 1" or smaller to metal studs, horizontal %" diameter steel pencil rods tied with No. 16 gauge galvanized steel, twisted tie wires, is acceptable. B. Install rigid steel conduit with threaded couplings. Support conduits 1" and larger on 10' intervals, smaller than 1" on 7' intervals, all sizes within T of connection to box, cabinet or fitting. C. Support electric metallic tubing on maximum spacing of 10' and within 3' of connections to box, cabinet or fitting including couplings. D. Support flexible metal conduit on 4' intervals, within 1' of outlet box or fitting (except at connections to recessed lighting fixtures) and within 2' of vibrating equipment. E. Support gutter and wireways at 5' intervals and at changes of direction, in a manner to allow full access. F. Attach to field poured concrete with preset inserts for conduits 3" and larger and with preset inserts or steel wedge screw anchors for smaller sizes. Shot driven studs are not permitted without written approval from the Architect. Submit size, quantity and approximate weight with request to use shot driven studs. Secure conduit with cast conduit clamps and cadmium plated machine or lag screws. G. Attach to plaster, dry wall or hollow masonry walls with metal toggle bolts. H. Attach to solid masonry walls with steel wedge anchors. I. Do not fasten rigid conduit or tubing to equipment subject to vibration or mounted on shock mounts. J. Secure conduits V/," and smaller to steel deck where permitted by Architect with cast or malleable iron conduit clamps and 1" minimum cadmium plated or galvanized sheet metal screws. K. Where attaching to steel members, use beam clamp, welded threaded studs or machine screws. L. Where not otherwise specified herein, support all sizes of suspended conduit from structure with factory made pipe hangers with split hinged malleable iron or springable steel pipe rings and solid round mild steel rods, ' /." diameter for up to 1Y," conduit, 3/6" diameter up to 2" conduit and %:" diameter for larger conduit. Friction type conduit support hardware and attachments are not acceptable. Where required conduit spacing is more frequent than available structural members, provide intermediate steel support as required. M. Provide trapeze type hangers where three or more conduits run parallel and clamp conduit to hanger. Provide diagonal seismic bracing for suspended runs of conduits 2" trade size and larger. Use unistrut type channel for trapeze assemblies. Lathing channels are not acceptable. N. Provide plated or galvanized hangers, threaded, rods, channels and metallic support and fastening material or provide two coats of rust resistant paint, in all damp or corrosive locations (e.g., vehicle maintenance garage, labs). O. Do not use perforated metal strap or wood as support material. ELECTRICAL 16000 -15 P. Support conduit to structure above suspended ceilings 3" minimum above ceiling to allow removal of tile. Do not support from T -bars or T -bar hanger wires. Maintain 2" clearance above recessed light fixtures. Q. Above fixed ceiling and in stud walls, tie conduit 1" or smaller to furring, support channels capable of carrying the weight, or studs with No. 16 gauge galvanized wire ties 4' on center, maximum. R. Attached to precast or prestressed concrete as described under applicable sections of the specifications. Coordinate installation of precast unistrut or inserts where required, or obtain written approval from the Architect of alternate support methods. 3.17 INSTALLATION OF BOXES A. Use new, bright stock and store where continuously protected from weather. B. Install all outlets and boxes in readily accessible locations. C. Provide additional pull or outlet boxes as required to meet code requirements or to facilitate pulling of wires. Locate in utility areas, above accessible ceilings, or in approved locations. D. Size boxes for devices contained and the number of wires passing through or terminating therein, not less than 4" square by 1%" deep, or equivalent configuration. Use pull and junction boxes of adequate size for splices and terminations contained therein. E. For door alarms and switches, use special boxes designed to fit in door frame. For receptacles 30A rating and greater, use 2 -118" deep box with two gang ring and plate to match device. G. Use 4- 11/16" square box with round plaster ring, for surface mounted ceiling fixtures. H. Where more than one switch is shown at one location, group behind common plate. Use gang boxes for three or more devices. Provide barrier between 277V switches controlling two or more circuits. I. Use 4- 11/16" square by 2 -1/8" deep boxes, minimum size, for more than two flexible connections to lighting fixtures. J. For wall mounted telephone, data, computer, MATV or intercom outlets, use 4- 11/16" square by 2 -1/8" deep box with one gang flush plaster ring. K. Recess boxes in finished areas, and wherever possible in utility, mechanical and electrical spaces. Provide extension rings and /or plaster rings to finish flush with finished surfaces. Install approved factory made knockout seals where knockouts are not intact, and close all openings. L. Use cast metal, gasketed boxes for locations noted on drawings and as follows: Stub mounted outlets; surface mounted outlets within 7' of the floor; wet or corrosive locations; outlets on exterior or within exterior walls facing the exterior. For flush mounted outlets, provide adapter plates. Provide threaded plugs in unused hubs. ELECTRICAL 16000 -16 0 M. For concrete work, use concrete boxes which allow the placing of conduit without displacing the reinforcing bars. Use masonry boxes in block and masonry walls. N. Use extension rings with blank covers for surface extension from flush box. O. Support light fixture outlets to building structure and equip with fixture stud and hanger bar or supporting device as required, including outlets for fixtures furnished by others. Support lighting fixtures in excess of 60 pounds to structure independently of outlet box. P. Do not use back to back outlets or through boxes. See paragraph titled "Noise and Vibration ". Q. Provide boxes for all devices. For devices not specked or scheduled, use boxes as approved, adequate for device to be installed. R. Combine devices in ganged box with suitable barriers behind common plate where indicated, specified or detailed. Provide separate or barriered boxes for normal and emergency devices. S. Provide flush mounted box with horizontal single gang ring for surface mounted multi - outlet assembly in metal raceway. T. Install boxes in a rigid manner, with box hangers, expansion shields in masonry, and machine screws on metal work. Do not nail to structure. Use plated or galvanized screws throughout. U. Secure pull and junction boxes to the structure independently of the conduits by means of bolts, rod hangers or brackets. V. For communications and signal systems, refer to paragraph titled "Communications and Signal System Provisions ". W. Provide designations per paragraph titled "Identification ". 3.18 INSTALLATION OF DEVICES A. Unless specifically directed otherwise, install switches with single gang vertical plate on latch side of door. Verify door swing before installation. B. Unless noted otherwise, install duplex receptacles, single receptacles, telephone and communications outlets vertically. Receptacles with ground slot up. Where horizontal mounting is required, locate ground slot to right when facing outlet. C. Connect receptacle grounding screw to equipment ground conductor where conductor is called for, otherwise bond to outlet box with green ground conductor. D. Plumb and align all devices and install plaster rings flush with wall surface so that plates fit tight against wall and device surface without strain. E. On exterior, and interior locations subject to moisture, use weatherproof devices. F. Within six feet of sinks, basins or sources of running or standing water, use GFI outlets. ELECTRICAL NEWPORT BEACH POLICE DEPAWNT 0 3.19 DEVICE MOUNTING HEIGHTS A. Check architectural details and building equipment drawings before installation of outlets, to determine required outlet mounting heights. Install outlets, under this work, to clear built -in features, furniture and equipment. 1. The electrical drawings take precedence as to quantity and type of outlets and general location. 2. Where architectural elevations have been provided, the elevations take precedence as to mounting height and spacing. 3. Outlets, by symbol, are generally +18 ", +42 ", or as noted on the electrical drawings. If an outlet occurs behind casework and there is no architectural elevation, locate the outlet above the counter. Where counter has a backsplash, mount outlet at +4" above top edge of splash. If there is no backsplash, mount at +4" above top of counter. 4. If outlets occur back to back, paragraph titled "Noise and Vibration" takes precedence regarding separation between boxes. 5. If an outlet is symbolized at +42" above a counter and there is a conflict, use the +4" mounting height above top of splash or counter. 6. Verify mounting height of outlets below counters for garbage disposal, hot water dispensers or undercounter refrigerators with equipment shop drawings. 7. Where a cord slot is detailed in countertops, mount outlet below counter at +18 ". a. Install outlets for specific equipment or appliances per equipment suppliers' instructions. C. Mounting height for wall mounted outlet is from centerline of outlet to finished floor, and is indicated on the drawings by " +". D. Where Not Otherwise Noted or Detailed, Use Mounting heights herein Indicated: 1. Switches and Push Buttons: +42 ". 2. Receptacle: +18" 3. Receptacles for Fixed Equipment: To suit equipment. 4. Receptacles in Equipment Rooms: +42 ". 5. At communication and/or telephone terminal backboards, provide multi outlet raceway (Plugmold) below backboard at +6 ". 6. Desk Mounted Telephone, Data and Intercom outlet: +18" 7. Backbox for Wall Mounted Telephones: +42 ". 8. Signal System Device Requiring Manual Operation: +42 ". ELECTRICAL 16000 -18 9. Fire Alarm AudiblefVisual or Visual Alarm: +80" to bottom of strobe (ADA Strobe). 10. Thermostats: +48 ". 11. Signal System Audible Device: Locate outlet so that device clears finished ceiling by 1", where not otherwise indicated. 12. Clock Outlet: +84 ", Above door, locate outlet so than bottom of clock clears top of door frame by 1" unless otherwise indicated. 13. Bracket Light Outlet: +96 ", unless otherwise indicated. 3.20 INSTALLATION OF CONDUCTORS A. Store conductors where continuously protected from sunlight, heat and weather. B. Install all conductors (line and medium voltage, low voltage, signal and control) in conduit. Complete conduit system and clean and dry conduit before pulling in conductors. Install conductors after general construction work in area has progressed sufficiently to avoid conductor damage. C. Circuit as indicated on plans and single line diagrams. D. Provide conductors of identical lengths in parallel feeder runs. E. Use fish tapes with ball type heads for pulling conductors. Pull conductors in without kinking wires or scoring conduit. F. Use only lubricant, which does not damage conductors, as a pulling aid. G. Fan branch circuit and control conductors, size 110 and smaller, in panelboards, switchboards, motor control centers and terminal cabinets and tie with plastic ties suitable for conductor size. Lace larger conductors with marline for %d' on 12" centers with intermediate tie wraps. Identify spare conductors (line, control and signal), and ground both ends to enclosure case. H. Run neutral conductors continuous to panel. Do not combine. Run feeders continuous to panel or equipment without splices. Do not splice or tap in equipment enclosures or conduits. Make necessary splices or taps only in junction boxes, pull boxes or in oversize wiring gutters designed for the purpose at panelboards. I. Use No. 12 AWG minimum for lighting and power and No. 14 AWG minimum for signal and communications and control, except where special conductors are specified. J. Allow 18" minimum free length of conductor where terminating in outlet or pull box. Provide longer lengths where indicated. K. Do not loop through receptacle terminals; connect by means of conductor taps joined to branch circuit conductors. L. Where branch circuit conductors extend from ground fault interrupting breakers, enclose conductors in plastic tubing within panelboard. M. See paragraph titled "Identification and Warning Signs ". ELECTRICAL 16000 -19 121 CONDUCTOR COLOR CODING A. For lighting and outlet branch circuits, use factory colored conductors. For motor circuits and feeders, use pressure sensitive colored tapes, in 2" wide minimum bands, at all panelboards, safety switches, motor starters, motor and equipment outlets. Where more than one multi - conductor circuit is run in a conduit, tape each multi conductor circuit together with its neutral at each junction point and outlet. B. Color Codes for Line Conductors: C. Color code conductors of cables used in communication and signal systems and control conductors in line and low voltage control panels, motor control centers and supervisory panels. Use white for grounded conductor and green for equipment ground, exclusively. 3.22 CONNECTORS AND TERMINATIONS, LINE VOLTAGE CONDUCTORS. A. For joints, splices, taps and connections for 600V conductors, use solderless connectors. B. For branch circuit conductors No. 8 AWG and smaller, use steel spring with semi rigid insulating shell, or setscrew type, taped. C. Terminate all solid conductors, No. 10 AWG and smaller by a fast holding application of the conductor directly to the binding screws of the equipment to be connected. D. For conductors No. 6 AWG and larger, use copper or bronze bolted saddle connectors and lugs, or compression type at Contractor's option, sized for conductors. For conductors No. 1 AWG and larger, use lugs with two bolts through tongue, minimum or equivalent anti -tum construction (submit sample). Connectors and lugs which are crimp type or which apply setscrews directly to the conductors are not acceptable. For breaker connection where manufacturer submits in writing that saddle lug termination is not available, dip conductor ends in solder prior to termination. Fasten lugs with flat and spring washers and hex nuts. E. In panelboard feed through gutters, use copper power distribution blocks to extend conductors from feeder to panel. Coordinate equipment terminations with equipment supplier to insure that terminals provided conform with requirements specified herein. ELECTRICAL 16000 -20 Color Color Conductor 120/208V 2771480V Phase A Black Brown Phase B Red Orange Phase C Blue Yellow Neutral White Gray (where permitted or as directed) Traveler Brown As approved Equipment Ground Green Green Instrument Ground and Green with Isolated System Ground Yellow Stripes C. Color code conductors of cables used in communication and signal systems and control conductors in line and low voltage control panels, motor control centers and supervisory panels. Use white for grounded conductor and green for equipment ground, exclusively. 3.22 CONNECTORS AND TERMINATIONS, LINE VOLTAGE CONDUCTORS. A. For joints, splices, taps and connections for 600V conductors, use solderless connectors. B. For branch circuit conductors No. 8 AWG and smaller, use steel spring with semi rigid insulating shell, or setscrew type, taped. C. Terminate all solid conductors, No. 10 AWG and smaller by a fast holding application of the conductor directly to the binding screws of the equipment to be connected. D. For conductors No. 6 AWG and larger, use copper or bronze bolted saddle connectors and lugs, or compression type at Contractor's option, sized for conductors. For conductors No. 1 AWG and larger, use lugs with two bolts through tongue, minimum or equivalent anti -tum construction (submit sample). Connectors and lugs which are crimp type or which apply setscrews directly to the conductors are not acceptable. For breaker connection where manufacturer submits in writing that saddle lug termination is not available, dip conductor ends in solder prior to termination. Fasten lugs with flat and spring washers and hex nuts. E. In panelboard feed through gutters, use copper power distribution blocks to extend conductors from feeder to panel. Coordinate equipment terminations with equipment supplier to insure that terminals provided conform with requirements specified herein. ELECTRICAL 16000 -20 G. Tape all noninsulated connections with lap wound layers of vinyl plastic tap (Scothch #88) or lap wound layers of rubber tape covered by lap wound layers of friction tape, to provide insulation equivalent to 150 percent of the conductor's insulation, but in no case less than three layers. Split bakelite casings with stainless steel spring clips designed for specific connectors may be used alternately. H. Position all splices in pull boxes and junction boxes, so they are accessible from the removable cover side of the box. Provide waterproof connections in wet locations. Pencil and roughen conductors and apply rubber tape equivalent to insulation thickness. Cover with two half - lapped layers of 8.5 mil, all weather, vinyl plastic tape, suitable for below freezing application, and coat with sealant. Form conductors into drip loops so that water does not collect on connections. Blow out conduit to remove moisture and seal conduit ends with waterproof compound. J. Torque all electrical conductor terminations in accordance with equipment manufacturer's directions and industry standards. 3.23 CONNECTORS AND TERMINATIONS, SIGNAL SYSTEM AND CONTROL CONDUCTORS. A. Run conductors continuous from equipment to terminal cabinets and devices. Do not splice. B. In terminal cabinet and junction boxes terminate on solder terminals, screw type terminals, telephone type punch terminals or wire wrapped terminals. C. At equipment or devices terminate on screw type terminals or with plug and socket connections. D. For fire alarm systems and control use screw type terminals throughout. E. For flexible connection use stranded conductors and crimp type lugs. F. For shielded conductors, make shield continuous and isolate shields from ground and other shields. 3.24 CONDUCTOR SUPPORT A. In vertical risers provide split wedge or cable damp conductor supports in equipment or intermediate junction or pull boxes, or provide code approved equivalent. Spacing Not to Exceed the Following: Support Conductor AWG Size Spacing (Feet) 110 and Smaller 100 210 through 4/0 80' 250 MCM through 350 MCM 60 500 MCM 50 750 MCM 40 ELECTRICAL 16000 -21 3.25 LIGHTING FIXTURE INSTALLATION A. Connections: Use Underwriters' Laboratories approved solderless connectors as specked elsewhere herein, for splicing. B. Blocking: Provide supplementary blocking and support under this section, as required to support fixture from structural members adequate for fixture weight. C. Surface Mounted Fixtures: Secure to structural members or to structural channels which span structural members with Y.." minimum machine screws. D. Refer to paragraph titled "Seismic and Bracing Requirements" for additional requirements. E. Fixture Outlets: In accessible tile ceilings, locate outlet within 4' of fixture, rigidly fastened to structural member or suspended from structure with rod or channel. In nonaccessible ceilings, provide access to outlet through fixture housing utilizing approved outlet assembly. Provide fixture outlet for each fixture, or continuous row of fixtures, or, in demountable ceilings, for a cluster of fixtures which can be connected by 6' flexible connections. F. Connections: Do not use fixtures as pull or junction boxes between separated fixtures. Do not flex between separated, suspended fixtures. Surface mounted fixtures, separated by not more than 6" in utility areas, may be nippled together. Connect from recessed fixtures to fixture outlet with 6' length of flexible conduit and conductors with insulation type described under paragraph titled "Conductors ". G. Location: Locate fixture outlets, recessed fixtures, and determine the length of custom, continuous row cove or "reverse cove" fixtures, by reference to Architectural reflected ceiling plans and details and measurement of building construction. Do not scale electrical drawings. H. Lamping: For initial lamping of overhead fixtures during construction, omit diffuser installation. Prior to final acceptance and when directed by the owner in writing, clean the fixtures, remove construction lamps, relamp with new lamps and install diffusers. For fixtures recessed in ceilings rated one hour or more, box around fixture to maintain ceiling integrity. Allow free space around fixture, 1" for fluorescent and 3" for incandescent fixtures. J. For mastertslave arrangement provide flexible whip between fixtures containing circuit and ballast wiring. 3.26 INTERIOR TELEPHONE AND DATA SYSTEMS PROVISIONS A. Empty telephone and data raceway systems as indicated on the drawings and as specified herein, including all distribution conduit, wireways, blockouts, sleeves, grounds, pull wires, plywood backboards, outlets and plates indicated on the drawings for wiring provided under other sections or by Owner. Minimum conduit to be' /:' trade size for telephone /data outlet. B. Conduit bends with a minimum radius in feet equivalent to the diameter of conduit in inches, and not exceeding the equivalent of two 900 bends in a single run. Where over two 900 bends are required, install accessible pull box in run. Bush ends of all conduits. Do not use condulets. ELECTRICAL 16000 -22 C. Terminate conduits at terminal backboards 6" above floor or within 12" of top of backboard. To reduce bends, backboard may be extended up to conduit stubs. 3.27 COMMUNICATIONS AND SIGNAL SYSTEM PROVISIONS A. Provide empty raceway systems, including outlets, device and equipment back boxes, sleeves, grounds, pull wires, terminal cabinets and plywood terminal backboards as indicated on the drawings for wiring systems provided under other sections or by the Owner. B. Provide back boxes for devices and equipment and terminal cabinet dimensions as required by system supplier. 3.28 ELECTRICALLY OPERATED EQUIPMENT A. Where electrically operated equipment indicated on the drawings is specified under other divisions of the specification, provide, unless otherwise indicated, all conduit, wiring and connections under this section, as required for proper operation, and in accordance with wiring diagrams furnished by equipment supplier. B. Install controls furnished by equipment supplier, and provide disconnect switches within sight of controller. C. Refer to equipment specification for coordination of work. 3.29 PROTECTION AND CLEANING A. Materials and Equipment: Cover all lighting fixtures, signal system equipment, etc., stored or installed on the site, with polyethylene sheets or approved equivalent, to protect equipment from moisture, plaster, cement, paint, or other work of other trades. Cover outlet boxes with cardboard or plastic closures. Plug or cap conduit ends until final connection. Protect conduit stubs, stub -ups and risers from construction equipment. Storage: Provide proper and adequate storage facilities. Store conductors, raceways and fittings, in dry, protected locations. C. Damage: Replace all damaged or defective work, materials or equipment. Install sensitive or delicate equipment after major construction work is completed. D. Parts: Store and protect all portable and detachable parts or portions of the installation such as spare parts, fittings, fuses, keys, locks, adapters, locking clips and inserts until completion of the work. As a precondition for acceptance of the work, deliver to the Owner's representative and obtain itemized receipt. Include receipts with the Operating and Maintenance Instruction Manual(s) required under other paragraphs of the specifications. Site Cleaning: Periodically remove waste and rubbish and maintain order. Equipment Finish: Clean and polish finished metal surfaces. Clean and prepare prime coated gear for painting. G. Light Fixtures: Remove dust and handprints from light fixture surfaces. Clean diffusers before project acceptance. ELECTRICAL 16000 -23 H. Electrical Equipment: Clean exterior and interior of all equipment. Vacuum interiors, do not blow out. Apply permanent identification and remove temporary and unauthorized notations. Acceptance: Remove all debris, dirt, grease and oil from building surfaces, caused by work under this section. Clean out and vacuum electric rooms. 3.30 PAINTING A. in Equipment and Utility Areas: Provide factory finished equipment including prime coat and medium dark gray finishing over rust- inhibitor. B. Outdoors and in Wet Locations: Provide additional factory coat of exterior lacquer for a two mils finish thickness. Indicate finish on shop drawings. C. In Public Areas: Provide shop prime coat for equipment installed flush in painted walls. Finish painting is under Specification Section "Painting ". D. Touchup: Use factory supplied paint for touchup of rusty or scratched surfaces. Replace marred or scratched plated finishes. E. Supports: All conduit hangers, racks and structural supports for electrical material and equipment under other paragraphs to be galvanized or plated to be field painted, if not plated, under this work in conformance with Specification Section "Painting ". 3.31 IDENTIFICATION AND WARNING SIGNS A. Junction and pull boxes and cabinets of signal and communication systems identifying system and voltage. 1. 277V lighting outlet and junction boxes - 2771480V. 2. 480V outlet and junction boxes - 480V. 3. Feeder conduit runs on 25' centers and on both sides of wall and floor penetrations, where visible from floor and above demountable ceilings. Indicate circuit designation and number on all feeders. Indicate system on all signal and communications system conduit sized 1%" and larger. B. Labels: 1. At all fusible devices, either individually mounted or part of gear, provide a label (as supplied by fuse manufacturer) or nameplate inside each switch cover, indicating specific type of fuse required for replacement. 2. Provide label, in addition to UL label, for each switchgear, switchboard, panelboard, transfer switch and motor control center indicating the short circuit rating of the gear as constructed and the minimum rating of devices allowable. Submit with shop drawings. C. Emergency System: Identify all enclosures per Article 700 of the NEC. 2. Paint junction box covers and covers of multi - outlet assemblies red. ELECTRICAL 16000 -24 3. Use visibly red receptacles and devices. Alternately engrave plates 'EMERGENCY SYSTEM" and fill in with red enamel. D. Conduit and Conductors: 1. Tag feeders at panels, switchboards, pull boxes, and other accessible enclosures, indicating source, voltage, circuit number and conductor ampere rating. Tags to be readily readable after installation. 2. Tag exposed ends of conduit stubs indicating system, name of panel, switchboard, etc., of origin and conduit size. 3. Identify all branch circuit system conductors with premarked, self - adhesive, wraparound cloth wire markers, indicating circuit number and name of panel, cabinet, etc., of origin, at panelboards, motor centers, switchboards, terminal cabinets, wireways, junction boxes and at outlet boxes containing more than one neutral wire. 4. Identification Format Examples: a. Switchboard Feeder - SAA -1 480/277V -225A b. Transformer Subfeeder - 3ETA -1 208/120V -380A C. Transfer Switch Subfeeder - 3ATS -1 480V -800A d. Panel AA Branch Circuit - AA -10 e. Motor Control Center Circuit - MCCA -4 480V E. Devices: Engrave on each device plate with 3116" high block letters filled with black enamel where noted and as follows: 1. Lock switch and switch with pilot light - device controlled. 2. Switch for fan, motor, unit heater - equipment controlled. 3. Switch where lights or equipment are out of sight - equipment controlled. 4. Switches in gangs of three or more - description of lights or equipment switched. 5. Receptacles over 150V to ground and /or 30A and higher rating - voltage and ampere rating. 6. Where wording is not indicated, allow for ten letters per device and use wording as directed. F. Panel Schedules: Provide typewritten panel schedules on inside of panel doors behind Gear plastic. Indicate as -built number and type of outlets served and general location of outlets or fixtures and /or item of equipment served. Where modifying existing panels, provide new typewritten schedules reflecting modifications provided under this work. 3.32 TEST AND CERTIFICATION A. General: Provide testing in accordance with NETA requirements, as specified under individual equipment and system specifications and as follows: 1. Upon completion of the work, and as a condition for acceptance, test all components and systems in the presence of the Owner's representative 1 ELECTRICAL - 16000 -25 NCH POLICE DEPA to demonstrate compliance with the specifications. Provide tests as specified and as required by the code or enforcing authorities. Adjust, repair and/or replace defective material and equipment. 2. Provide supervisory personnel experienced with the particular systems involved, and where specified, arrange for the presence of factory representatives to direct indicated testing. Check all field connections prior to testing. 3. Provide all required testing instruments and pay all costs for testing and for any resulting repair or replacement. 4. Tighten all bolted connections and meggar all equipment and bus prior to testing. 5. Tabulate all test data and prepare certified typewritten report covering all testing performed and include in Operating and Maintenance Instruction Manual(s). B. Test and Measurements: Include all required factory service engineering time to cover the outline testing. Submit a per diem cost to cover additional testing which may be requested. C. Conductors: Test for continuity, proper neutral connection, short circuit and improper ground. Meggar all feeders with switchboards andlor panels connected, but with branch loads disconnected, and meggar circuits for 20 HP and larger motors. Insulation resistance to be not less than cable manufacturer's recommendation. D. Receptacles: Verify that all receptacles are installed per manufacturer's instructions and terminal connections are secure and clean. Test for polarity. With the Aid of a GFI Tester, Such as Hubbell #GFT2 -G, Test GFI Receptacles: a. Hot - neutral - ground connections. b. At two and three milliamps respectively, GFI shall not trip within 10 seconds. c. At five milliamps, GFI shall trip within one second. 3. Test isolated ground receptacles for ground isolation. E. Adjustments: After project loads are in full operation, and at a time acceptable to the Owner: Take voltage readings at each transformer. Where voltage on secondary of building transformers is above or below required rating in excess of 2%, percent at full load, make appropriate tap changes. 2. Take current readings on each phase at each panel. Adjust branch circuiting between phases where required to balance phase currents within 10 percent. Reflect revisions in panel schedules. Circuit revisions shall not compromise multi -wire circuits sharing a common neutral. ELECTRICAL 16000 -26 0 C _ 3"a q0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. lo September 27, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Lloyd Dalton, PE 949 - 644 -3328 Idalton@city.newport-beach.ca.us SUBJECT: POLICE BUILDING MODIFICATIONS AND GENDER MODIFICATIONS & HOSE TOWER OF CONTRACT NO. 3640 RECOMMENDATIONS: ION — AWARD APPROVED 1. Approve the plans and specifications for the three projects listed above. 2. Award Contract No. 3640 to Horizons CCI Services, Inc., for the total bid price of $405,500, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $40,550 to cover the cost of unforeseen construction expenses. 4. Approve a Budget Amendment appropriating $100,000 from the Building Excise Tax Fund and $148,000 from the General Fund for the Fire Station 6 Gender Modification project and the remaining portion needed for the Police West Building Remodel project to the accounts designated on the attached budget amendment. DISCUSSION: At 11:00 AM on September 14, 2005, the City Clerk opened and read the following total bid prices for this project: Bidder Total Bid Price Low Horizons CCI Services, Inc. $410,500.00* 2 DLS Builders 413,720.00 3 PCN3, Inc. 430,396.00 4 Macench Construction Inc. 442,000.00 5 Caltec Corp. 481,000.00 *Corrected Total Bid Price is $405,500.00 The low Total Bid Price is about 14% above staffs adjusted estimate of $355,000; however, because of the competitive nature of the bids, staff feels that the consultants' estimates were way too low and that low bid is appropriate for the project. SUBJECT: Police Building Mod ns and Fire Station No. 6 Gender Modifications &e Tower Demolition — Award of` Contract No. 3640 September 27, 2005 Page 2 The low bidder, Horizons CCI Services, Inc., possesses a Building Contractors Class B License as specified in the contract documents. Horizons is a 2 year -old firm that has satisfactorily completed building projects for other agencies, a park project for the City, and is currently constructing Building W at the City's Corporation Yard. Mariners Fire Station No. 6 gender modifications was advertised for bid in May of 2004, but no bids were received. Staff feels that our local building contractors were too busy doing other work to bid on the City's small remodeling job. To make construction at Station No. 6 more attractive to contractors, staff added work at Station No. 6 and combined it with desired work in the Police Department Building. Work at Station No. 6 now includes the previous living quarters remodeling to accommodate female fire fighters, plus remodeling the kitchen, demolishing the top part of the no- longer- needed hose drying tower, and converting the lower part into a storage room. Work in the Police Department Building includes refurbishing the jail on the 11 floor and rearranging office space and creating an accessible women's restroom on the 2nd floor. Plans and specifications for the remodeling work at Station No. 6 were prepared by Dominy + Associates Architects ( Dominy). Dominy's construction estimate for the work was $60,000. Plans and specifications for the hose tower demolition work at Station No. 6 were prepared by Hutson & Partners Architecture (Hutson). Hutson's estimate was $26,000. Plans and specifications for the remodeling work at the Police Building were prepared by Paul J. Ruffing AIA (Ruffing). Ruffing's estimate was $200,000. Knowing full -well that construction projects are being bid much higher than estimated, staff increased the $286,000 sum of the architects' estimates by 25% and advertised the project at $355,000. The Contractor must complete all work within 50 consecutive working days at each site, and all work must be completed at one site before work may commence at the other. The site sequence will be determined by staff after the contract is awarded. Liquidated damages are $1000 per calendar day. Environmental Review: The project is Categorically Exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(a) of the CEQA Implementing Guidelines. This exemption covers building alterations involving partitions, plumbing, electrical, etc. Funding Availability: The total appropriation needed to award this project is $446,050, which includes a 10% amount ($40,550) for unforeseen construction expenses. Roughly $100,000 of FY 04- 05 appropriations intended for this purpose expired at the end of the fiscal year and needs to be reauthorized. Only $157,966 is currently appropriated. Expiration of the FY 04 -05 appropriation and higher -than- expected project bids necessitate a budget amendment of $288,084 to complete the project. Sufficient funds are available in Building Excise Tax Fund and General Fund reserves to award the remainder of the construction expense. SUBJECT: Police Building ModiOns and Fire Station Contract No. 3640 September 27, 2005 Page 3 No. 6 Gender ModificationAllose Tower Demolition — Award of Upon approval of the requested Budget Amendment, funds will be available in the following accounts: Account Description Account Number Amount Building Excise Tax Fund 7271- C2320878 $100,000 General Fund 7011- C2320878 131,550 General Fund 7011- C1820805 214.500 Total $446,050 DLS Builders, the #2 bidder filed a protest with the City alleging that Horizons CCI Services, Inc., failed to list all its subcontractor names and business locations in its bid; therefore, making Horizons is non - responsive per California law. Horizons has satisfactorily responded to the allegation (See attached letters). Prepared Dalton, RE n Engineer Submitted Attachments: Bid Summary DLS Builders' protest letter Horizons COI's response to DLS's protest Budget Amendment :ffG. Badum Works Director CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE STATION NO. S GENDER MODIFICATIONS & HOSE TOWER BID LOCATION: TITLE: DEMOLITION AND POLICE DEPARTMENT BUILDING MODIFICATIONS City Clerk's Office - City Hall CONTRACT NO.: C-3640 DATE: 14Sep -05 TIME: 11:00 ENGINEER'S ESTIMATE: $355,000.00 BY: SR CHECKED: DATE: 09114!2005 PROJECT MANAGER: Lloyd Dalton L--j f:Wsar:y dkontract0-011BD SUM C3640.x1s ape1 � 0 Page er's Estimate Horizons CCI Services, Inc. DLS Builders PCN3, Inc. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 108,000.00 20,000.00 40,000.00 40,000.00 2,000.00 2,000.00 6,000.00 6,000.00 2 Construct fire Station No. 6 Gender Mmodification 1 LS V230,000.00 75,000.00 183,000.00 183,000.00 183,850.00 183,850.00 148,420.00 148,4 3 Constrict Fire Station No. 6 Hose Tow 1 LS 3300000 30,000.00 7,500.00 7,500.00 49,250.00 49,250.00 34126.00 34,1 4 Construct Police Department Building 1 LS 160,000.00 230,000.00 175,000.00 175,000.00 178,620.00 178,620.00 241,770.00 241 770.00 EE 355,000.00 LOW 405,500.0G' 2ND 413 720.00 3RD 430 316.00 L--j f:Wsar:y dkontract0-011BD SUM C3640.x1s ape1 � 0 Page Macerich Construction Cattec Corp. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 108,000.00 108000.00 20000.00 20,000.00 2 Construct Fire Station No. 6 Gender MoTff atlons 1 LS 141,000.00 141,000.00 195,000.00 195,000.00 3 Construct Fire Station No. 6 Hose Tower Demclitio 1 LS 3300000 33,000.00 37,000.00 37,000.00 4 Construct Police Department Building Modifications 1 LS 160,000.00 160,000.00 229,000.00 229 000.00 4TH 442 000.00 5TH 481 000.00 2ND 3RD L--j f:Wsar:y dkontract0-011BD SUM C3640.x1s ape1 � 0 Page 0 LJ :_2:02 FAI 71456315 ?=!'_= ,''2335 11:48 000000 000 12:59 7I42B20895 Septentber15,2005 Mr. Lloyd Dalton C'- -of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92863 Re: Bid OW Pin Dalton, HORIZONS CCI ENGINEERING DLS BUILDERS UCE=)66. wrier • Per `Instruc9on to BlddaW, in accordance wfth PWc Conhact Code, erection 4100 that 4114, each bidder shall (ist the suboontracatar nnrne and bra of business, for aft wwk In excess of YA percent of the total bid. The OPparard low bidder Palled to tilt the subcontractors for the foRowirt trades: demoUft, miltwork, roofing, ceramic partitions. #ifo, terramo, flooring, tom Ibis letter is an official protest against the non- responsim apparent low bidder and we eagerly await the City of Newport Beach decision in regards to N ma ter, per California law regWrements. Thank you for your time, Sincerely, Do(na Leonte I_stimator 1975 NO. DATAVIA STMMT, ORANGE, CA BZSSB • (7141 99&3790 FAX mnv,d�sbuifders:c0m Q 003 PAGE 02 PAGE 02 - - -2:01 FAX 7145631530 HORIZONS CCI W001. • • 70RIZONS SCI SERVICES, INC. General Contracting and Engineering FACSIMILE TRANSMITTAL SHEET - . _!LOYD DALTON FRom HATEMI KINAN _ c ?A ,,x: CITY OF NEWPORT BEACH DATE-- 9/16/05 FAX NUMBER: 949 - 644 -3308 TOTAL NO. OF PAGES INCLUDING COVER 3 I F:iONE NUMBER: 949- 6443328 SENDER'S REFERENCE NUMBER: Fire Station No. 6 and Poke Contract FOUR REFERENCE NUMBER.i� v7GENT ❑ FOR REVIPW ❑ PLEASE COMMENT PLEASE REPLY ❑ PLEASE RECYCLE I ;`=,SfCOMMSNTS: Loyd 1 reference is made to DLS Builders letter of protest concerning Designation oflj Subcontractors. :. a Fo.ldwing trades: Demolition, Millwork, Roofing, Ceramic Tile, Terrazzol -_ ^: rig, and Toilet Partitions. Are either will be done in house (by Horizons � ,-Icyees) or has bid from subcontractors that don't exceed IY2 Percent of Horizons ^`F3 bid. �Ve appreciate your prompt attention. i 2111 W. CRESCENT AVE., SUITE G, ANAHEIM, CA 92801 -El (714) 563 -1600 FAX (714) 563 -1530, (714) 276 -6513 LICENSE # 825012 0 0 9 EFFECT ON SOURCE: PX City of Newport BeaC* NO. BA- 06BA -016 BUDGET AMENDMENT 2005 -06 AMOUNT: $zss,o5a.00 BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations by $288,054 to complete Fire Station 6 gender modifications and the Police West Building Remodel. Of this amount, $100,000 will come from the Building Excise Tax Fund and $186,054 will come from the General Fund. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 General Fund Surplus Fund Balance 270 3605 Building Excise Tax Fund REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Division Number Account Number Division Number Account Number Signed: Firian�cial Approval: Administrati ve Services Director Signed: Administrative Appr al: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $188,084 . $100,000 Automatic $56,534 $131,550 $100,000 —/� —dj Date to Date Description Division Number 7011 General Fund - Facilities CIP Account Number C1820805 Police West Building Remodel Division Number 7011 General Fund - Facilities CIP Account Number C2320878 Fire Station 6 Gender Modifications Division Number 7271 Building Excise Tax Fund Account Number C2320878 Fire Station 6 Gender Modifications Division Number Account Number Division Number Account Number Signed: Firian�cial Approval: Administrati ve Services Director Signed: Administrative Appr al: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $188,084 . $100,000 Automatic $56,534 $131,550 $100,000 —/� —dj Date to Date