Loading...
HomeMy WebLinkAboutC-3913 - Little Corona Restroom Facility ReplacementF- • • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11AM on the 21st day of August, 2008, at which time such bids shall be opened and read for LITTLE CORONA RESTROOM CONSTRUCTION Title of Project Contract No. 3913 $275,000 Engineer's Estimate Stephen G. Badum Public Works Director Prospective bidders may obtain one set of bid documents for $20 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: `B" For further information, call Mark Reader, P.E., Project Manager at (949) 981 -5260 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.city.newport-beach.ca.us CLICK: e- onlineservices / e- bidPublicWorks • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 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 SPECIALPROVISIONS ................................................................. ...........................SP -1 2 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 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 BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 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 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). 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. -73153`l ASS Contractor's License No. & Classification MT C�+ru civtrS t v,t✓ . Bidder A thonz Sign it -19 -o5 Date El • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO, 3913 BIDDER'S BOND We, the undersigned Principal and Surety. our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter City, in the principal SUM of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 10% •" ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of LITTLE CORONA RESTROOM CONSTRUCTION, Contract No. 3913 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents In the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 8TH day of AUGUST 12008- MJ CONTRACTORS, INC. a ' PKe IdW-i Name of Contractor (Principal) Authorl ed PgnaturWT4191 INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety_ 13400 SABRE SPRINGS PARKWAY, SUITE 270 SAN DIEGO, CA 92128 Address of Surety 858) 513 -1795 Telephone Authorized Agent Signature DWIGHT REILLY, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) • ACKNOWLEDGMENT • State of California County of ORANGE On AUGUST 8, 2008 before me, SUSAN PUGH, NOTARY PUBLIC (insert name and title of the officer) personally appeared DWIGHT REILLY who proved to me on the basis of satisfactory evidence to be the person(X) whose name( is /we subscribed to the within instrument and acknowledged to me that he/ executed the same in his /I% q authorized capacityQ", and that by his /t>C %r signature(%) on the instrument the person(, or the entity upon behalf of which the person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. susAN Pu6N Commission • 1794660 Notary Public - California ' Orange County Signature (Seal) Mvcon E14*85MM28,2011 SUSAN PUGH Tel (973) 624 -72W POWER OF ATTORNEP INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102.5207 FOR BID BONDIRIDER /CONSENTS /AFFIDAVITS KNOW ALL MEN BY T WM PRESENTS: That INTERNATIONAL FIDELrrY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint ............................... ........ ......... ...... ............ ............... ...... ...... ....- .... ..... .... ... ... - ...... ... ..... .... ................. .. ..... ...... I.. ..... ....... . ..... ..... ... DWIGHT REILLY, HAL DUECK Anaheim, CA. its me all lawful attomey(s)- irs-faet to execute, seal and deliver for and on its behalf as surety, an and all bolls all undertakings, w tracts of indemnity and other writings obligatory m the nature thereof, which are or may be allowed, required or Ppeerim by laws smmm rule reggelation cobtraor or otherwise and the execution of such instrumem(s) in, pursuance of these presents, shall be as bung upon die said Into ATIONAL irIDELIrY INSURANCE COMPANY, as fully and amply, to all Intents and purposes, as if the same had been duly execued and acknowledged by its regularly elected officers at its principal office . This Power of Aamneyy is executed, and mflyy be revoked pursuant to and by authority of Article 3- Section 3, of the g8yy Laws adopted by the Board of Directors of INTERNA77ONAL FIDELITY INSURANCt COMPANY at a meeting called and held on the 7th day ofFebruary. 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attomeys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Artomey is signed and sealed by facsimile pursuant ED resolution of the Hoard of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, all any such power of.allomey or Certificate bearing such facsimile signatures or facsimile seal shag be valid and bi ding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in tlse Tucum with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELnT INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 29th day of August. A.D. 2003. INTERNATIONAL FIDELITY INSURANCE CO NY SPATE O NEW JERSEY f County Essex <_� :R-w Secret, On this 29th day of August 2003, before me came the individual who executed the praced'mg�mstmment tome ersondly known and, being by me duly sworn, sdtl the he Is the therein described and authorized officer of the INTERNATIONAL Ffl]ELITY IfYSUBANCE COMPANf; tlrat tlse seal affixed ro said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. OAHQG IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. � NOTARY 0 PUBLIC Nkt - "4 �4;10� A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2010 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify drat I have compared the foregoing copy of the Power of Attorney and afiidevit, and the copy of the Section of the By -Laws of said Company as sct forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same arc correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand ibis 8TH day of AUGUST, 2008 Assistant Secretary Best's Rating Center - Coony Information for International 0ity Insurance ... Page 1 of 1 I Rating Center Industry Research Ratings Definitions kj Search Bamts Ratings Press Releases Related products 0I Nu3try & Ragortu Country Risk atrudured Fnw= F'IOW Etc Rated Contact art Analyst r) view, Ratings. Financial Strength Issuer Credit Securities Advanced Search International Fidelity Insurance Company P M.BOet Y: Wall ..C. 11.1 110111 221010450 Address: One Newark Center, 20th Floor Phone: 973 -624 -7200 Newark NJ 07102 Fax: g73- 643 -7116 Web: v ww.dic.com Best's Ratings Financial Strength Ratings View Definitions Rating: A. (Excellent) Finanaal Size Category: wl ($50 Million to $100 Milkdn) Outlook: Stable Actirn: Affirmed Effective Dale: May 20, 2006 a Denotes Under Review Best's Ratings anal Wee Cantos sale nonlprgia g ' rgo ane unin actiy m meai Nan eng odgelnr•s b,giicyMlOers Issuer Credit Ratings View Definitions Long- Term:a- Oul Stable Action: Affirmed Date: May 20, 2008 Reports and News Visit our NemRoom for the latest news and press releases for this company and its A M. Best Group, AMB Credit Report - Insurance Professional (Unabridged) (formerly known as Best's Company Report) - includes Best's Fm: Jrationale along with comprehensive analytical commentary, detailed business overview and key financial data ` r Report Revision Date: OU302008 (represents the latest significant change). Hestoncal Reports are ava,lable in AMB Credit Report - Insurance PrMessionyl (Una Annive. entire Executive Summary Reports (Financial Overview) available in three versions, these presentation style reports feature balance s key financial performance tests including profitability. Lquirdity, and reserve analysis. Data Status: 200E Retire Statement File - P /C, US. Contains data compiled as of 82312008 (Quality Cross Checked). a Single Company five years of financial data specifically on this company. I Comparison - side bysule financial analysis of this company with a peer group of up to five other companies you select. If Composite - evaluate this comoany's financials against a peer group composite. Report displays both Me average and total composite, group. AMB Credit Report - Business Professional provides three years of key financial data presented with colorful create and tables Each rt elect Best's Ratings. Rating Rationale and an excerpt from our Business Review commentary. Data Status: Contains data compiled as of 812312008 (Quality Cross Checked). Best's Key Rating Guide Presentation Report - includes Best's Financial Strength Rating and financial data as provided in Best's Key Be DMa status: 2007 Financial Data (Quality Cross Checked) Financial and Analytical Products Bests Property /Casualty Center Premium Data & Reports Best's Key Rating Guide - PIC. US & Canada Best's Statement File P /C, US Best's Statement File - Global Best's Insurance Reports - P /C, US & Canada Best's Slate Line - P /C. US Best's Insurance Expense Exhibil (IEE) -P /C. US Best's Schedule F (Reinsurance) - PIC, US Best's Schedule D (Municipal Bonds) - US Best's Schedule D (Common Stocks) US Best's Schetlule P (Loss Reserves) PIC. US Boars Schedule D (Corporate Bonds) - US Customer Service I Product Support I Member Center I Contact Info I Careers About A M Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing Copyright 02008 A M. Best Company. Inc. All rights res avec. AM Best Worldl Headpuanvs. Ambest Read. 01dwipk. New Jersey. 08&58, U.S.A. http: / /www3.ambest.com /ratings /Full Profile. asp ?BI= O &AMBNum= 520&AItSrc =1... 08/25/2008 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 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 Number Description of Work % °t Total Bid Name: c ,, aEICGtV1C., Address: 350 Pym4ecr(, A%-C.. r� �CGiYI L U levtda Ic._ I LA} 912 -ld+ 3 Phone: t)15 ) (,40 1 State License Number: (a (-1194 Name: maskill"Gataf %Zovi fnOt OAV(� Address: 1-2'01 5 ra j>V 61 - OC7f� �/ Gos ,�c ies, ,A- '7007 2 3 Phone(3Z3) 2_02' 5573 State License Number: Name: .ry' f�ll IVt�i Address: /� Fa I- /510 1004 E. Edi-rt -y. (� CoVrha., CA 91114 J{ Phone( b20 331-2z9Z State License Number: 22 S 119 r M� CAtitraclars I ��� . I Prtsid�rrf" Bidder Authorized Sign ure/Title • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name M T C L1ty4c.+DC, v . 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 $15,000, provide the following information: No. 1 Project Name /Number Con?pr4-h6vt yard eHSf-rt tCI b0m 0 Ile- OG T;t EVC41 f (,er, {y- Project Description 6rade sire, fos-fail buf [,4621 -pact Rsi-j Ms-iAll e.MLCrcy(WV_0iC -r 440 Approximate Construction Dates: From b og To: 0tngot2q Agency Name Carl �O►yu0. CovkstmL'hbtj AtAfl•etffy Contact Person J; YYV Eldn el Telephone (11+ 708 f S7$ Original Contract Amount $ 500+ Final Contract Amount $ N.Mc If final amount is different from original, please explain (change orders, extra work, etc.) N 1A 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 No. 2 Project Name /Number Project Description Dewo.,in dri CI*„J -rouHtal vt , Approximate Construction Dates • -Re lahotn o-F vzvv -hilt . AvuFu C It C- - tn'cal a-v� 71u vr, b' �ij i.KA wY t*Aents : From otlotlo$ To: 0S1z-7 to& Agency Name Of FU I leriyyt Contact Person Ketain K6apiski Telephone (-II+ 73Z-ro$45' Original Contract Amount $`OGW. Final Contract Amount $ 105 4 388.GL7 If final amount is different from original, please explain (change orders, extra work, etc.) K'ka ) C- orders Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No ka.icr No. 3 Project Name /Number RSM wi :Tv,+dV-pAediafr! $ctnooi Sic Wo✓:r -COr- C..ta SSroor -1 1Por-Fa13le- Project Description 5i +c cfek"Q. arQdf„G. QSA�+aIi itji+r. LaHCre+c -f1i2rCL- Approximate Construction Dates: From 0,804 .10 -7 To: II'2.7j Di Agency Name 5,,d41t:ba(-k %kI(cy UTAl�fd SC1 -cy1'D S1Y1'(,+ Contact Person A "y.Y Boy f GlN Telephone (94j 5g$- Original Contract Amount $ IJD,QWFinal Contract Amount $ 19 1, °toD•OO If final amount is different from original, please explain (change orders, extra work, etc.) %1nwn4G orda.� 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. N'v 0 • No. 4 Project Name /Number S4v+T_' A"P_ ZCo Necropsy itc IL±Y Project Description NeW _6ui Idi rnq GDNSIYUO-'f'iDh Approximate Construction Dates: From S122 106 To: 415107 Agency Name City o{Jga . -Fha. Contact Person W iilia" frljo✓i lnt Telephone (,1 t4) 6-41 f oL Original Contract Amount $2 Final Contract Amount $ ?BD4ODG If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name /Number ReS'lrvwwf 4 L&cXc V-_T r Wclw . Project Description Approximate Construction Dates: From 11121 1 &S To: 8122-106 Agency Name C DT t (icY fpv� Contact Person Ka✓CVN Ko 641a s Telephone (-114) '735 - (v$ (v7 Original Contract Amount $'g1_0WOFinal Contract Amount $ `!4PCC - 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. 6 Project Name /Number • JiiC FctnLiNq °I alt• Project Description 47ekC h4-4 Nc•F-h• • ce"Ich arn-fs at- Va Approximate Construction Dates: From CM11 1 /0 i To: O,r5 /Z I�dR Agency Name V`-'lissoo4feiD Contact Person St'(q -I-ii ll Telephone ( 4 -70 306A Original Contract Amount $7--242 Final Contract Amount $ L3 ,SSA If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. "''T Cohtnt�tvrs,�,c . r f riyi�c� Bidder A n"e&feigntpFd7Ti11e 10 RESUME PERSONAL PROFILE: MATTHEW JAFARI Bom 12/22/62 EDUCATION: 1988 Associate Degree, Computer Programming, Long Beach City College, Long Beach, California Bachelor of Science Degree, industrial Supervision and Management, California State University, Long Beach, Colifomia WORK EXPERIENg iE: 1998- Pre5cnt MJ Contractor Owner and President Retrofitting Buildings and Bridges, New Building Construction, Retaining Walls, Concrete Sidewalks, Curbs. 1992 -1998 Sedcon Engineers Contractors, Inc. Part Owner and Vice President Responsibilities included the following: Estimator for private and public operations. Worked closely with other contractors. On -site supervision. Purchasing materials. 1986 -1992 Subcontractor Responsibilities included: Designed kitchens and baths. Remodeled kitchens and baths. Private work projects. Performed job costing: Material purchasing. Supervision. • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 NON- COLLUSION AFFIDAVIT State of California ) ) ss. Countyof DY "L ) MQ F +I�c W Sa{AYf being first dulyy sworn, deposes and says that he or she is pr�eSidtv+t of MT L'o tvnokcfoYS, IN` • , the parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that-'the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of Calif i t the foregoing is true and correct. MT c fl�+nfc+>,rs� (l.Nb. G S ' pler7 Bidder <urhoriM Watur4/Title Subscribed and sworn to (or affirmed) before me on this day of 2008 by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 11 .Stir- ,ATTACOZ -4p 0-o/(A7 Notary Public My Commission Expires: • • CALIFORNIA JURAT WITH AFFIANT STATEMENT 0 See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1 -5 to be completed only by document signegs], not Notary) State of California County of 6X A-d G3 ' GEMMA HEIGHT COmmi6blbn ! 1766913 Notary Public - Collfomla �€ Ofonge County Caren. Ocf 1Y.1011 Signature of Document Signer No. 2 (If my) Subscribed and sworn to (or affirmed) before me on this 20 - day of /}v Gv S- 20 0 g , by Data Month Year Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and proved to me on the basis of satisfactory evidence to be the pe who appe red before me.) Sign re SignaNm Public Place Notary Seal Above 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. Top of thumb here Top of thumb here Further Description of Any Attached Document G7y Di` A) WltoA7 h RC/r Title or Type of Document: Lfr (lo i DA 4 Czr , 572 crfroA Document Date: 6`2 o -Oa Number of Pages: j Signer(s) Other Than Named Above: 02007 National Nolary Assoaaflon- 9350 De Soto Ave., P.O. Box 2402- Chatmorm,CA 91313- 2402- vrww.NationalNotay.org been X5910 Reorder Call ToY -Fme 1- 896678 -8827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 DESIGNATION OF SURETIES Bidders name f-' 00114- v`ac110r1., I wC. 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): b7cwtral Li abi hi� : WoYKerS' CoM"a 6C S+a-W- r-A�" r+sd E. �r+k&W'ec{ 21.11 g E. ►,IOPKwiah ire .' 3 c «+� �� 4 7 z C Wes+ Lovikig-, C A Irjaj l (- 114) 51.5 -5995 (,21.) 331 — 3(0(03 rc CYDSILIj IhSura%U- Z�, -4-' l F�'dtlity ihS. Cp. �l b.$a�t 31150 13�EbD.Sab►�LS Yp ivy- �Yv+►y. SOA&Q-X) Av%4,eiwt +1111s, CA 92-W j Suva D,Pep , GA- wl-yI 2-8 5G-I"I`15 12 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name �- Cot,-" brSi j &IL - 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 2007 2006 2005 2004 2003 Total 2008 No. of contracts Total dollar Amount of 6(oO� �X7. A iiZzgv=, 2fo+1ssc, 530,ttp 3 &,2,QD 3 oifS ' Contracts (in Thousands of $ No. of fatalities �- No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of em to ment 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 • Legal Business Name of Bidder MT YS, I v, G . Business Address: 9 DrclAa r A "., St,, he 10 � )a P —Fcwq+ CA Business Tel. No.: (4141 4154 - 5684 q p State Contractor's License No. and Classification: %3 ? 53`� Title `?►?gitt.rki+ 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. MI • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 ACKNOWLEDGEMENT OF ADDENDA Bidders name MT CoP&vradVK5., fihGG . The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: NoytiL Addendum No. Date Received Signature 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 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: MT co"t' c*K, Ioc- Business Address: 'I OrCko-reL 12d., Su I *-k ioc � L- uKtFbYtS-r, 04 g21oW Telephone and Fax Numbe(44 454 56$4 69 44454 Bafcg California State Contractor's License No. and class - -73R 539 A t.8 (REQUIRED AT TIME OF AWARD) Original Date Issued: 05 2O `1-1 Expiration Date: 03131, 09 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: No f-H^ew T -1; r' 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 Ma F+I�cw Sari "Witfdlem+ 613 Via 64-00 q4q -snct u�a ✓r ScCt'e*VtA U3 Via 6ta'1t710 12. S.W. i;la QUO R*� S4L- -oct , Corporation organized under the laws of the State of C 4 16 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: 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; N Ik Briefly summarize the parties' claims and defenses; N Ik 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 labo compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes 160 Are any claims or actions unresolved or outstanding? Yes /9I 17 • 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. Mr Bidder M i+4-kt, •/ .Ta 4;tri. (Print name of Ow r or President of Corporat' 1 pany) pis ,iresr�e%lf uthoridd $jgrfature/Title F✓C jl4CN+_ Title 70 Date =9= On L� 1,, 8 before me, A7,1 671f7- Notary Public, personally appeared J_Wt =A t I , who proved to me on the basis of satisfactory evidence to be the person whose name(* Wag subscribed to the within instrument and acknowledged to, me that he /sP*/thiy executed the same in his /kr /06ir authorized capacity(), and that by his /IKr /tfKir signature( on the instrument the personX or the entity upon behalf of which the person(Wacted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.'' WITNESS my hand and official seal. oamGEMMn HEIGHT 6691s Notary Public • California Orange County %/� / � Camm.6 Yesocf12,2D11 r / ___ //�PZubl/ / `� (SEAL) otary Publ' in an said State My Commission Expires: DC t _L" I r f-ii • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 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 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 CONTRACT THIS AGREEMENT, entered into this /611. day of Scp% , 2008, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and MJ Contractors, Inc., a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: LITTLE CORONA RESTROOM CONSTRUCTION The work necessary for the completion of this contract consists of obtaining no -fee building permits and constructing a new restroom building, hardscape and drainage provisions at Little Corona Beach. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractors 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. 3913, 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. i' • • 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 Two Hundred Fifty Thousand and 001100 Dollars ($250,000.00). 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: Mark Reader, P.E. (949) 981 -5260 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR MJ Contractors, Inc. 9 Orchard Road, Suite 6 Lake Forest, CA 92630 949 - 454 -8684 949 - 454 -8968 Fax 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 • • 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 11185) or Insurance Services Office form number GL 0002 (Edition 1/73) 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. WE 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. 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 23 • 0 amount provided that the Work damaged is built in accordance with the plans and specifications. 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. 3. 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 active 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. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 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. APP VED AS TO FORM: MJ CONTRACTORS, INC C � By: , AA N C. HARP ( o ate O cer) Assistant City Attorney 7' Title: t'rCS/dtNt //'� Print Name: l�' -214'ACh/ ,3 Arl By: ai /L (FlAancial Officer) Title: SeCre'kn f Print Name: C�4rk.*y- Please note: Corporations must complete and sign both places above even if each office is held by the same individual 25 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION INKNOTTAIINKIN BOND NO. 0477966 PREMIUM INCLUDED ON PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach. State of California, by motion adopted, has awarded to MJ Contractors, Inc., hereinafter designated as the 'Principal.' a contract for construction of LITTLE CORONA RESTROOM CONSTRUCTION, Contract No. 3913 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach. all of which are incorporated herein by this reference. WHEREAS. Principal has executed or is about to execute Contract No. 3913 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or tabor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as 'Surety ") are held firmly bound unto the City of Newport Beach, In the sum of Two Hundred Fifty Thousand and 001100 Dollars ($250,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment weU 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 15 SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 • • The Bond shall inure to the benefit of any and all persons, companies, and Corporations entitled to file claims under Section 3181 of the Calitornia Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and In accordance with the provisions of Sections 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 or 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 obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 9TH day of OCTOBER Y008 AA /°res,b MJ Contractors, Inc. (Principal) A tho'rlzW Signs refTi e INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 13400 SABRE SPRINGS PARKWAY, SUITE 270 SAN DIEGO, CA 921284198 Address of Surety 858513 -1795 Telephone Authorized Agent Signature DWIGHT REILLY, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED RA • ACKNOWLEDGMENT State of California County of ORANGE �J On OCTOBER 9TH, 2008 before me, ALLISON RITTO, NOTARY PUBLIC (insert name and title of the officer) personally appeared DWIGHT REILLY who proved to me on the basis of satisfactory evidence to be the person(s) whose name* isAM subscribed to the within instrument and acknowledged to me that hefshwthey executed the same in hisAwP41-m* authorized capacity(ies), and that by hisA"rftheir signature(&) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct ALLISON RIno WITNESS my hand and official seal. Cornmialon M 1537464 .� L Notary PUNIC - Ca6fomla Orange county Mycomm. FxpkwDoe 23.2006 Signature (Seal) ALLI N RITTO • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of 0 X,+,J 6-3 Ji On before me, izSMHb /1Q Here Insert Name and Tllle of the Officer personally appeared M A:ff_/-Izc TJi Ft /_ / Names) of Signer(s) GEAAm HEIGHT Commission 8 1768913 Notary Public . Californio Orange County ?✓`Corr, .fi MOd12,2011 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personAV whose name isl subscribed to the within instrument and acknowledged. t99 me that he/q*ftfley( executed the same in his/*r/t%ir authorized capacity(iW, and that by his/¢Orhheiir signature(Kon the instrument the pe nW, or the entity upon behalf of which the person(i acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and o iicial seal. Sig ature Spat 21 NoWy PUNIC OPTIO 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 a 1 TrL.r Ce40/.JAi oQ`4S //�JD/� C2/6 %tJL'f/a Title or Type of Document: IA I)PA e by w Document Date: . p — 1I 0 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signers Name: ❑ Individual ❑ Corporate Officer — Title ( s): — ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact Top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing y 'd 'd<'a�•y':'ir :v :v � ✓s'er'e' -��5'u.•v<`. 'gt'y 'y(L -'a ��[' e/S(vi'ay.•+t'uY:' ✓L'y."✓'tI�'U 'a'Hd�.6L: 'r5`.'a< Tel (973),624-7200 OOWER OF ATTORNO INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-526' KNOW ALL MIEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing Is" of the State of New Jersey, and having its principal office in the City of Newark, New.jersey, does hereby constitute and appoint ...... ......... ­­­ ........... .. . I... .... ­­' ................. ...... ........ ............................................. ............ ......... ...... ............... .................... DWIGHT REILLY, HAL DUECK Anaheim, CA. .................... .......................... .. . .......... .................... ................................................. .............................. ......... ............................................... ........ its true and lawful attorney( fact to execute, seal and deliver for and on its behalf as surety, =a and all bonds and undertakings, contracts of indemnity and other writings obligatory wVrature thereof, which are or my be allowed, required or matted bj law, stature, rule, Mlation, contract or otherwise and officers at its COMPANY, as fully and amply, to all intents and purposes. as if the same had been duly executed and acknowledged by its regularly elected I Iry the execution of such histntment(s) in pursuance of these presents, shall be as bin mg upon e said INTERNATIONAL FIDELITY INMIZ W6E principal office. This Power of Anorne ursumn to and by authority of Article 3-Section 3, of the %'Laws adopted by the Board of ,nis executed, and maW revoked, p- Directors of INTERNA ONAL FIDELITY SURANCE COMPANY at a meting called and held on the 7th day of ebmry, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the ruame thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power f Attorney . . - a A and sealed facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting held on the 29'thT, y' or'April, 1982 of wV) duly called and It I h the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any an r of attorney or any certificate relating thereto by facsimile, and my such power of attorney or certificate beating such facsimile signatures or facsimile seal be valid and bind%upon the Company and my such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this immanent to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. SEAL INTERNATIONAL FIDELITY INSURANCE COMPANY STATE OF NEW JERSEY County of Esau Secretary On this 161h day of October 2007, before me came the individual who executed hogrecedin I to an known, and, being by me duly I sworri, said the he a the therein described and authorized.officeT of she A INTERNATIONAL preceding INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year'first abovewritten. CO NOTARY O PUBLIC JE A. NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My CommissiolftxPires"Nov. 21, 2010 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE CdWANY'do hereby. certify that I have compared the timegoin copy oe& Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set "in in mid Power of Attorney, with the ORIGINALS ON IN THE HOMEOFFICE OF SAID COMPANY, and that the mine are correct transcripts thereof, and of the wh4of the s' hf origiczalq, and that the said Power of Attorney has not been revoked and is nosy in full force and effect M TESTIMONY WHEREOF, I have hereunto s my ",this 9th day of October, 2008. Assistant Sebreftry • • EXECUTED IN QUADRUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO, 3913 PREMIUM f5 FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE BOND NO. 0477986 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is S 4,750.00 ---------- ---- -• - - -- — - - - - -- being at the rate of $ 25. $15 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to MJ Contractors, Inc., hereinafter designated as the 'Principal', a contract for construction of LITTLE CORONA RESTROOM CONSTRUCTION, Contract No. 3913 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 of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3913 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter 'Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Fifty Thousand and 001100 Dollars ($250,000.00) lawful money of the United States of America, said sum being equal to 1OD% of the estimated amount of the Contract, to be paid to the City of Newport Beach, Its successors. and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements In the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beech, 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. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or eqully against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named. on the 9TH day of OCTOBER 2008. MJ Contractor, Inc. (Principal) - Authorized Si atur ode INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 13400 SABRE SPRINGS PARKWAY, SUITE 270 SAN DIEGO, CA 92128 -4198 Address of Surety 858513 -1795 Telephone Authorized Agent Slgnalcure DWIGHT REILLY, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND ,SURETY MIDST BE ATTACHED 29 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT a_a a R 3 a a a a aLa,. .. �@. a »v.1 at,. .3t. a. atat,.at,.�n ea..r <.7C.avr'+a sat..•T State of California County of 6 AU � �y On o[`ob,zi /j h� before me, �rtMA )- fz /G><1'r , Date / era Insert Name and Title m the Officer personally appeared MAll A C,^7 �A�EA L I Neme(s) of Bigner(s) LEMMA HEIGHT Commission # 1766913 Notary Public - California orange County �+• Oa112, 2011 who proved to me on the basis of satisfactory evidence to be the person whose namegis/)i19 subscribed to the within instrument and acknowledged to me that he /Ke/tP* executed the same in his/�V/tO tr authorized capacity({), and that by hisnr/tbk signatureKon the instrument the person,, or the entity upon behalf of which the persong acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m and and o icial seal. ure Place Notary Seal Abwe Sign Bignatu at No Public OPTIONA Though the information below is not required bylaw 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: _ A C-10 A-r t I i 1 "S Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): — ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTIIUMBPRINT OF SIGNER 1 0 Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTIIUMBPRINT OF SIGNER YCer -✓ •w •:r �• ✓4'vC✓� "r •. vi :Y '3 v v 4Y.•• ✓ /'Y 'Y ws'vs'' /'N wt'bC+R'v 'v�' ✓.'e'�'a e� we'+/%u<'. .r<�(:c' ✓•• ✓••✓ ACKNOWLEDGMENT State of California County of ORANGE • On OCTOBER 9TH, 2008 before me, ALLISON RITTO, NOTARY PUBLIC (insert name and title of the officer) personally appeared DWIGHT REILLY who proved to me on the basis of satisfactory evidence to be the person(s) whose nameW Ware subscribed to the within instrument and acknowledged to me that he/shefthey executed the same in hisAiefM"ir authorized capacity(ies), and that by hisA"rfH7u r signature(&) on the instrument the person(s), or the entity upon behalf of which the personal acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct N Irmo WITNESS my hand and official seal. Com Aw50AWSO Pubtic 8 1597464 Notary - californh orange county If MV Comm. Ekes Dec 23, 2008 Signatur (Seal) ALLISON RITTO ,.,. 11::. Tel (973)1624-7200 OOWER OF ATTORNO INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102 -5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, 'a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint DWIGHT REILLY, HAL DUECK Anaheim, CA. true wml attorney(s)-in-fact in execute, seal and deliver for and on its behalf as surety: an and all bonds and undertakings, contracts of indemnity and obligatory in the nature thereof, which are or may be allowed, required or pertained by law, stature rule regulation, contract or otherwise, all of such instrument(s) in pursuance of these presents, shall be as binding upon the said DVTi d NAMNI AL FIDELITY INSURAN, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at This Power of AttoroeY is executed, and me be revoked, pursuant m and by authority of Article 3- Section 3, of the By-laws adoptad by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, balls and undertakings, contracts of indemnity and other writings obligatory in the name thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is si ed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of�A. 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bindmg upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this mstrwnent to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. INTERNATIONAL FIDELITY INSURANCE COMPANY STATE OF NEW JERSEY C� County Essex tM+ Secretary On this 16th day of October 2007, before me came the individual who executed the precedingg��insttumem m me ppeersorally known, and, being by ore duly sworn, said the he a the therein described and authorized officer of the INTIERNAT)PONAL FIDELITY �NSUAANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal. at the City of Newark, New Jersey the day and year first above written. Q UNOTARY �'N � A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission ExpirmNov, 21, 2010 L the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Puyper of Attorney and affidavit, and the copy of die Section of the By -Laws of said Company es set forth in sail Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts "rifereof, and of the whole of the said originals, and that the said Power of Attorney bas not been revoked and is now in full force and effect . IN TESTIMONY WHEREOF, I have hereunto set my hand this.::: 9th„ day of OCtbber r,. 408. - '.. .. �' Assistant Secretary . :k;: ACCRO. CERTIFIC OF LIABILITY INSU CE D TE(MMtDDN PRODUCER Nw COMPREHENSIVE COMMERCIAL INS. 27715 JEFFERSON AVENUE, #201 Serial # 109172 SERVICES, INC. THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TEMECULA, CA 92590 - PHONE: 951 -699 -2968 FAX: 951 - 699.2965 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: MT. HAWLEY INSURANCE COMPANY INSURER B: CENTURY- NATIONAL INSURANCE COMPANY MJ CONTRACTORS, INC. INSURER C: 9 ORCHARD, SUITE 106 INSURER D: LAKE FOREST, CA 92630 NSURER 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR R AfID'L NS TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION 0 MMIOOIY UMYi3 GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE Q OCCUR AC20006484 704/14/2008 04/14/2609 PREMISESOE..=.renca $ 100,000 MED EXP (Anyone person ) $ 10,000 PERSONAL S ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGG $ 1,000,000 X POLICY PRO - E T LOD B AUTOMOBILE LIABILITY AWAUTO BAP 162848 07!14(2008 07%14%2009 COMBINED SINGLE LIMIT (Eaa¢Itlem) $ 1,000,000 BODILY INJURY IPer person) E ALL OWNED AUTOS X SCHEDULED AUTOS BODILY INJURY (Per accidenq $ X HIRED AUTOS X NON OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT E OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY ASS EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE E OCCUR FI CLAIMS MADE AGGREGATE $ E $ DEDUCTIBLE $ RETENTION $ WORKER'S COMPENSATION AND WC SLIM OTH TORY LIMITS ER EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE EL EACH ACCIDENT E EL DISEASE .EA EMPLOYEE Is OFFICER /MEMBER EXCLUDED? If yes, desu a under SPECIAL PROVISIONS below EL DISEASE - POLICY LIMIT Is OTHER DESCRIPTION OF OPEMMNSILOCATIONSN HICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS `NON - PAYMENT OF PREMIUM NOTIFICATION IS 10 DAYS. WITH RESPECT TO THE GENERAL LIABILITY, THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE ADDED AS AN ADDITIONAL INSURED AND SUCH INSURANCE IS PRIMARY, PER ATTACHED CGL 216 (4198) ENDORSEMENT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL _DAYS WRITTEN CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 AUTHORIZED REP ATIVE Z2 ATTN: MARK READER, P.E. 1 ACORD 26 (2001108) '! © ACORD CORPORATION 1988 Policy Number: A020006484 Mt. Hawley Insurance Co. THIS ENDORSIEM ENT CHANGES THE POLICY. PLEASE: READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM C) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of Newport Beach, its Officers, Agents, Officials, Employees and Volunteers City of Newport Beach Public Works Department 3300 Newport Boulevard Newporl 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 II) 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. To the extent required under contract, this policy will apply as primary insurance to additional insureds sched- uled above'and other insurance which may be available to such additional insureds will be non - contributory. Section IV., Condition 4., of this policy is amended accordingly. CGL 216 (4198) Page 1 of f Insured Copy 10/07/2008 17:04 949454 MJ CONTRACTOINC POLICYHOLDER COPY STATE P,O. BOX 420807, SAN FRANCISCO,CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 08-28-2008 GROUP, POLICY NUMBLR: 1800791 -2008 CERTIFICATE ID: 62 CERTIFICATE EXPIRES: 07 -01 -2009 07 -01- 2008/07 -01 -2008 THE CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH CA 92663 -3816 $G This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by .ths Calitomia Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to Moollation by the Fund except upon 30 daps advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend extend or alter the coverage afforded by the policy listed herein. Notwithstariding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which It may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, end conditions, of such policy. tTHORIJZED REFRESENTATI PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - MATTHEW JAPARI PRES - EXCLUDED. ENDORSEMENT #1800 - CHARLENE JAFARI TRES SEC - EXCLUDED. ENDORSEMENT #2QUS ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 07 -01 -1888 I3 ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #'2670 EMTITLEO WAIVER OF SUBROGATION EFFECTIVE 2008 -0929 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: THE CITY OF NEWPORT BEACH EMPLOYER M J CONTRACTORS, INC. 8 ORCHARD STE 106 LAKE FOREST CA 82630 lerv.2 -esI so IPAP,CNI PRINTED : 09 --29 -2008 PAGE 01 SG • Fax #: E CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 10/3/08 Dept. /Contact Received From: Shauna Oyler Date Completed: 10 /3/08 Sent lo: Shauna Oyler By: Jessica Scherer Company /Person required to have certificate: MJ Contractors, Inc. L GENERAL LIABILITY A. INSURANCE COMPANY: Mt. Hawley Insurance Company B. AM BEST RATING (A: VII or greater): A +X C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $1 M or greater): What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? H. 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 $1 M Each Occl$2M Agg ® Yes ❑ No ® Yes ❑ No ® Yes ❑ No ❑ Yes ® No 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. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Century - National Insurance Company B. AM BEST RATING (A: VII or greater) A -IX C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? $1,000,000 E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ❑ Yes ® No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ 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. 0 111. WORKERS' COMPENSATION A. INSURANCE COMPANY: Not Included B. AM BEST RATING (A: VII or greater): LIMITS: Statutory WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? o ►/ IF NO, WHICH ITEMS NEED TO BE COMPLETED? Auto: Carrier rated lower than required. Additional insured Coverage & endorsement not included. WC: Coverage not included. 10/0t;/2008 15:50 04 • tt i �7Grpo R� °`•9454 MJ CONTRAO O: I P- O NEWPORT BEACH MJ CONTRACTORS INC 9 ORCHARD RD LAKE FOREST, CA 92630 LN'STRUCTIONS AND CONDITIONS PAGE 02 ACCO: NT:UNMER: BT30025298 r.SPIRATION DATE: 09/30/2009 Welcome to the CRY of Newport Beach, and thank you for your business tax payment. This business tax ceitffcate is evidence that the named business has paid a tax to conduct the business activity designated. within the City of Newport Beach, until the expiration date shown. Please nofity -,he Revenue Division imm.9c•ately d arty of the infornatlon on the certificate changes. This cercf!cate is ? aiid only at the address tndicatao and rust be displayed it a conspicuous ;ccaf;3n. !t your bus;riess is not conducted at a pe."arent location Munlcipa; Cede rs(iOres that any representative, wlv'e transacting business within the city, carry th!s certificate. h :s business tax corililcate does not authorize 1hs named business to conduct arty activities regulated by the City cf Newport Beach or other agencies. A,ithcrizatio.i for such activities must be obtained from the appropriate departments prior to application for business tax. Certificates 3ro not ira nsierµb!e to any other party or .Oarsur and are not arc- rated. Rsiu.nd8 are not provided once fhe certii!cate has been issued. Your business tax oen:t!cate is valid viii! the expiration date, and rust be rsrav ;ed annuavy p:ta to the-, data. Changes in type of ownership (:.e. from a sole DrDprietorsNp to a partnership or LLG), nature of business, or Dwnersh'p void the current Certificate end require filing of and caymen! for a new aop'I.:ation. Addltione! carlficates are requirad if additional lype_ of business activity are initiated at the same address, cr ?dd:lin^ei locations of the Rama business are astab'riehed (Municipal Coda sactlons 5.04 through 5.08). or you, oanvery rvCs, tl;e Rv4snue Uvielon wit{ mail a courtesy renewal COUCe, pnor to the exprEtiort Oat°, to 1-e oliling address of record. k'*cft- reoe;Di of tha ,ot!Cr does not alleviate the requirement to rer,sw. Penalties are imposed for iats rene•.eal at z rate of 25% per month to a mesinum. of 100 % 0` the base tax.. The Revenue Division is avaiiabte to answer any questions regardinc business ax certification ano requframents. Call (945) 644 - 31.41; e-mail us al. or visit us on the Verner at wtvnv ^i nay corfhoech -a us and view the Muricipal Code on- lire, DISPLAY CONSMUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED TRIS TAX PAYMENT EXPIRES. SM710E ADDRESS: MJ CONTRACTORS INC 9 ORCHARD RD LAXE TORLST CA 92630 BUSINFSS CATEGORY. GENLRAL CONTRACTOR CrJrY OF NEWPORT BEACH BUSINESS TAX CERTIFICATE 09/30/2009 ACCOL'tiT�`UNJBFR: BT30025298 SELLERS PEI :NI.T: NO SELLERS "it:n- .,'?,t; ':,.., . ,"`lilt:. i � OV:'hcR/PRM CIReiL NA' iE: JAFARI, MATTHEW OVINERSHIP T Y-PF: CORPORATION TAX INCLUDES PAYMENT FOR: 0.00 EMPLOYEES DAe -EC; ISSliE: 09/22/2008 UFni; raT�: 10lo2 /2008 �`.Z_. :P. �:',r:, •.': : :.i!,�`zt...,: "'.^��' :.'fa ^:'f✓m'�ii 'u :S:a:"e, .�99.'�¢: :..:aa+n �G1111tf�C�!T1ZIlc1 � t1RS11111C�S5 I�C>1 "���� California Business Search Page 1 of 1 �t•rrctart ni�t:uc 1)}i�;ftAEc); *;t:�f DISCLAIMER: The information cisplayed here is current as of AUG 15, 2008 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation M J CONTRACTORS, INC. Number: C2302569 Date Filed: 1/10/2001 Status: active Jurisdiction: California Address 9 ORCHARD RD STE 106 LAKE FOREST, CA 92630 Agent for Service of Process MATTHEW JAFARI 63 VIA GATILLO 11RANCHO SANTA MARGARITA. CA 92688 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http: / /kep ler. ss. ca. gov /co rpd ata /S howAl i List ?Q ueryCorpN u mber= C2302569 &pri... 08/21/2008 Check A License: Contracts' License Detail • Page 1 of 2 Skip lo: CSLB Home I Content I Footer I Accessibility arcY Department of Consumer Affairs e .GOV Contractors State Lirr s'3Qard II I4111 IIIIII1il (h� I I I 11HII111111111 X , 1111111114111 10 '� ,. 0 „a IIIII IIIII I,�,�. art I a13111 Wit CSLB Newsroom DISCLAIMER: A license status check provides information taken from tht Board and Committee Meetings CSLB license database. Before relying on this information, you should be awa Disaster Information the following limitations. Center • CSLB complaint disclosure is restricted by law (MR 7124-15). If this entity is subject to p( CSLB Library complaint disclosure, a link for complaint disclosure will appear below. Click on the link c Frequently Asked to obtain complaint and /or legal action information. Questions • Per B &P 7071 A 7, only construction related civil judgments reported to the CSLB are dis• Online Services • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitr • Check A License or HIS • Due to workload, there may be relevant information that has not yet been entered onto it Registration Board's license database. • Filing a Construction Complaint • Processing Times License Number: 739539 Extract Date: 08121/2( • Check Application Status Business M J CONTRACTORS INC • Search for a Surety Bond Information: 9 ORCHARD ROAD SUITE 106 Insurance Company LAKE FOREST, CA 92630 • Search for a Workers' Business Phone Number: (949) 454 -8684 Compensation Company Entity: Corporation How to Participate Issue Date: 08120/1997 Reissue Date: 03/15/2005 Expire Date: 03131/2009 License Status: This license is current and active. All information below should b reviewed. Classifications: CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR B GENERAL BUILDING CONTRACTOR Bonding: CONTRACTOR'S BOND This license filed Contractor's Bond number 9088926 in the amour $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01 /0112 00 7 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) MATTHEW JAFAf certified that he /she owns 10 percent or more of the voting http: / /www2.cslb.ca.gov /General -I nformation/ interactive - tools /check -a- license /Li... 08/21/2008 Check A License: Contract * License Detail • Page 2 of 2 stock)equity of the corporation. A bond of qualifying individual not required. Effective Date: 03/15/2005 Workers' This license has workers compensation insurance with the Compensation: STATE COMPENSATION INSURANCE FUND Policy Number: 1500791 Effective Date: 07/01/2005 Expire Date: 07/0112009 Workers' Compensation History Miscellaneous DATE DESCRIPTION Information: 03115/2005 LICENSE REISSUED TO ANOTHER ENTITY Consumers I Contractors I Applicants I Journeymen I Public Worxs I Building Officials I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright © 2007 State of California http: // ww✓2.cslb.ca.gov/ General- Informatio�i!inierective- tools /check -a- license /Li... 08/21 /2008 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO. 3913 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. 3913 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 UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization Dollars and lId a Cents $ 1 gym. er Lump Sum 2, Lump Sum Demolition and Removal @ ,? Dollars and GuSast �v �qY Cents Per Lump Sum 0 • PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Construct Restroom Building �%I e h uh�t� @ Dollars �d 9 and SiA��"7 ,t PyJa tl ��ents Per Lump Sum 4. 650 S.F. Construct 6 -Inch Concrete Slab @ I4A) Dollars and 2 e� Cents Per Square Foot 5. Lump Sum Install Storm Drain System @ _ Q2 A614ollars and Cents .Per Lump Sum 6. Lump Sum Install Stormceptor S @ ' I- cu Dollars and Cents Per Lump Sum 7, Lump Sum Relocate Chain Link Fencing @ U qtj0jjyjVAoIIars and ZZ V -0 Cents Per Lump Sum 8. 60 L.F. Construct Concrete Retaining Wall @ .4 ollars and Zen-, Cents no Per Linear Foot $ IS, mac, r' 0 0 PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 9. Lump Sum Slope Grading @ .t ollars and Zeta Cents $ 3,aina. Per Lump Sum 10. Lump Sum As �Bguilt Plans @&e, E Dollars and 7,.crd Cents $ G� Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and 2,'t ra Cents $ eir-f/ . Total Price (Figures) S - Z0 -08 Date (14q)4-t;+ 8 84 ,4a) 454 51 6 Bidder's Telephon and Fax Numbers M S CowtracfV6. I hc, Bidder ' B der's uthori d Sign ture and Title -731531 A ,FE, `I 0rC6rj R14. Suifc ID(o L4 Kt For {s +G4 Bidder's License No(s). Bidder's Address '32(o-34D and Classification(s) Bidder's email address: orcL.areir-&R A01. L.owl • • SP1OF10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS LITTLE CORONA RESTROOM CONSTRUCTION grEp.M1.R % W4{017 CONTRACT NO. 3913 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. B- 5200 -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) California Building Code (2001 Edition); and other applicable Codes listed on the Plans. 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 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of obtaining no -fee building permits and constructing a new restroom building at Little Corona Beach, constructing concrete walk and retaining wall, installing storm drain and Stormceptor, relocating chain link fencing, performing minor slope grading, and other related work." 2 -9 SURVEYING 2 -9.2 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 -hours in advance of any work. Where applicable, the filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of Work. If needed, • • SP2OF10 prior to any demolition work, the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the removal." 2 -9.5 Survey Monuments. The Contractor shall, prior to the beginning of wort, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. 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 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 0 • SP3OF10 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 Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." SECTION 6 - -- PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed.' No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the preconstruction meeting. Schedule may be bar chart or CPM style. 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 Contractor has exerted extra effort to meet the original schedule and has demonstrated that their ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 100 consecutive working days after the date on the Notice to Proceed. The City expects the work to begin on October 6, 2008. SP4OF10 The Contractor shall 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 Days. Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), 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 t the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24"', (Christmas Eve), December 25"' (Christmas), and December 31s' (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Mori ft is a holiday. If January 151 July 4m November 11°i December 24th December 25 or December 31st falls on a Saturday, the Friday before is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 5:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday 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 reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123.00 per hour when such time periods are approved. 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 $500." Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." • • SP5OF10 SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS Replace this section with "This project is 'permit - ready' (Plan Check #2557 - 2007). The Contractor shall obtain building permit from the City of Newport Beach Building Department. City of Newport Beach plan check, building permit and inspection fees will be waived." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operation Manager, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender a $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 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 hftp://www.city.newpod- beach.ca.us/pubworks/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: • • SP6OF10 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 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to the Beach and temporary restroom facilities near the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operation. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.4 Safety 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. • • SP7OF10 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 -10 -7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project and across the Gully, describing the project and indicating the limits of construction. The City will provide the Notice. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Building Contractor °B" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License Issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDSIAS 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 uo -to -date and reviewed by the Enaineer at the time each oroaress bill is submitted. -'of Record or City Inspector shall.be doc As umented on, drawings.. the contractor's, responsibility toy arrange for the appropriate changes:to l: the final. _drawing ;set, and, present bothra�corrected'',Mylaf hard, copy and. disc (OD)wit, each'draWlrig "sheet saved;as 6 .P'DF`asde'scribed In the,City1 Beach, Design Criteria Standard ,Special Pro`visions,& Standarc Drawings fi The "As- Built' Mylar, plan- and CO shall be submitted and approved by 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. • • SP8OF10 SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan, construction schedule, traffic control, temporary fencing, temporary restroom facilities, and all other related work as required by the Contract Documents. Item No. 2 Demolition and Removal: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the clearing, grubbing, removal, and disposal of all existing improvements between the rear of new restroom building and the toe of adjacent slope. The completed work shall provide a level and compacted path to 2 -inch below the bottom of the building's new rear doors. Item No. 3 Restroom Building: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for constructing the restroom building as detailed in the Contract Documents, in accordance with the manufacturers' specifications, these Special Provisions, and the Building Department technical and inspection requirements. This item also includes, but is not limited to, surveying, no -fee permits, demolition and removal, 24 -inch deep subgrade excavation and compaction (if needed), 24 -inch deep import subgrade backfill and 95% compaction (if needed), foundation, outdoor shower, plumbing, electrical, mechanical, restroom accessories, and all other work items as shown on the Plans and Specifications for a fully functional restroom building, approved by the City Building Department. Item No. 4 Construct 6 -Inch Thick Concrete Slab: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the removal and disposal of existing improvements, import backfill if needed, 95% subgrade compaction, install expansion /contraction joints, place concrete slab and swale, control sawcuts, and complete all other tasks as required to complete the work in place. Item No. 5 Install Storm Drain System: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to remove and dispose of interferring existing improvements and subgrade, trench backfill and compaction, install pipes, cleanouts, grate inlet, floor drain, concrete local depression, make all connections, and complete all other work items as required to complete the work in place. Item No. 6 Install Stormceptor: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment -to remove and dispose of interferring existing improvements and subgrade, install Stormceptor, make all connections, and complete all other work items as required to complete the work in place. • • SP9OF10 Item No. 7 Relocate Chain Link Fencing: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for relocating the existing fence, installing new matching colored vinyl fencing as required, construct minimum 3 -feet deep by 2 -feet diameter concrete fence post footings, furnishing and installing new fencing hardwares, cables, and connectors, and complete all other work necessary to complete the work in place. Item No. 8 Construct Concrete Retaining Wall: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for removal and disposal of existing interferring improvements; soil excavation; construct retaining wall; soil backfill; compaction; and grading along both sides of the new concrete retaining wall; and complete all other work as shown on the Plans and Specifications, complete in place. Linear footage payment shall be made as measured along the top of finished wall. Item No. 9 Slope Grading: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for existing soil removal, backfill, compaction, and grading along both sides of the new concrete retaining wall as shown on the Plans and Specifications, complete in place. Item No. 10 As -built Plans: Work under this item shall include all necessary actions to provide "as- built' construction drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. 9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SP 10 OF 10 PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http: / /www. city.newi)ort- beach.ca.us /GSV /Frachised Haulers.htm." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1 '/2 inch" of the last sentence with the words "two (2) inches'. 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse- Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. The Contractor shall fully comply with the following ARCHITECT'S TECHNICAL SPECIFICATIONS which augment, but are not referenced to, sections of the Standard Specifications for Public Works Construction. F: SUserslPBWl.SharedlContraclslFY 08- 09URle Corona Reslroom C- 39131SPECS C- 3913.doc • 1 Architect's Technical Specifications • • SECTION 01240 - ARTICLE 6 - CONSTRUCTION BY AGENCY OR BY SEPARATE CONTRACTORS PART1- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents shall be carefully noted. 1.02 CITY - FURNISHED, CONTRACTOR - INSTALLED PRODUCTS A. City- Furnished Products: City will furnish, for installation by Contractor, products which are identified on the Drawings and in the Specifications as "CFCI ( City- Furnished /Contractor - Installed) ", "installed by General Contractor," or similar terminology. B. Relationship to Work Under the Contract: Work under the Contract shall include all provisions necessary to fully incorporate such products into the Work, including, as necessary, fasteners backing, supports, piping, conduit, conductors and other such provisions from point of service to point of connection, and field finishing, as shown on Drawings and specified herein. 1.03 CONCURRENT WORK UNDER SEPARATE CONTRACTS A. Contractor shall make every effort to coordinate with other contractors hired by the City to perform work in the vicinity and at the the work site. No additional working days or compensation shall be made to the Contractor for his coordination and cooperation efforts. Except for routine pick -up services for nearby trash containers, the Public Works Department is not aware of any other work site interference issues at this time. END OF SECTION • 0 SECTION 01742 - FINAL CLEANING PART1- GENERAL 1.01 SUMMARY A. Section Includes: Cleaning at completion of the Project. B. Related Requirements: Cleaning for specific products or work as described in the specification Section for such products or work. 1.02 QUALITY ASSURANCE A. Cleaner's Qualifications: A firm regularly engaged and specializing, for the preceding 5 years, in the final cleaning of new buildings. B. Regulatory Requirements: Conform to the applicable regulations of the air quality management district in force at the time of the performance of the work of this Section. PART 2 - PRODUCTS 2.01 MATERIALS A. Use only cleaning materials and methods recommended by the manufacturer of the material to be cleaned, and by the cleaning material manufacturer. Do not use cleaning materials which will create hazards to health or property, or that will damage surfaces. PART 3 - EXECUTION 3.01 FINAL PROJECT CLEANING A. Upon the completion of the work, thoroughly clean interior of the Project area, including fixtures, equipment, walls, floors, and hardware. Remove dust, dirt, paint, and other finishes and stains. Thoroughly clean accumulated debris from sills, ledges, horizontal projections, steps, rails, and other surfaces. Clean and polish natural metals. 1. Utilize sweeping compound to minimize dust. 2. Remove grease, mastic, adhesives, fingerprints, labels, and other foreign materials from sight - exposed interior and exterior surfaces. 3.02 FINAL SITE CLEANING A. Broom clean exterior paved surfaces. Make clean other surfaces of the grounds. SECTION 01742 - FINAL CLEANING -1 • 0 B. Hose down and scrub where necessary concrete and walks soiled as a result of the construction work. Thoroughly remove mortar and paint droppings from walks and pavements. C. Remove from the site construction waste, unused materials, excess earth, and debris resulting from the work. D. Legally dispose of off -site, rubbish and debris occasioned by final cleaning. E. Prior to final completion, or AGENCY occupancy, conduct an examination of sight - exposed interior and exterior surfaces, and all work areas, to verify that entire work is clean. END OF SECTION SECTION 01742 - FINAL CLEANING -2 LJ SECTION 02200 - GRADING (SECTION 300 GREENBOOK) PART 1- GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction ", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Description of System: Perform Clearing, grubbing, Structure excavation & backfill as necessary preparation for the construction of the restroom buildings and flatwork. PART 2- PRODUCTS 2.01 MATERIALS A. SECTION 300 -2.2 General (replace the first paragraph with the following) Material that is unsuitable for its planned use shall be excavated and disposed of in a legal dumpsite or landfill. B. Section 300 -5.2 Imported Borrow (add the following sentence to the first paragraph) Import borrow expansion index shall not exceed 20. PART 3- EXECUTION 3.01 INSTALLATION A. Perform Clearing, grubbing per 300 -1 B. Section 301 -1.1 General (delete the first sentence and replace with the following) This section shall govern the preparation of natural, filled or excavated building pads and pavement area material prior to placement of sub -base or base material, pavement, sidewalks or other such facilities as called for the plans and Specifications. All grading and site preparation shall conform to the General Grading Notes that is located on the plans. C. Prior to construction, the site should be cleared of topsoil, vegetation, trash, and debris, which should be disposed of offsite. Efforts should be made to locate any existing or abandoned utility SECTION 02200 GRADING -1 lines in the area and brought to the Engineer's attention immediately. To reduce the potential for adverse differential settlement of the proposed improvements, the existing subgrade shall be removed and re- compacted within the improvement area. The depth of removal is anticipated to be 2 to 3 feet. Local areas may require deeper excavations to remove unsuitable soil. The over - excavation and re- compaction should extend laterally to a minimum of 3 feet beyond the improvement area, wherever possible. Protect adjacent existing trees. Exposed sub -grade soil surfaces, including all excavation or removal bottoms, should be observed by the geotechnical consultant's representative prior to placement of fill or other improvements to verify that suitable soil is exposed. Sub -grade surfaces suitable for fill placement or other improvements should be scarified to a depth of 6 inches, moisture- conditioned to 2 to 3 percent above optimum- moisture content and compacted to a minimum of 90 percent of the ASTM Test Method D1557 laboratory maximum density. Import soil and backfill should be evaluated and tested by the geotechnical consultant before importing. All backfill soil should be placed in thin, loose lifts, moisture - conditioned, as necessary, to 2 to 3 percent above optimum moisture content, and compacted to minimum of 90 percent as determined by ASTM Test Method D1557. Aggregate base should be compacted to a minimum of 95 percent relative compaction. END OF SECTION SECTION 02200 GRADING - 2 • • SECTION 03300 - PORTLAND CEMENT CONCRETE (SECTION 201 and 303- 5, GREENBOOK) PART 1- GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified in other Sections: 1. Reinforcing steel. 2. Refer to Plans for additional requirements for reinforcing and concrete. 3. Anchor bolts furnished by Rough Carpentry. D. Description of System: Furnish and install all concrete work, including formwork, footings, slabs sand base and flatwork. 1.02 GENERAL (SECTION 201 - 1.1.1, GREENBOOK) (add the following to the end of the Section) A. Related Work Specified in other Sections Section 02220 - Earthwork Section 02600 - Concrete Pavers Section 07192 - Laminated Vapor Barrier 1.03 GENERAL (SECTION 201 - 1.1.1, GREENBOOK) (add the following sentence to the second paragraph) Type V Portland cement will be required for all concrete used on the project site. 1.04 CONCRETE SPECIFIED by CLASS and ALTERNATE CLASS (SECTION 201- 1.1.2) (add the following to the end of the Section) All non - reinforced Portland Cement Concrete called for on the Plans and in the Specifications shall be Class 560 -C -3250. 1.05 CHEMICAL ADMIXTURES (SECTION 201 - 1.2.4, GREENBOOK) (delete the entire section and replace with the following) No chemical admixtures will be allowed unless the Contractor receives prior written approval from the City of Newport Beach. SECTION 03300 CONCRETE -1 • • 1.06 FLY ASH (SECTION 210 - 1.2.5, GREENBOOK) (delete the entire Section and replace with the following) No Fly Ash will be allowed for use in making concrete for this project. 1.07 RECLAIMED CONCRETE MATERIAL (SECTION 201- 1.2.6, GREENBOOK) (delete the entire Section and replace with the following) No reclaimed concrete material will be allowed for use in making concrete for this project. 1.08 REINFORCEMENT (SECTION 201 -2, GREENBOOK) Refer to Structural Plans for additional requirements. All reinforcing bars to be grade 60 unless specified different on plans. 1.09 CONCRETE CURBS, WALKS, GUTTERS, CROSS - GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND RIVEWAYS (SECTION 303 -5, GREENBOOK) A. Section 303 -5.1.1 General (add the following sentence to the first paragraph) In addition, all concrete walks and flat work called for on the Plans shall be in accordance with City of Newport Beach Standard Plans, City of Newport Beach Standard Specifications and these Specifications. END OF SECTION SECTION 03300 CONCRETE -2 • 0 SECTION 04220 - CONCRETE UNIT MASONRY (Section 201 & 303 - Green book) PART1- GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction ", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified in other Sections: 1. Reinforcing steel. Refer to Plans and Concrete Section. D. Description of System: Furnish and install all concrete block, including all shapes necessary to complete the project, install hollow metal door frames. 1.02 TESTING LABORATORY SERVICES: Laboratory selection, payment and reports in conformance with General Conditions and Section "Quality Control Services ". Perform following tests: A. Concrete Masonry Units: Sampled and tested in accordance with ASTM specifications C140 and in addition shall have a maximum linear shrinkage of .06 percent from the saturated to the oven dry condition. B. Cement: Sample and test cement or provide mill test reports. C. Mortar: Take minimum of one set of cylinders on each of first three days of masonry work and thereafter at least one set on each 5,000 square feet of wall area placed. D. Grout: Make same number of tests as specified for mortar. 1.03 QUALITY ASSURANCE A. All masonry work shall be continuously inspected. B. Requirements of Regulatory Agencies: All work and materials shall be in full accordance with latest rules and regulations of safety orders of Division of Industrial Safety and all other applicable laws and regulations of the City of Newport Beach, California. C. Applicable Standards: All references to the Standards as described below shall mean the current or latest editions: "Standard Specifications" - Standard Specifications for Public Works Construction SECTION 04220 - CONCRETE UNIT MASONRY -1 • • "UBC" - Uniform Building Code "ASTM" - American Society for Testing and Materials "DIS" - Division of Industrial Safety Refer to Section 01400. PART 2- PRODUCTS 2.01 MATERIALS A. Refer to the drawings for minimum requirements, otherwise Concrete Masonry Units shall conform to the Standard Specifications for Public Works. Provide concrete masonry units to match existing building concrete masonry units. Match length, width and thickness of existing construction. The surface finish of the block shall match the existing construction. Concrete Masonry Units shall be in compliance with ASTM C90, Grade N, Type 1. B. Type S Mortar: 1 part Portland cement, 4 parts sand, 1/4 minimum to 1/2 maximum part hydrated Type S lime. Provide minimum ultimate compressive strength of 1,500 psi. Mortar shall be color matched to block. C. Grout: 1 part Portland cement, 3 parts sand, 2 parts pea gravel, and appropriate amount of clean water to make grout fluid, f'c equals 3,000 psi. PART 3 - EXECUTION 3.01 GENERAL A. Conform to Section 303-4 of the Standard Specifications. Lay masonry in straight courses to match existing building pattern. Faces of masonry units shall be all in one plane. Make horizontal and vertical mortar joints 3/8" thick. Carry courses up at same level at wall intersections and corners, or slope back. No toothed joints permitted. Cut units with masonry saw. Clean concrete surfaces receiving first course of masonry by removing entire surface of concrete, exposing clean aggregate. Tops of walls not covered shall be filled with grout and trowelled smooth. Lay masonry surface dry. 3.02 STORAGE AND HANDLING A. Keep dry, protect faces. 3.03 GROUTING SECTION 04220 - CONCRETE UNIT MASONRY -2 • • A. Grout cells as noted on plans and at locations of all reinforcing steel.. Vertical cells shall have vertical alignment, to maintain continuous unobstructed vertical cell area of 3" x 3 ". Grout shall be sufficiently fluid to ensure complete filling of all sections of units, but not so thin as to allow segregation of aggregate. In no case shall grout contain more than 71/2 gallons of water per sack of cement. Grouting of cells shall conform to UBC 2404 (f) and 24 -G. Provide cleanouts for all pours in excess of 5 feet or split grout into two placements not to exceed 5' height at direction of City Inspector. When grouting is stopped for a period of one hour or longer, horizontal construction joints shall be formed by stopping the grout one inch below top of upper -most unit. 3.04 REINFORCING A. Bars shall be straight unless hooks or bends are shown. Lap as shown. Hold firmly in place by means of frames or other suitable devices. Place steel to ensure minimum grout cover of 1/2 ". Take care to prevent movement or jarring of reinforcing while placing masonry. Use positioning spiders to hold vertical bars in place. 3.05 INSERTS A. Place inserts in masonry as necessary for work of other trades. Grout solidly in place with not less than 1" of grout surrounding inserts. 3.06 CURING A. Do not saturate with water for curing or any other purpose. 3.07 CLEANING A. Exercise extreme care to prevent mortar from coming in contact with exposed concrete masonry surfaces. Remove excess mortar immediately from surfaces to prevent stain. Completed masonry work shall be free of stains or marks from mortar or grout or other foreign materials. 3.08 CLEANING AT COMPLETION A. Tuck point holes 1/8" or more. Grind off lumps, clean debris and surplus. Leave the masonry clean and free of mortar drops, sandblast if necessary. END OF SECTION SECTION 04220 - CONCRETE UNIT MASONRY -3 • • SECTION 05500 - MISCELLANEOUS METAL FABRICATIONS PART1- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Structural steel, mesh panels, finish painting, and substrates to which fabrications are to be attached or embedded. C. Description of System: Provide miscellaneous metal fabrications such as angles, plates, gates and espalier grid. 1.02 QUALITY ASSURANCE A. Codes and Standards: Provide materials complying with the following standards and industry recommendations: ASTM A36, A47, A48, A53, A108, A283, A296, A306, A31Z A314, A366, A475, A512, A525, A526, A554, A569,13108, B209, B221, SSPC, NAAMM, and AA. 1.03 SUBMITTALS A. Submit fabrication shop drawings on all items to be provided. Where other than mill finishes are specified, provide samples of required finish which will be reviewed for color, texture, style, and finish. PART 2- PRODUCTS 2.01 MISCELLANEOUS METAL ITEMS: Manufacture or fabricate items of sizes, shapes and dimension required. Furnish steel washers. Hot dip galvanize all metal work after fabrication unless otherwise indicated. All projections, barbs, and icicles shall be removed after galvanizing. A. Fabricate miscellaneous units to sizes, shapes and profiles shown or, if not shown, of required dimensions to receive adjacent other work to be retained by framing. Except as otherwise shown, fabricate from structural steel shapes and plates and steel bars, of welded construction using mitered joints for field connection. Cut, drill and tap units to receive hardware and similar items. B. Equip units with integrally welded anchor straps for casting into poured concrete wherever required. Furnish inserts if units must be installed after concrete is placed. Except as otherwise shown, space anchors 24 "o.c. and provide minimum anchor units of 1 -1/4" x 1/4" X 8" steel straps. PART 3 - EXECUTION SECTION 05500 - MISCELLANEOUS METAL FABRICATIONS -1 0 3.01 Fabrication: A. Verify actual field dimensions prior to any fabrication. B. Fabricate items with joints neatly fitted and properly secured. C. Fit and shop assemble in largest practical sections for delivery to site. D. Grind exposed welds smooth and flush with adjacent finished surfaces. E. Exposed mechanical fastenings: flush countersunk screws or trim back bolts, consistent with design of structure, except where specifically noted otherwise. F. Make exposed joints flush butt type hair -line joints where mechanically fastened. G. Steel Pipe: Fabricate standard weight Schedule 40 pipe to dimensions and details shown, with smooth bends and welded joints ground smooth and flush. All radius shall be made with a mandrel or be preformed, assuring a smooth transition without any deformations. Where details are not shown, use 1 -1/4" I.D. steel pipe. H. Supply components required for proper anchorage of metal fabrications. Fabricate anchorage and related components of same material and finish as metal fabrication, unless otherwise specified or shown. I. Thoroughly clean surfaces of rust, scale, grease and foreign matter prior to prime painting and galvanizing. J. Hot dip galvanize all miscellaneous metal fabrications exposed to view, (interior and exterior) and prime paint all other items. Do not shop prime surfaces in direct contact with concrete or other cementitious materials, or requiring field welding. Shop prime in two coats. Provide aluminum G60 galvanized coating where galvanizing is required. 1. ASTM A123 for galvanizing rolled, pressed and forged steel shapes, plates, bars and strip 1/8" thick and heavier. 2. ASTM A386 for galvanizing assembled steel products. Do galvanizing after fabrication with work assembled in as large sections as can be handled. 3. ASTM A153 for galvanizing iron and steel hardware. 4. Hot dip galvanize all exterior ferrous metal work after fabrication. K. Shop Painting: Shop paint miscellaneous metal work, except members or portions of members to be embedded in concrete or masonry, surfaces and edges to be field welded, and galvanized surfaces, unless otherwise specified. 1. Remove scale, rust and other deleterious materials before applying shop coat. Clean off heavy rust and loose mill scale in accordance with SSPC SP -3 "Power Tool Cleaning ". 2. Remove oil, grease and similar contaminants in accordance with SSPC SP -1 "Solvent Cleaning ". 3. Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's instructions, and at a rate to SECTION 05500 - MISCELLANEOUS METAL FABRICATIONS - 2 • • provide uniform dry film thickness of 2.0 mils for each coat. Use painting methods which will result in full coverage of joints, corners, edges and exposed surfaces. 4. Apply one shop coat to fabricated metal items, except apply 2 coats of paint to surfaces inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. 3.02 Obtain approval of Architect prior to site cutting or making adjustments which are not part of intended work or are not shown on shop drawings. 3.03 Install items square and level, accurately fitted and free from distortion and defects. 3.04 Make provisions for erection stresses by temporary bracing. Keep work in alignment. 3.05 Replace items damaged during installation. 3.06 Perform field welding in accordance with AWS D1.1. 3.07 After installation, touch -up field welds and scratched and damaged paint, or coated surfaces. Use primer consistent with shop finish. 3.08 Supply and assist with setting all items requiring to be cast into concrete, or embedded in masonry, complete with necessary setting templates. END OF SECTION SECTION 05500 - MISCELLANEOUS METAL FABRICATIONS - 3 SECTION 06100 - ROUGH CARPENTRY PART1- GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction ", latest edition (Green book) shall apply, except as modified herein. A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Finish hardware, millwork and other finish carpentry. C. Description of System: Roof Framing systems, plywood, miscellaneous blocking and rough hardware, and miscellaneous metal connections. 1.02 QUALITY ASSURANCE A. Provide lumber with visible grade stamp of an approved agency certified by NFPA. Ensure glue laminated members are certified by AITC. B. Reference Standards: 1. PS 20 - American Softwood Lumber Standard. 2. NFPA - National Forest Products Association, National Design Specifications for Stress Grade Lumber and Its Fastening. 3. West Coast Lumber Inspection Bureau (WCLIB), Number 16 - Standard Grading and Dressing Rules for West Coast Lumber. C. Requirements of Regulatory Agencies: Comply with UBC, Chapter 25. D. Decay and Termite Protection: Foundation plates and sills on concrete or adjacent to masonry. Treated wood shall comply with American Wood Preserver's Association Specification P5 -65 and C1 -65. Treat with chromated zinc chloride or "Wohnan Salts ". Apply 0.35 lb. of preservative per cubic foot of wood. Coat lumber surfaces cut after treatment by dipping or brushing with preservative identical to original type used. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver and store materials at job site in a safe area, out of traffic and shored up off ground surface. SECTION 06100 - ROUGH CARPENTRY - • • B. Identify framing lumber by grades and store grades separately from each other. C. Protect products with adequate waterproofing. D. Exercise care in off - loading lumber to prevent damages, splitting and breaking. 1.01 SEASONING A. Deliver materials at earliest date possible to allow maximum drying time on site. B. Pile and strip lumber at site to allow free circulation of air with pile protected from sun and moisture. C. Air - season all lumber for as long as possible (60 days preferable) near jobsite before covering with finish materials. PART 2- PRODUCTS 2.01 LUMBER A. Refer to plans for wood grades and species - otherwise - Blocking, Backing, and Furring: standard grade, Douglas fir. B. Water -borne Preservating: Copperized chromated zinc chloride TT -W- 00562, or Wolman CCASalts, TT -W -500 and TT -W -535. C. Plywood Siding - T- 1115/8" DF APA 303.oc (clear) with grooves at 4" centers. 2.02 ACCESSORY MATERIALS A. Nails, Spikes, and Staples: Common, except as otherwise indicated, hot dipped galvanized. B. Steel hardware and stock framing connectors: ASTM A36 steel, galvanized. Tobin Steel, Simpson, KC Metals, or other approved manufacturer. C. Lag Bolts: FS FF -B -561. Machine Bolts: ASTM A307, hot dip galvanized. D. Wood Preservation: Wolmanizing treatment at least two weeks prior to delivery to site. PART 3 - EXECUTION 3.01 SELECTION OF LUMBER A. Carefully select all members. B. Cut out and discard defects which will render a piece unable to serve its intended function. Lumber may be rejected by Architect, whether or not it has been installed, for excessive warp, twist, bow, SECTION 06100 - ROUGH CARPENTRY - 2 0 crook, mildew, fungus, or mold, as well as for improper cutting and fitting. 3.02 PLYWOOD PLACEMENT A. Place all plywood with face grain perpendicular to supports and continuously over at least two supports, except where otherwise detailed. B. Center joints accurately over support unless otherwise shown on drawings. C. Protect plywood from moisture and construction damage until succeeding component or materials are installed to cover plywood. Failure to do so will require the Contractor to install an additional layer of 1/2" underlayment at his own cost. 3.03 FASTENING A. Use only common wire nails or spikes of dimensions required. B. For conditions not covered on drawings, provide penetration into piece receiving point not less than 1/2 length of nail or spike, provided that 16d nails may be used to connect two pieces of two inch thickness. C. For bolts, drill holes 1/32 inch larger in diameter than bolts being used. Drill straight and true from one side only. D. Bolt threads shall not bear on wood. Use washers under head and nut where both bear on wood. Use washers under all nuts. E. For lag screws, and wood screws, pre -bore holes same diameter as root of threads; enlarge holes for shank diameter for length of shank. F. Screw, do not drive, all lag screws and wood screws. END OF SECTION SECTION 06100 - ROUGH CARPENTRY - 3 • 0 SECTION 06200 - FINISH CARPENTRY PART1- GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Finish hardware, rough carpentry, and miscellaneous specialties. C. Description of System: Installation of finish hardware, miscellaneous specialties, and wood trim as required. PART 2 - PRODUCTS 2.01 FINISH LUMBER A. PS 20; graded in accordance with NFPA Grading Rules; as scheduled with a maximum moisture content of 10 percent for interior work, 18 percent for exterior work. PART 3 - EXECUTION 3.01 SELECTION OF LUMBER A. Refer to plans for wood grades, type and species. Carefully select all members. Select members so that defects will not interfere with proper nailing or making proper connections, and not impair achievement of proper finished appearances where to be exposed. 3.02 GENERAL FABRICATION A. Manufacture, mill, fabricate, assemble and finish all millwork by skilled mechanics, using approved standard methods of manufacture and workmanship. B. Ensure that moldings and trims are true to detail, clean and sharply defined. Kerf or back out flat members to prevent warping. C. Conceal means of fastening where other than glue joinery is employed. Use fine casing nails, carefully set without hammer marks. SECTION 06200 - FINISH CARPENTRY -1 D. Countersink without impact, counterbore and carefully plug with wood of same kind and color as surrounding surfaces in exposed locations. E. Scribe all interior wood finish and other millwork neatly and accurately in place, maintaining flush width end members where possible. Apply all trim in full lengths without piecing. Bevel joints at 45 degrees to face of mold. Miter all exterior angles and cope interior angles. 3.03 INSTALLATION OF MISCELLANEOUS SPECIALTIES AND FINISH HARDWARE A. Installer must examine conditions under which all items to be installed. Notify contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. Install in strict accordance with manufacturer's printed instructions. Install true, plumb, and level, securely and rigidly anchored to substrate with tamper -proof concealed stainless steel fasteners. C. Protect adjacent or adjoining finished surfaces and work from damage during installation of work in this section. END OF SECTION SECTION 06200 - FINISH CARPENTRY -2 SECTION 07520 - ASPHALT SHINGLES PART1- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related work specified in other sections: Other types of roofing and insulation. C. Definition of System: Provide shingles, underlayment, attachment asphalt, fasteners, and roof related flashing and vents. 1.02 QUALITY ASSURANCE: A. Conform to Underwriters Laboratories (UL) requirements for a Class C roof. B. Codes and Standards: Perform work in accordance with requirements of UL, and supply materials in accordance with reference standards ASTM D250, D312, and D3018. UBC Standard #32 -3. C. Guarantee: Jointly guarantee with suppliers of materials and products installed that installation will remain free from any water or moisture intrusion for a minimum of five years. Any breach of watertight integrity of this installation will be warranted to be repaired to the satisfaction of the Owner. 1.03 SUBMITTALS: A. Submit color samples of shingles for selection. B. Provide a minimum of 20 square feet of material to the General Services Department upon Completion of the project. PART 2- PRODUCTS 2.01 Provide asphalt shingles manufactured of composition asphalt and reinforced glass fiber in conformance with ASTM D3018, Type 1, Certainteed Presidential TL Ultimate Luxury Composition shingles or approved equal. 2.02 Provide gable, hip and ridge units as required. 2.03 Underlayment: Provide single layer of 15 pound asphalt impregnated asbestos finishing felt in accordance with ASTM D250, Type 1 specifications. 2.04 Asphalt: Provide ASTM D312, Type IV asphalt unless slope requires differently. SECTION 07520 - ASPHALT SHINGLES -1 • 2.05 Fasteners: Provide hot dipped galvanized roofing nails of sufficient length to penetrate wood deck a minimum of 3/4 inch. 2.06 Flashings: 22 gauge minimum galvanized. PART 3 - EXECUTION 3.01 Lay felt in asphalt and mechanically fasten into place. Seal edges, ends, tears, punctures and nail holes. Provide 4 inch headlap and 6 inch endlaps. 3.02 For shingles, provide a minimum 5 inch exposure, with a 2 inch headlap. 3.03 Coordinate application of shingles with sheet metal work and others providing materials or labor for roof -top installations. END OF SECTION SECTION 07320 - ASPHALT SHINGLES - 2 • • SECTION 07600 - SHEET METAL PART1- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: 1. Roofing and roof related flashing. C. Description of System: Provide all non roof - related flashings, counterflashings, access doors. 1.02 QUALITY ASSURANCE A. Perform all sheet metal work, including fabrications, in strict accordance with Sheet Metal and Air Conditioning Contractors National Association (SMACNA) Architectural Manual. 1.03 SUBMITTALS A. Submit copies of standard details covering all sheet metal conditions and fabrications to be necessary on the project. Where standard details do not exist, prepare and deliver such details to the Architect. 1.04 GUARANTEE A. Protect products and accessories against damage. B. Flashing system, including framing, caulking, windows, shall operate as a harmonious assembly providing a water -tight installation. Ensure the watertightness of the completed installation under a five year guarantee. PART 2- PRODUCTS 2.01 MATERIALS A. B. Prefabricated Items: Where prefabricated sheet metal items are available and are exactly as required for the installation, they may be used. These items are to be manufactured by Construction Specialties, KC Metals, Fry or other approved. C. Access Doors and Vents: Provide galvanized units appropriate for the installation conditions, prime painted, manufactured by Inryco, or other approved. SECTION 07600 - SHEET METAL -1 0 D. Fasteners and Clips: Provide as required and appropriate for the materials being fastened. Where fasteners and clips may be exposed to outside weather conditions, provide stainless steel type. PART 3 - EXECUTION 3.01 INSTALLATION: Install all materials in accordance with good trade practices and in accordance with the SMACNA Architects Manual. Accurately form all sheet metal to the dimensions and shapes required. Finish with true, straight sharp lines and angles. Cope at intersections to a precise fit and securely solder, braze or weld according to the best practices for the material. Solder joints slowly, with full flowing solder and make neat, as thin as consistent for the joints so formed. Reinforce as required. Hem all exposed edges of metal work 1/2 ". 3.02 Sheet Metal Features and related work are not necessarily individually described. The descriptions of sheet metal work following usually includes the most important parts and those requiring detail. Provide other work as indicated or necessary. 3.03 INSTALLATION/APPLICATION/PERFORMANCE A. Flash around all exterior openings in the building where other waterproofing methods are insufficient. 3.04 DRIPS: Provide at door heads, top of window walls, and elsewhere as shown or required. Provide miscellaneous flashings as shown and required to complete entire project. 3.05 Conceal fastenings as much as possible. Build in expansion and contraction joints where necessary. Seal laps in Hydroseal, or other approved. 3.06 Immediately following installation of sheet metal work, touch -up areas where primer has been removed during installation operations and where soldering has occurred. END OF SECTION SECTION 07600 - SHEET METAL - 2 • • SECTION 07900 - CAULKS AND SEALANTS PART I- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Glass and glazing, and sealants used in conjunction with concrete flatwork. C. Description of System: Furnish and install caulking as indicated and specified, complete. This section contains general specifications for caulking throughout the project. 1.02 QUALITY ASSURANCE A. Provide an installation in strict compliance with Title 24 requirements. B. Install ceramic tile expansion joints in accordance with TCA Handbook - EJ171. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver sealant and caulking compound in unopened factory - labeled containers, labels bearing statement of conformance to standards specified for each material. 1.04 GUARANTEE A. Furnish a written guarantee for a period of five years from date of final acceptance covering exterior sealant work for watertightness of the system. SECTION 07900 - CAULKS AND SEALANTS -1 • • SECTION 08100 - STEEL DOORS AND FRAMES PART1- GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction ", latest edition (Green book) shall apply, except as modified herein. B. The general provisions of the contract, including general conditions and general requirements, apply to the work specified in this section. C. Description of System: Furnish materials and perform labor required to execute this work as indicated on the drawings, as specified, and as necessary to complete the contract, including, but not limited to, these major items: 1. Furnish stock hollow metal doors and frames manufactured by a single firm specializing in the production of this type of work. 1.02 QUALITY ASSURANCE A. Follow Steel Door Institute (SDI) recommendations for materials and installation procedures. Manufactured units must be labeled and certified according to Section 2 -5304, Table 2 -535, Standards for Doors and Windows of Title 24. 1.03 MANUFACTURERS: Manufacturers offering products to comply with the requirements for stock hollow metal frames include the following: A. AMWELD B. REPUBLIC STEEL CORP. C. STEELCRAFT MFG. CO. 1.04 SUBMITTALS: A. Manufacturer's Data: For information only, submit two (2) copies of Manufacturer's specifications for fabrication and shop painting, and installation instructions. Indicate by transmittal form that one copy of instructions has been distributed to the installer. B. Shop Drawings: Submit in accordance with General Conditions. Submit six (6) copies for review and approval. Show fabrication, erection of hollow metal work and location in building. Include installation requirements of finish hardware including reinforcements. Show details of joints and connections. Show anchorages and accessory items. SECTION 08100 - STEEL DOORS & FRAMES - 1 • 0 PART 2- PRODUCTS 2.01 MATERIALS A. Hot - rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and oiled, complying with ASTM A -568 and ASTM A -569. B. Cold- rolled Steel Sheets: Commercial quality carbon steel, Type E, matte finish, complying with ASTM A -366 and ASTM A -568. C. Louvers, Inserts, Bolts and Fasteners: Provide manufacturer's standard units. D Fabrication, General: Fabricate hollow metal units to be rigid, neat in appearance and free from defects, accurately formed to the required sizes and profiles. Dress all welded joints on exposed surfaces flush and smooth to be invisible when prime painted. Use of metallic filler to conceal manufacturing defects is not acceptable. E. Finish Hardware Preparation: Prepare hollow metal units at manufacturer's plant to receive mortise and concealed finish hardware, including cut outs, reinforcing, drilling and tapping. Comply with applicable requirements of ANS A115 "Specifications for Door and Frame Preparation ". Prepare for other mortised and concealed finish hardware to the templates of the manufacturer of each finish hardware item required in the work. F. G-60 galvanize doors and frames after fabrication and apply powder coat "Interpon D2000" - Redwood 2.02 STOCK HOLLOW METAL FRAMES: Provide 16 gage stock hollow metal frames for doors and other openings, as shown on drawings. Conceal all fastenings. Countersink exposed screws using Phillips flat -head screws. Fire rated where required. A. Rubber Door Silencers: Drill stops to receive 2 silencers on strike jambs of single -swing frames and 4 silencers on heads of double - swing frames. Install plastic plugs to keep holes clear during construction. 2.03 HOLLOW METAL DOORS: Sixteen (16) gauge - comply with SDI -100 for materials, quality and construction details. Unit welded construction. Mortise and reinforce doors for hardware. Provide 9 gauge reinforcing for butts, 12 gauge for locksets and all surface applied hardware. Drill and tap in accordance with templates furnished by Finish Hardware Supplier. PART 3 - EXECUTION 3.01 DELIVERY: Furnish all hollow metal units as shown and scheduled on the drawings. Installation of hollow metal frames in masonry is work of Section 04220 - Masonry. SECTION 08100 - STEEL DOORS & FRAMES - 2 E • 3.02 In general, install doors and frames in accordance with SDI 100 and 105 respectively. 3.03 Install frames plumb, rigid and in true alignment, and fastened so as to retain their position and clearance during construction of partitions and walls. Ensure dimensional tolerance and stability of frames for proper installation and operation of hardware and doors. 3.04 Following installation, provide protection of frames until frames are to be finish painted. Touch -up shop applied primer on doors and frames following installation and just prior to finish painting. END OF SECTION SECTION 08100 - STEEL DOORS & FRAMES - 3 PART 1 GENERAL 1.1 SECTION INCLUDES • SOLATUDE. ♦ �iRLAI+aI� i1 �t /f SECTION 08625 TUBULAR DAYLIGHTING SYSTEM A. Tubular daylighting system, consisting of roof dome, reflective tube, and diffuser assembly; configuration as indicated on the drawings. B. Accessories. 1.2 RELATED SECTIONS A. Section 07311 - Asphalt Shingles: Flashing of skylight base. B. Section 07600 - Flashing: Metal flashings. C. Section 08620 - Unit Skylights: Skylights without reflective tube. D. Section 08630 - Metal Framed Skylights. E. Section 15810 - Ducts: Fan vent duct and connections. F. Section 16150 - Equipment Wiring: Electrical connections. G. Section 16500 - Lighting Equipment and Controls: Light bulbs and lamps. 1.3 REFERENCES A. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2001. B. ASTM A 4631A 463M - Standard Specification for Steel Sheet, Aluminum Coated, by the Hot Dip Process; 2001 a. C. ASTM A 6531A 653M - Standard Specification for Steel Sheet, Zinc Coated (Galvanized), by the Hot Dip Process; 2001 a. D. ASTM E 283 - Test Method for Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen. E. ASTM E 308 -95 - Standard Practice for Computing the Colors of Objects by Using the CIE System F. ASTM E 330 - Structural Performance of Exterior Windows, Curtain Walls and Doors. G. ASTM E 331 - Test Method for Water Penetration of Exterior Windows, Curtain walls 08625 -1 0 and Doors by Static Air Pressure Difference. H. ASTM D 635 - Test Method for Rate of Burning and/or Extent of Time of Burning of Self- Supporting Plastics in a Horizontal Position. ASTM D -1929 - Test Method for Ignition Properties of Plastics. J. UL 181 - Factory Made Air Ducts and Air Connectors; 1998 K. UL 790 - Standard for Tests for Fire Resistance of Roof Covering Materials; 1997. L. ICBO /ICC AC -16 - Acceptance Criteria for Plastic Skylights; 2003. 1.4 PERFORMANCE REQUIREMENTS A. Completed tubular daylighting system assemblies shall be capable of meeting the following performance requirements: 1. Air Infiltration Test: Air infiltration will not exceed .30 cfm /sf aperture with a pressure delta of 1.57 psf across the tube when tested in accordance with ASTM E 283. 2. Water Resistance Test: No uncontrolled water leakage at 16.5 psf pressure differential with water rate of 5 gallonslhours /sf when tested in accordance with ASTM E 331. 3, Uniform Load Test: a. No breakage, permanent damage to fasteners, hardware parts, or damage to make tubular skylight inoperable or cause permanent deflection of any section in excess of 1 percent of its span at a Positive or Negative Load of 35 psf (1.68 kPa). b. All units shall be tested with a safety factor of (3) for positive pressure and (2) for negative pressure, acting normal to plane of roof in accordance with ASTM E 330. 4. Fire Testing: a. Class B Burning Brand - The burning brand shall self - extinguish without transferring the fire to the dome Per: U.B.C. Standard 15 -2 Class B Burning Brand Test. See ASTM E 108 and UL 790. b. Self- Ignition Temperature - Greater than 650 degrees F Per: U.B.C. Standard 26 -6. See ASTM D- 1929 -68 (1975). C. Smoke Density - Rating no greater than 75 Per: U.B.C. Standard 26 -5. (See ASTM D- 2843 -70) or no greater than 450 Per U.B.C. 8 -1 (See ASTM Standard E 84 -91 A) in way intended for use. d. Rate of Bum - Minimum Burning Rate: 2.5 inches/min (64 mm /min) Classification CC -2: U.B.C. Standard 26-7. See ASTM D 635 -74. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings. Submit shop drawings showing layout, profiles and product components, including anchorage, flashings and accessories. D. Verification Samples: As requested by Architect. E. Test Reports: Independent testing agency or evaluation service reports verifying 08625 -2 • 0 compliance with specked performance requirements. F. LEED Submittals: Provide documentation of how the requirements of Credit will be met: 1. List of Daylight Credits available for the products specked. 2. Data on Energy Optimization Performance Credits for the products specified. 3. Data on Regional Credits which may me available for the project location. 4. Data on Perimeter and Non - Perimeter Controllability of Systems for use of Daylight Dimmer option with the products specified. 5. Data on potential Innovation in Design Credits which may be available for the innovative use of the products specked. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Engaged in manufacture of tubular skylights for minimum 10 years. 1.7 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of solvent -based materials, and materials used with solvent - based materials, in accordance with requirements of local authorities having jurisdiction. 1.8 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. 1.9 WARRANTY A. Tubular Daylighting System: Manufacturer's standard warranty for 10 years. B. Electrical Parts: Manufacturer's standard warranty for 5 years, unless otherwise indicated. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Solatube International, Inc., which is located at: 2210 Oak Ridge Way ; Vista, CA 92081; Toll Free Tel: 888 - 765 -2882; Tel: 760 - 477 -1120; Fax: 760-597-4488; Email: request info; Web: www.solatube.com B. Substitutions: Not permitted. C. Requests for substitutions will be considered in accordance with provisions of Section 01600. 2.2 TUBULAR DAYLIGHTING SYSTEM A. Tubular Daylighting System General : Transparent roof - mounted skylight dome and self- flashing curb, reflective tube, and ceiling level diffuser assembly, transferring sunlight to interior spaces; complying with ICBO /ICC AC -16. B. SolaMaster Series: Solatube Model 21 -0 Open Ceiling, 21 inch (530 mm) Daylighting System: 1. Roof Dome Assembly: Transparent, UV and impact resistant dome with 08625 -3 • • flashing base supporting dome and top of tube. a. Glazing: Type DA, 0.143 inch (3.7 mm) minimum thickness injection molded acrylic classified as CC2 material and meeting characteristics of DR -101 blend. b. Glazing: Type DP, 0.125 inch (3.2 mm) minimum thickness polycarbonate classified as CC1 material. 2. LightTracker Reflector, made of aluminum sheet, thickness 0.015 inch (0.4 mm) with Spectralight Infinity. Positioned in the dome to capture low angle sunlight. 3. Roof Flashing Base: One piece, seamless, leak -proof flashing functioning as base support for dome and top of tube. a. Base Material: Sheet steel, corrosion resistant conforming to ASTM A 6531A 653M or ASTM A 463/A 463M, 0.028 inch (0.7 mm) thick. b. Base Style: Type F04, Self mounted, 4 inches (102 mm) high. C. Base Style: Type F08, Self mounted, 8 inches (203 mm) high. d. Base Style: Type F11, Self mounted, 11 inches (279 mm) high. e. Base Style: Type FCM, Curb mounted flashing, with inside diameter 27 inches (685 mm) by 27 inches (685 mm) to cover curb by others. f. Flashing Insulator: Type F1, Thermal isolation material for use under flashing. g. PVC Boot: Type P, White PVC for flashing to flat PVC roof surfaces. h. Dome Edge Protection Band: Type PB, For fire rated roofs. Galvanized steel. Nominal thickness of 0.039 inch (1 mm). 4. Roof Flashing Turret Extensions: Provide manufacturer's standard extensions for applications requiring: a. Type T12: Additional lengths of 12 inches (300 mm) extension. b. Type T24: Additional lengths of 24 inches (600 mm) extension. C. Type T36: Additional lengths of 36 inches (900 mm) extension. d. Type T48: Additional lengths of 48 inches (1200 mm) extension. 5. Dome Ring: Attached to top of base section; 0.090 inch (2.3 mm) nominal thickness injection molded high impact PVC; to prevent thermal bridging between base flashing and tubing and channel condensed moisture out of tubing. 6. Dome Seal: Polypropylene Fiber Pile weatherstrip 0.27 inch (6.85mm) by 0.27 inch (6.85mm). 7. Reflective Tube: Aluminum sheet, thickness 0.018 inch (0.5 mm). a. Interior Finish: Spectralight Infinity high reflectance specular finish on exposed reflective surface. Visible spectrum (400 nm to 760 nm) greater than 99 percent. Total solar spectrum (400 nm to 2500 nm) less than 93 percent. b. Color: a* and b* (defined by CIE L *a *b* color model) shall not exceed plus 2 or be less than minus 2 as determined in accordance to ASTM E 308, 8. Reflective 30 degree Adjustable Tube: Aluminum sheet, thickness of 0.018 inch (0.5 mm) a. Interior Finish: Spectralight Infinity high reflectance specular finish on exposed reflective surface. Visible spectrum (400 nm to 760 nm) greater than 99 percent. Total solar spectrum (400 nm to 2500 nm) less than 93 percent. 9. Diffuser Assemblies for Tubes Not Penetrating Ceilings (Open Ceiling): Solatube Model 21 -0.21 inch (533 mm) diameter diffuser attached directly to bottom of tube. a. Lens: Type L2, Curved prismatic lens of molded acrylic plastic classified as CC2, 0.100 inch (2.5 mm) minimum thickness, minimum light transmission of 90 percent at thickness of 0.100 inch (2.5 mm). b. Secondary Diffuser: Type SS, Acrylic plastic classed as CC2 material. Thickness shall not be less than 0.100 inches. 08625 -4 • • 10. Accessories: a. Security Bars: Type B Security Bars 0.375 inch (95 mm) stainless steel bar across flashing diameter opening. b. Security Kit: Type SK Dome Security Kit, rivets with nylon spacers to replace dome screws. C. Open ceiling trim ring: Type R, Galvanized bare steel. Nominal thickness of 0.040 inch (1 mm). d. Wire Suspension Kit: Type E, Use the wire suspension kit when additional bracing to the structure is required. 2.3 ACCESSORIES A. Fasteners: Same material as metals being fastened, non - magnetic steel, non- corrosive metal of type recommended by manufacturer, or injection molded nylon. B. Suspension Wire: Steel, annealed, galvanized finish, size and type for application and ceiling system requirement. C. Sealant: Polyurethane or copolymer based elastomeric sealant as provided or recommended by manufacturer. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. Install in accordance with manufacturer's printed instructions. B. After installation of first unit, field test to determine adequacy of installation. Conduct water test in presence of Owner, Architect, or Contractor, or their designated representative. Correct if needed before proceeding with installation of subsequent units. 3.4 PROTECTION A. Protect installed products until completion of project. B. Touch -up, repair or replace damaged products before Substantial Completion. END OF SECTION 08625 -5 • • SECTION 08710 - FINISH HARDWARE PART1- GENERAL 1.01 A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified Elsewhere: Installation of finish hardware, toilet compartment hardware, toilet room accessories, signs of all kinds, rough hardware. D. Description of System: All finish hardware for the building shall be furnished complete except as otherwise specified. 1.02 GENERAL REQUIREMENTS A. All items of hardware required to complete this work shall be furnished. Items of hardware not definitely specified shall be provided of a type and quality suitable to the service required and comparable to other hardware specified. B. All hardware shall comply with applicable fire and building codes. 1.03 CONTRACTOR'S QUALIFICATIONS A. Finish hardware contractor shall be a duly recognized. distributor or dealer of the make of hardware bid upon. B. Contractor shall provide a qualified member of the American Society of Hardware Consultants (AHC) or other qualified employee acceptable to the Owner, and available for consultation and service by the Owner and the General Contractor as required. 1.04 SUBMITTALS A. Hardware Schedule: Submit six copies of the complete hardware schedule and 'catalog cuts' for approval within 30 days after award of contract. Clearly indicate any deviations from the schedule specified. Approval of hardware schedule shall not be construed as certifying its completeness but only that it has been checked for manufacture and finish. Within 30 days after approval of hardware schedule, arrange a meeting with the Owner to establish keying system. The Owner will prepare a master keying chart per "Newport Beach Harbor Lock ". Changes shall not be made in the SECTION 08710 - FINISH HARDWARE -1 • • hardware schedule or keying chart after their approval without written consent. B. Samples: Submit samples of hardware to the Owner and Architect for approval as requested. Tag all items and indicate manufacturer's name, finish, catalog number, and intended location in the building. Samples will be held by the Owner until the completion of finish hardware installation. C. Templates: Furnish all templates to standards in accordance with approved hardware schedule as required to prepare doors and frames to receive finish hardware. Furnish templates in accordance with door and frame manufacturer's production schedules in order not to delay the progress of the job. 1.05 WARRANTY A. Provide written guarantee from hardware supplier as follows: 1. Closers: 2. Hinges: 3. Other Hardware: PART 2 - PRODUCTS 2.01 DOOR BUTTS Ten years Life of the Building Two years A. Furnish 1 -1/2 pair each leaf to 7 foot 6 inches high. Add 1/2 pair each leaf over 7 foot 6 inches for each 2 -1/2 feet. All outswinging doors to have butts with nonremoveable pins with set screw in barrel. (NRP) 2.02 DOOR MUTES A. Furnish three at each single door and two at each pair of doors. 2.03 LOCKSETS A. Locksets shall be by SCHLAGE, 6 pin completely assembled from box to door. All outswinging exterior doors shall have extended escutcheons extending 1/2 inch over the door frame. Escutcheons shall be cast and knobs of heavy forged bronze, reinforced of .080 thickness. Locks shall have box strikes and they shall be of sufficient length and have curved lips to protect trim and jambs. All component parts of locks shall be of one manufacture. 2.04 DESIGN AND FINISH A. Design shall be as shown in schedule. Finish shall be as shown in schedule throughout unless specified elsewhere. SECTION 08710 - FINISH HARDWARE - 2 • • 2.05 WEATHER STRIPPING A. Shall be provided at all doors. 2.06 FASTENERS A. Conceal all fasteners where manufacturer provides that option with the product. Where exposed fasteners are used, provide Phillips head type, with flat head for countersinking. PART 3 - EXECUTION 3.01 PACKING AND MARKING A. All hardware shall have the required screws, bolts, and fastenings necessary for its installation packed in the same package with the hardware including instruction. Each package shall be legibly marked and adequately labeled indicating the part of the work for which it is intended. Each marking shall correspond to the number shown on the approved hardware schedule. Provide door designations and all other identifying information as required. B. Deliver hardware, as an obligation under this Section, to the General Contractor at the job site or to the plant or business address of the subcontractor responsible for installation of hardware. C. Deliver hardware when and as required for preparation of doors and frames to receive hardware or for installation in such quantities and at such times as to maintain normal job progress and prevent delay of the work. 3.02 KEYING A. Hardware Supplier is responsible for initiating and conducting meeting(s) with the Owner to determine Key System requirements. For estimate use Master Kay charges. Furnish written approval of the keying system from the Owner. Furnish construction key system in accordance with lock manufacturer's standard. Stamp keys "Do Not Duplicate ". 1. Key system shall be Schlage 6 pin. B. Furnish factory -keyed locks and cylinders; factory to maintain permanent records of the key system. C. Permanent keys shall be delivered only to Owner's representative. Contact Charles Coakley, Facilities Supervisor at (949)644 -3067 for keying requirements. 3.03 POST CONSTRUCTION A. After installation, provide Owner with call -back service for one year. SECTION 08710 - FINISH HARDWARE - 3 • E B. Regardless of Owner requests under guarantee, return to site after six months and re- adjust hardware for smooth and correct operation. C. Contact Charles Coakley, Facilities Supervisor at (949)644 -3067 to schedule re- adjustment work. 3.04 SCHEDULE OF FINISH HARDWARE A. The following is a schedule of hardware to be furnished for this work. Refer to the drawings for which hardware set is used on each door. The material listed shall conform throughout to the requirements of the foregoing specifications: MANUFACTURERS: ABBR NAME GLY Glynn Johnson Corp (800)525 -0337 LCN LCN Closers SCH Schlage Lock Co STA Stanley Hardware TRI Trimco ULT Altra Industries B. FINISHES PHONE FAX (800)525 -0336 (815)875- 3311(815)875 -3222 (415)467 - 1100(415)468 -3423 (203)225 - 5111(203)827 -5729 (213)262 - 4191(213)264 -7214 (213)260- 7330(213)260 -4840 ANSI US DESCRIPTION BASE METAL 600 USP Primed For Paint Steel 613 US10BDark Oxidized Satin Bronze, Oil RubbedBronze 690 US20 Dark Bronze Painted C. HARDWARE SET 01: 3EA Hinge CBK 1960 4 -1/2 x 4 -1/2 NRP SEC STUD 613 STA 1EA Storeroom Lockset L9080P- HB LVR 06A INSIDE MTG BRKT XL11 -465 613 SCH 1EA Flush Pull 1111A 613 TRI 1EA Lock Protector LP12 613 GLP 1EA Holder PAH -60 690 LCN 21EA Door Stop F9080X 613 BBW (Mount so that no portion of Stop is greater than 4" away from wall) HARDWARE SET 02: 6EA Hinge CBK 1960 4 -1/2 x 4 -1/2 NRP SEC STUD 613 STA 1SET Manual Flush Bolt FB6 613 GLY SECTION 08710 - FINISH HARDWARE - 4 • • 1EA Dust Proof Strike DP2 613 GLY comprise the base bid: 1EA Storeroom Lockset L9080P- HB LVR 06A INSIDE MTG BRKT XL11 -465 613 SCH 1EA Flush Pull 1111A 613 TRI 1EA Astragal WS054SP x T.B.x2" 600 ULT 2EA Holder PAH -60 690 LCN 2 EA Door Stop F9080X 613 BBW (Mount so that no portion of Stop is greater than 4" away from wall) AUTO FLUSH BOLTS Unequal Leaf Pair 3' -0" / 2' -8" The Contractors shall base his bid on items exactly as specified. Requests for 3.05 EQUALS A. The following are approved manufacturers for this work which comprise the base bid: ITEM MANUFACTURER HINGES (M) MCKINNEY LOCKSETS (No Equal) DOOR HOLDERS (G) GLYNN JOHNSON WEATHERSTRIPPING (P) PEMKO DOOR STOPS (B) BBW MISC FLAT GOODS (B) BBW AUTO FLUSH BOLTS (D) DCI The Contractors shall base his bid on items exactly as specified. Requests for substitutions shall be submitted in accordance with the General Conditions of the specification. END OF SECTION SECTION O8710 - FINISH HARDWARE - 5 0 • SECTION 09815 - ANTI- GRAFFITI COATINGS PART1- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Painting. C. Description of System: Furnish all labor, materials, equipment, and services necessary to provide all Anti- Graffiti Glazed Coatings, complete in place, as shown and specified for the interior and exterior of the building. 1.02 SUBMITTAL - SAMPLE REQUIREMENTS A. Submit Manufacturer's Application Instructions, standard color selections, test reports, and samples for approval by the Architect. B. Colors: As scheduled. Submit samples in triplicate, on 2 inch by 31/2 inch hardboard, of the material specified, in colors selected. Mark each sample clearly, to indicate manufacturer's name and product identification. 1.03 PRODUCT HANDLING A. Delivery and Storage of Materials: Deliver all materials in their original packages with seals unbroken, with manufacturer's name and product identification clearly legible on each package. Store to preclude entry of moisture or damage from any source. 1.04 ENVIRONMENTAL CONDITIONS A. Field Conditions: Verify actual field conditions. Inspect related work and adjacent surfaces. Report all conditions which prevent proper execution of this work, to the Construction Manager. B. Do not apply coatings in damp or rainy weather. Do not apply coating at temperatures below 40 degrees Fahrenheit, or above 110 degrees Fahrenheit. 1.05 WARRANTEE A. Provide a two year written warrantee against defects in materials and workmanship. Warrantee shall begin on date of final acceptance of the project. PART 2 - PRODUCTS SECTION 09815 - ANTI GRAFFITIGLAZED COATINGS -1 • • 2.01 MANUFACTURER A. Vitrocem as manufactured by Bithell, Inc., 1004 East Edna Place, Covina, California 91724. Telephone: (626) 331 -2292, FAX (626) 3384588. B. Materials meeting these requirements produced by manufacturers other than those named, may be substituted provided prior architectural approval is obtained in writing ten (10) days prior to bid date. No substitutions will be allowed without prior approval. The decision of the Architect shall be final. 1. Coating System: Anti Graffiti Glazed Coating - Exterior Masonry. 2.02 MATERIALS A. Polyester Filler - Clear. C. Polyester Enamel - Clear or pigmented. D. Polyester Polyurethane Glazed Coating PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Ascertain that surfaces to be coated are in proper condition to receive hi- build glazed coatings. Report all unsatisfactory surfaces to Construction Manager in writing. B. Mask to protect uncoated adjacent surfaces. C. Repair minor surface damage. D. Check for moisture, or excessive alkali. Correct as required. 3.02 MATERIAL PREPARATION A. Vitrocem Polyester Coatings require the addition of catalyst just prior to use. Atmospheric conditions affect the curing. Follow manufacturer's printed directions regarding catalyst concentrations at varying temperatures. 3.03 APPLICATION A. Apply coatings to surfaces in accordance with Manufacturer's instructions. 1. Exterior Masonry a. Apply the first coat of Vitrocem Clear Polyester by spray or roller. Rate will vary depending on surface porosity, completely fill all surface voids. b. After the first coat has cured, apply a second coat of Vitrocem Clear polyester by spray or roller. SECTION 69815 - HI -BUILD THERMOSETTING POLYESTER & ANTI GRAFFITI GLAZED COATINGS - 2 0 • C. Apply a third coat of clear vitrocem polyester polyurethane. Final surface appearance shall be free of surface voids and pinholes. 4. Metal Connections Espailer Grid and Gate a. Apply the first coat of Vitrocem Primer by spray and at an approximate rate of 400 square feet per gallon, if necessary, use primer on raw metal or where existing primer is incompatible with Polyester Enamel. a. Apply a coat of Vitrocem Polyester Enamel by spray. b. Apply a second coat of Vitrocem Polyester Enamel by spray. C. Apply a coat of Vitrocem Clear Glaze by spray. 3.04 CLEANING A. As the work proceeds and upon completion, promptly remove coating material where spilled, splashed or splattered. B. During progress of work, keep premises free from any unnecessary accumulation of tools, equipment, surplus material and debris. C. Upon completion of work, leave premises neat and clean, to the satisfaction of Architect/ Engineer. END OF SECTION SECTION 09815 - HI -BUILD THERMOSETTING POLYESTER & ANTI GRAFFITI GLAZED COATINGS - 3 SECTION 09870 - SANDBLASTED FINISHES PART I- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Description of System: Perform sandblasting on wood beams, trim and sheathing except pretextured re -sawn wood and cementitious surfaces. 1.02 QUALITY ASSURANCE A. Provide test sample areas where designated by Architect, where exact textures may be selected on materials in- place. 1.03 PROTECTION A. Provide all protection needed to mask materials in -place which could be harmed by these operations. Remove protection upon completion of work. As may be required by project conditions, perform sandblasting operations during premium time hours at no additional expense to Owner. Consult with Architect to determine if this will be necessary. All sandblasting is to be completed prior to any painting of surfaces. PART 2 - PRODUCTS - NOT APPLICABLE PART 3 - EXECUTION 3.01 Where possible, perform sandblasting in a single and continuous operation to accomplish consistency of texture and pattern. 3.02 Apply a dry blast process using a fine grained sand with enough air pressure to moderately texture the Douglas fir wood and other surfaces as required. Apply a heavy texture blast to cementitious surfaces, exposing subsurface aggregate. Where a wet process is practical, or where a confined area would preclude a dry process, use a wet blast. On masonry surfaces, exercise caution to prevent necessity of re- pointing grout. 3.03 Upon completion of these operations, clean and vacuum surfaces blasted, as well as all those affected areas around sandblasted surfaces. END OF SECTION SECTION 09870 - SANDBLASTED FINISHES -1 0 0 SECTION 09900 - PAINTING PART1- GENERAL 1.01 DESCRIPTION A. All work and materials shall conform to the provisions of the "Standard Specifications for Public Works Construction", latest edition (Green book) shall apply, except as modified herein. B. General Conditions: The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. C. Related Work Specified Elsewhere: Shop primed products and materials, special coatings for metal doors and masonry damp proofing sealers and anti- graffiti coatings. D. Description of System: Prepare surfaces and finish as scheduled. 1.02 CODES AND STANDARDS A. Conform to California Air Resources Board (CARB) Rules, especially 1113. B. Conform to the best standards of practice as per Premium Quality in the Painting and Decorating Contractors of America (PDCA) Specification Manual 1986 (206 - 941 - 8823). 1.03 SUBMITTALS A. Prepare 8 -1/2 inch by 11 inch samples of finishes when requested by Architect. When possible, apply finishes on identical type materials to which they will be applied on job. B. Identify each sample as to finish formula, color name and sheen name and gloss units. C. Colors shall match the existing Restroom building (Marine Grey). D. Materials List: Submit complete lists of materials proposed for use, giving manufacturer's name, catalog number and catalog cut of each item when applicable. E. Manufacturer's Instructions: Submit the manufacturer's current recommended methods of installation, including relevant limitations, safety and environmental cautions, application rates, and composition analysis. 1.04 MOCK -UP A. Before proceeding with paint application, finish one complete surface of each color scheme required, clearly indicating selected SECTION 09900 - PAINTING -1 • • colors, finish texture, materials and workmanship. If approved, sample area will serve as a minimum standard for work throughout. 1.05 MAINTENANCE MATERIALS A. Leave on premises where directed, not less than one full gallon of each color, of each type of paint, in new unopened container. Each container shall be in original manufacturers can with identification label. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver paint materials in sealed original labeled containers bearing manufacturer's name, type of paint, brand name, solids content, color designation and instructions for mixing and/or reducing. B. Provide adequate storage facilities. Store paint materials at minimum ambient temperatures of 45 degrees F, in well ventilated area. 1.07 ENVIRONMENTAL CONDITIONS A. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture contents of surfaces are below following minimums: gypsum board -12 percent; cementitious materials -12 percent. B. Ensure surface temperatures or surrounding temperatures are above 50 degrees F. before applying finishes. C. Provide adequate continuous ventilation and sufficient heating facilities to maintain temperatures above 50 degrees F. for 24 hours before, during, and 48 hours after application of finishes. D. During painting, provide minimum of 25 foot candles of lighting on surfaces to be painted. 1.08 PROTECTION A. Adequately protect other surfaces from paint and damages. Repair damages as a result of inadequate or unsuitable protection. B. Furnish sufficient drop cloths, shields and protective equipment to prevent spray or droppings from fouling surfaces not being painted and in particular, surfaces within storage and preparation areas. C. Place cotton waste cloths and materials which may constitute a fire hazard in closed metal containers and remove daily from site. D. Remove or cause to have removed, electrical plates, fittings, fastenings, escutcheons, and hardware prior to painting operations. SECTION 09900 - PAINTING - 2 • These items are to be carefully stored, cleaned and replaced on completion of work in each area. Do not use solvents or other harsh cleansers on surfaces which could be damaged by such use of materials. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Provide paints and coatings manufactured by one of the following companies. Only one company's products may be used throughout the project, except as noted: 1. Stains: Cuprinol, Okon, Olympic, or SuperDeck 2. Paint for metal galvanized wood connections: Tnemec Series 66 Epoxoline, two- component catalyzed epoxy coating (3 mils) B. Best quality grade of specified types as regularly manufactured by recognized manufacturers. Materials not bearing manufacturer's identification as standard best grade product of regular line are not acceptable. 2.02 PAINT MATERIALS A. Accessories: Provide linseed oil, shellac, polyurethane, turpentine and other materials not specifically specified but required to achieve finishes. B. Paints and Coatings: Provide ready -mixed type except field catalyzed coatings; pigments fully ground maintaining soft paste consistency, capable of being readily and uniformly dispersed to complete homogeneous mixtures. C. Provide coatings with good flowing and brushing properties and capable of drying or curing free of streaks and sags. D. Finishes shall be durable and washable. Surfaces shall stand up under washing as required to remove pencil marks, ink, ordinary soil, etc. without showing discoloration, loss of gloss, staining or other damage. PART 3 - EXECUTION 3.01 INSPECTION A. Thoroughly examine surfaces scheduled to be painted prior to commencement of work. Verify required lighting temporary heat and ventilation requirements. Report in writing of conditions potentially detrimental to proper application. Do not commence SECTION 09900 - PAINTING - 3 • • until satisfied that defects and deficiencies in surfaces have been rectified. 3.02 PREPARATION OF SURFACES A. Thoroughly clean all surfaces to be painted with hydro - cleaning process to remove chalk, dirt and other deleterious materials where such cleaning methods are practical. Spot prime before application of finish coats. B. Remove dirt, grease and oil from canvas and cotton covered insulated materials such as pipes and ducts. C. On surfaces to be cleaned which cannot be hydro- cleaned, where possible, wash with solution of TSP and thoroughly rinse. D. Remove grease, rust, scale, dirt and dust from steel and iron surfaces. Where heavy coatings of scale are evident, remove by wire brushing, sandblasting or other method necessary, practical and in accordance with Steel Structures Painting Council. E. Clean unprimed steel surfaces by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring welded joints, bolts and nuts are similarly cleaned. Prime surfaces to indicate defects, if any. Paint after defects have been remedied. F. with sealer. Fill nail holes and cracks after primer has dried and sand between coats. Back prime interior and exterior woodwork. 3.03 APPLICATIONS A. Apply each coat at proper consistency, according to manufacturer's directions. B. Each coat of paint is to be slightly darker than preceding coat unless otherwise directed, or finish is clear. C. Sand lightly between coats to achieve required finish. D. Do not apply finishes on surfaces that are not sufficiently dry. E. Allow each coat to dry before following coats are applied. 3.04 LOUVERS, MECHANICAL AND ELECTRICAL EQUIPMENT A. Refer to mechanical and electrical sections of these specifications, as well as drawings, with respect to painting and finishing requirements, color coding, identification banding of equipment, ducting, piping and conduit. B. Remove grilles, covers and access panels for mechanical and electrical systems from location and paint separately. C. Finish paint primed equipment to colors selected. D. Prime and paint insulated and bare pipes, conduits, boxes, fire sprinkler heads and escutcheons, insulated and bare ducts, SECTION 09900 - PAINTING - 4 • • hangers, brackets, collars and supports, except where items are plated or covered with a pre - finished coating, or are not exposed to view. E. Replace identification markings on mechanical and electrical equipment when painted over or spattered. F. Paint interior surfaces of air ducts, convector and baseboard heating cabinets that are visible through grilles and louvers with one coat of flat black paint, to limit of sight line. Paint dampers exposed immediately behind louvers, grilles, convector and baseboard cabinets to match face panels, as applicable. G. Paint both sides and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them. H. Color code equipment, piping, conduit, and exposed ductwork of mechanical and electrical work. Color banding and identification shall include flow arrows, naming, numbering, stenciling, etc. 3.05 CLEANING A. As work progresses and upon completion, promptly remove paint where spilled, splashed, smeared and splattered. B. During progress of work, keep premises free from unnecessary accumulation of tools, equipment, surplus materials and debris. C. Upon completion of work, leave premises neat and clean, to satisfaction of Owner. 3.06 PAINTING AND FINISHING SYSTEMS LIST: Note: Coverage rates or dry film thicknesses shall conform to manufacturer's recommendations. A. Stained Wood - 2 heavy coats exterior wood stain (semitransparent or solid body as scheduled). B. Galvanized Metal -1 coat zinc compatible rust inhibitive epoxy primer, 2 coats gloss epoxy. END OF SECTION SECTION 09900 - PAINTING - 5 • • SECTION 10160 - SOLID PHENOLIC TOILET DOORS PART1- GENERAL 1.01 DESCRIPTION A. General Conditions: The general provisions of the contract, including conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: Toilet accessories, blocking, masonry. C. Description of System: Provide toilet partition doors, fasteners, and hardware. 1.02 QUALITY ASSURANCE A. Codes and Standards: In addition to conforming with all pertinent codes and regulations, including State Handicapped Code - Chapter 54, Part 2, Title 24, and the American Disabilities Act - ADA, fabricate and install the toilet partition doors in strict accordance with the published recommendations of the manufacturer of the products selected. B. Codes and Standards: Provide materials in accordance with FS L-P -508 for plastic laminate, and ASTM A167 for stainless steel. C. Qualifications of Installers: For this portion of the work, use only installers who are thoroughly trained and skilled in the installation of the type of toilet partition doors selected. 1.03 SUBMITTALS A. At least thirty (30) days after award of contract submit five (5) sets of shop drawings to the Architect for approval. Show all details of construction and anchorage, swings of doors, and methods and locations of attachment to other construction. When approved by Architect shall function as the basis for acceptance or rejection of actual methods -of- installation being used. B. Color: Submit manufacturer's standard samples with initial shop drawing submittal, or furnish as scheduled. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Product Handling: Use all means necessary to protect toilet partition doors before, during and after installation and to protect the installed work of other trades. In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. 1.05 JOB CONDITIONS A. Cooperate as necessary with all other trades to ensure proper and adequate provision for the installation of items described in this Section. B. Verify all dimensions shown on drawings by taking field measurements. SECTION 10160 - SOLID PHENOLIC TOILET DOORS -1 0 • PART 2 - PRODUCTS 2.01 MANUFACTURERS: Provide a system of products manufactured by Bobrick, or other approved. This specification is based upon Bobrick Duraline 1080 Series toilet compartments and institutional hardware. All materials shall meet or exceed their product. 2.02 MATERIALS A. 1080 Series doors 3/4" (19mm) thick, 58" (147cm) high, up to 36" (91cm) wide. All stiles 3/4" (19mm) thick. Edges shall be black. B. Hardware: Hinge shall be 16 gauge (1.6mm) continuous stainless steel piano hinge, 2" (51mm) wide with 1/8" (3.2mm) diameter pin and extend full height of door. Door latch shall be 14 gauge (2.0mm) and slide on nylon track attached to door with concealed screws. Door keeper shall be 11 gauge (3.2mm) and cover top and bottom of latch when door is in closed /locked position. Door shall be furnished with two 11 gauge (3.2mm) PVC coated door stops to prevent door from being kicked out of compartment. All door hardware shall be through - bolted with stainless steel, one -way machine screws inside and outside of compartment. Threaded metal inserts shall be factory installed for mounting door hardware. Stainless steel U- channels for panel to stile and panel to floor and wall mounting and optional angle brackets for panel to wall mounting shall be 18 gauge stainless steel (1.3mm) and extend full height of panel. Stainless steel one -way sheet metal screws furnished for installation of mounting brackets. All connections shall be installed so as to withstand 11001bs. pressure. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all toilet partition doors rigid, straight, plumb, level square in strict accordance with the approved shop drawings manufacturer's published recommendations. B. Take site dimensions, and ensure that plumbing fixtures are correctly spaced. Ensure blocking and wall reinforcing are correctly installed. C. Leave no more than 1/2 inch, nor less than 1/4 inch between walls and panels, and wall and end pilasters. D. All drilling, cutting and fitting to room finish shall be concealed in the finished work. E. Clearance at vertical edges of doors shall be uniform from top to bottom and shall not exceed 3/16 inch. Doors shall be free of warp and bind. F. Adjust hardware and leave in perfect working order. G. Adjust doors for proper swing, and proper positive latching when closed. H. Repair or replace materials damaged prior to Owner acceptance. END OF SECTION SECTION 10160 - SOLID PHENOLIC TOILET DOORS - 2 • 0 SECTION 10410 - SIGNAGE PART1- GENERAL 1.01 DESCRIPTION A. SCOPE OF WORK: 1. The general provisions of the contract, including general conditions and general requirements, apply to the work specified in this section. 2. Furnish materials and perform labor required to execute this work as indicated on the drawings, as specified, and as necessary to complete the furnishing of signage items specified below. B. Related work specified elsewhere: Installation - Masonry 04220, Ceramic Tile 09310. 1.02 SUBMITTALS: Submit shop drawings and catalog cuts for all items to be furnished. Manufacturer's standard drawings and installation information will be acceptable where it is complete enough to determine its acceptability. Also submit samples of materials where options of color, pattern or texture exist. 1.03 QUALITY ASSURANCE: All signwork shall be performed by a person with a minimum of five (5) years experience with similar work. PART 2- PRODUCTS 2.01 HANDICAP SYMBOLS: Signs to be precast Quickcrete as detailed (909 -737- 6240). Provide Braille indications on signs. Tape is not considered an acceptable Braille indicator. 2.02 6" HIGH BUILDING ADDRESS: Helvetica visible from the street per Fire Marshall Requirements - Fire Code 901.4.4, etched into ceramic tile by'Intertile' or equal (714) 456 -9222. END OF SECTION SECTION 10410 - SIGNAGE -1 SECTION 10800 - TOILET AND BATH ACCESSORIES PART1- GENERAL 1.01 DESCRIPTION A. Scope of work: 1. The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: 1. Toilet partitions. 2. Finish carpentry. 3. Manufactured pre -cut opening for equipment is governed by Toilet Partition Section and requirements of this Section shall be furnished to the Toilet Partition manufactured prior to fabrication of partitions. C. Description of System: Toilet accessories, attachment devices, and required rough -in frames. 1.02 QUALITY ASSURANCE A. Codes and Standards: ASTM A167- Stainless and Heat - Resisting Chromium- Nickel Steel Plate, Sheet and Strip. B. In addition to conforming with all pertinent codes and regulations, including State Handicapped Code - Chapter 4, Part 2, Title 24 and American Disabilities Act - ADA, fabricate and install the toilet accessories in strict accordance with the published recommendations of the manufacturer of the products selected. 1.03 SUBMITTALS A. No later than thirty (30) days after award of contract submit six (6) sets of shop drawings to the Architect for approval. 1.04 PRODUCT DELIVERY, STORAGE AND PROTECTION A. Delivery: Do not deliver accessories to project until areas to receive them are properly finished. Each unit shall be individually packaged, complete with necessary fasteners and accessories. Deliver materials in manufacturer's original, unopened protective packaging, clearly marked with manufacturer's name, brand name and catalog part number. B. Storage: Materials shall be stored in an enclosure providing protection from damage and exposure to the elements. C. Handling: Damaged or deteriorated materials shall be removed and replaced at no cost to the Owner. SECTION 10800 - TOILET AND BATH ACCESSORIES -1 E D. Protection: Protect adjacent or adjoining finished surfaces and work from damage during installation of work of this section. 1.05 GUARANTEE A. All accessories shall be guaranteed in writing for two years in accordance with the Special Provisions. SECTION 10800 - TOILET AND BATH ACCESSORIES - 2 • PART 2- PRODUCTS 2.01 SCHEDULE OF ACCESSORIES • A. Refer to the schedule for a list of accessories required for this project. The numbers listed correspond to catalog numbers of units manufactured by Bobrick and Fastaire. Units manufactured by other companies such as Charles Parker, Accessory Specialties, Tubular Specialties, or others may be accepted, if they are of comparable quality as approved by the Architect. All units shall be products of a single manufacturer. Refer to Section 2 -5.3.4 for substitutions. PART 3 - EXECUTION 3.01 INSTALLATION A. Installer must examine conditions under which all items to be installed. Notify contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. Install in strict accordance with the manufacturer's printed instructions. Install true, plumb, and level, securely and rigidly anchored to substrate with tamper -proof concealed stainless steel fasteners. C. Protect adjacent or adjoining finished surfaces and work from damage during installation of work of this section. END OF SECTION SECTION 10800 - TOILET AND BATH ACCESSORIES - 3 • • SECTION 10999 - MISCELLANEOUS SPECIALTIES & EQUIPMENT PART1- GENERAL 1.01 DESCRIPTION A. Scope of work: 1. The general provisions of the contract, including general conditions and general requirements, are an integral part of this specification and of the contract. Their contents should be carefully noted. B. Related Work Specified Elsewhere: 1. Finish carpentry, installation, toilet and bath accessories. C. Description of System: Furnish miscellaneous accessories, attachment devices, and required rough -in frames. 1.03 SUBMITTALS A. No later than thirty (30) days after award of contract, submit five (5) sets of shop drawings to the Architect for approval. 1.04 PRODUCT DELIVERY, STORAGE AND PROTECTION A. Delivery: Do not deliver accessories to project until areas to packaged, complete with necessary fasteners and accessories. Deliver materials in manufacturer's original, unopened name and catalog part number. B. Storage: Materials shall be stored in an enclosure providing protection from damage and exposure to the elements. C. Handling: Damaged or deteriorated materials shall be removed and replaced at no cost to the Owner. D. Protection: Protect adjacent or adjoining finished surfaces and work from damage during installation of the work of this section. 1.05 GUARANTEE A. All accessories shall be guaranteed for two years in accordance with the Special Provisions. PART 2- PRODUCTS 2.01 SCI- IEDULE OF SPECIALTIES & EQUIPMENT A. Refer to the Schedule for a list of specialties & equipment required for this project. The numbers listed correspond to catalog numbers of units manufactured by a specific manufacturer. Units manufactured by other companies may be accepted, if they are of comparable quality as approved by the Architect. All units shall be products of a single manufacturer. Refer to Section 4.04 Division I - Special Provisions for substitutions. SECTION 10999 - MISCELLANEOUS SPECIALTIES & EQUIPMENT -1 0 • PART 3 - EXECUTION 3.01 INSTALLATION A. Installer must examine conditions under which all items to be installed. Notify Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. Install in strict accordance with the manufacturer's printed instructions. Install true, plumb, and level, securely and rigidly anchored to substrate with tamper -proof concealed stainless steel fasteners. C. Protect adjacent or adjoining finished surfaces and work from damage during installation of work of this Section. END OF SECTION SECTION 10999 - MISCELLANEOUS SPECIALTIES & EQUIPMENT - 2 • • SECTION 15400 - PLUMBING PART1- GENERAL 1.01 SCOPE OF WORK Furnish all material, equipment and perform all labor required to execute this work as indicated on the drawings, specified herein and as necessary to complete the work of this section, including but not limited to, the following items: A. Study work (and related drawings and specifications) of all other crafts whose work abuts, adjoins or is in any manner affected by work of this Section. Consult with other trades and with them expedite and coordinate materials and labor to avoid omissions and delays. B. Soil, waste and vent piping and connection to sewer, as indicated on drawings. C. Soil, waste and vent branches and final connections to all plumbing fixtures as indicated on drawings. D. Cold water systems consisting of piping, valves, water hammer arrestors, controls, all accessories with final connection to water service. E. All permits and permit fees. F. Provide isolation for all water lines and for all movable equipment to prevent noise transmission. G. Plumbing fixtures, trim, stops, supplies, traps, etc. H. Roof flashings and flashing at water proofed membrane slabs and floors. I. Sleeves, hangers, and shock arrestors. J. Excavation, backfill and compaction for work of this section. K. Start -up and instruction period. L. Temporary piping and valves to supply water during construction for all Contractors, at all locations required to prosecute the Work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Cutting and patching of the building structure, as specified elsewhere. B. Formed concrete work. C. Finish painting, unless specified herein. 1.03 GENERAL REQUIREMENTS A. Survey of site: Before submitting proposals for this work, each bidder shall be familiar with plans and specifications, shall have examined the premises and understand the conditions under which he will be obligated to operate in performing his part of the contract. No allowance shall be made subsequently in this connection, in behalf of the Contractor for any error through negligence on his part. SECTION 15400 - PLUMBING -1 • • B. Accessibility: The Contractor shall fully inform himself regarding any and all peculiarities and limitations of the spaces available for the installation of all work and materials furnished and installed under this Section. The Contractor shall exercise due and particular caution to determine that all parts of the work are made quickly and easily accessible. Although the location of the equipment may be shown on the drawings in certain positions, the Contractor shall be guided by the Architectural details and conditions at the job, correlating his work with that of the other trades and Sections of the specifications. C. Explanation and precedence of drawings: 1. For purposes of clearness and legibility, drawings are essentially diagrammatic and although size and location of equipment is drawn to scale wherever possible, Contractor shall make use of all data in all the Contract documents, and shall verify this information at building. 2. The drawings indicate required size and points of termination and suggest proper routes to conform to structure, avoid obstructions and preserve clearances. However, it is not the intention of drawings to indicate all necessary offsets, and it shall be the responsibility of this Section to install items in such a manner as to conform to structure, avoid obstructions, preserve headroom and keep openings and passageways clear without further instructions or cost. 3. Notes on drawings: Where notes occur on the drawings regarding materials or installation, they shall supersede the specifications where at variance and shall have the special material or fixtures installed as required by the note; otherwise, all material shall be in conformance to these specifications. D. Discrepancies: Contractor shall refer to Section of the General Provisions. Any discrepancies found by the Contractor after signing of the Contract between the specifications and the drawings or between drawings, or any contradictory sizes or plate numbers describing the manufacturer's items, shall be brought to the attention of the Director and the Director shall determine the proper items to be used, with no additional cost to the City. E. Ordinances, codes and permits: 1. Ordinances: The work shall be in accordance with the governing State and Local Ordinances, Codes and Regulations, all of which are hereby made a part of these specifications. However, when these specifications and /or drawings call for or describe materials, workmanship or construction of a better quality, higher standard, or larger size that is required by the above mentioned rules and regulations, the provisions of these specifications and /or drawings SECTION 15400 - PLUMBING - 2 • shall take precedence over the requirements of the said rules and regulations. The Contractor shall furnish, without any extra charge, any additional material or labor, or both, required for compliance with these rules and regulations, although not mentioned in these specifications nor indicated on the drawings. 2. Permits: The Contractor shall secure and pay for all permits, inspections and certificates of any inspection of any government body having jurisdiction over all or any part of the work included under this Section, and /or such inspections, etc., required by these specifications. 3. Certificate: At completion of the work, deliver to the City, a certificate of acceptance issued by the local authorities approving the complete plumbing installations. F. Erection: The Contractor shall furnish the services of an experienced superintendent, who shall be constantly in charge of the erection of the work, together with all necessary journeymen, helpers, and laborers required to properly unload, erect, connect, adjust, start and operate and test the work involved. G. Preliminary Operation: Should the City demand that any portion of the systems or equipment be operated previous to the final completion and acceptance of the work, the Contractor shall consent. Such operation shall be under direct supervision of the Contractor but the expense thereof shall be paid on account of the contract sum. Such preliminary operation, or payment thereof, shall not be construed as acceptance of any of the work. H. Hoisting: The Contractor shall do all hoisting of his own materials and equipment, or apply any charges they may be made for the use of any hoists of other tradesmen that may be used for this purpose. I. Openings - cuttings, patching, repairing: 1. The Contractor shall cooperate with the work to be done under separate sections in providing information as to openings required in rough walls, slabs and footings. 2. Holes in concrete: Sleeves shall be furnished, accurately located and installed in forms before pouring of concrete. The Contractor shall pay all additional costs of cutting of holes as the result of the incorrect location of sleeves. 3. Ascertain that all chases, shafts, and openings are properly located; otherwise the Contractor shall cut all new openings required at his own expense, and shall be held responsible for any damage done to other work by unnecessary and /or careless cutting, drilling. No cutting, notching or boring will be allowed that may impair strength of building construction; no holes, except for small screws, shall be drilled in beams or other structural members, without SECTION 15400 - PLUMBING - 3 • • obtaining prior consent of the Director. Execute all work with competent workman skilled in the material involved. Patching materials and workmanship shall accurately match original work. 4. Cutting and patching in finish area: Refer to respective paragraph in the General Conditions. J. Excavation: All excavating, trench work and backfilling required for the installation of the work shall be performed in accordance with the applicable portions of the Excavating, Filling and Grading section of the specifications. K. Quality: Equipment and materials used shall be new, except as specifically approved by the Director for each separate item, and in perfect condition when installed and shall be furnished in ample quantities at the proper time. Except as otherwise specified, materials used in the construction of systems included in this Section shall be of American manufacture and shall be in accordance with standard specifications of the American Society for Testing Materials. All Articles provided for the same general purpose or use shall be of the same make except as otherwise specified. Capacities, sizes and dimensions are minimum unless otherwise noted. L. Clean -Up: 1. During the process of the work, the premises shall be kept reasonable free of all debris, and waste materials resulting from the work under this Section. All such debris and rubbish shall be removed from the site. 2. Upon completion and before final acceptance of the work, all debris, rubbish, leftover materials, tools, and equipment shall be removed from the site. 3. Machinery, apparatus, fixtures and equipment: Thoroughly cleaned of cement, plaster, and other materials, grease and oil spots removed with cleaning solvent; surfaces carefully wiped; cracks and corners scraped clean. 4. Exposed piping: Same as machinery and apparatus. Entire installation left in a clean, neat and usable condition. M. Rough -In: Rough -in connections shall be provided for equipment furnished by the City or under other divisions or contracts, in accordance with roughing -in drawings furnished including future equipment as noted on the drawings. 1. Wherever installations penetrate the roof, outer walls or membrane floor of any kind, all base flashings shall be furnished and installed under this Section. 2. Furnish and install on each pipe passing through roof, a Semco No. 11004, four pound seamless lead flashing assembly with 8" skirt. SECTION 15400 - PLUMBING - 4 • • Pipes through waterproofed floors and/or walls shall be installed as approved by the City or as detailed on the drawings. N. Substitutions: (The substitution section of the specifications shall supersede the substitution section of the "General Conditions "). Certain units of equipment and materials are specified by name of manufacturer and in most cases a choice is given. The Contractor shall base his bid on these products. If desired, the Contractor may submit a request for substitution after contract is awarded. Such requests shall be made in writing accompanied by complete technical data, giving sizes, capacities, details of construction, and all other pertinent information. 1. The City's interpretation of any alternate product being approved equal shall be final. No articles or materials of any kind shall be substituted for those specified unless written permission to make such substitution is granted by the City. 2. In all cases where substitutions are proposed, the Contractor shall bear the cost of evaluation on the basis of 2 -1/2 times technical salaries of personnel involved. 3. Any and all costs or changes arising from the consideration of alternate materials or equipment shall be paid for by the Contractor. He shall also be responsible for fitting any such alternates into spaces available and paying the costs of any chances or revisions required in the work of any other trade. O. Warrantee: 1. Furnish a written warrantee to the effect that all material and work furnished under this Section is guaranteed for one (1) year to be free from defects and faulty workmanship, and that any defective material or work shall be promptly repaired or replaced without additional cost to the City. Guarantees for equipment having more than one 0) year shall be passed on to the City. 2. The City reserves the right to make temporary repairs as necessary to keep equipment in operating condition without voiding responsibilities during the guarantee period. P. Protection of equipment: Be responsible for any damage to any of the work of this Section until final acceptance. Cover all openings, apparatus, equipment and appliances both before and after being set in place to prevent misuse or disfigurement of the apparatus, equipment or appliances. Q. Tests, general: Tests shall comply with all necessary codes, rules and regulations, as noted herein before. Supply all instruments, labor, and tools required by the tests. Any defective material or equipment shall be repaired, adjusted or replaced by new materials or equipment and be tested before acceptance. This contractor shall notify the Inspector and SECTION 15400 - PLUMBING - 5 City at least seven (7) days in advance of when he proposes to test all or any part of the various piping systems. TEST SCHEDULE Gauge Pressure at Gauge Pressure ftstem Tested Start of the Test after 4 hours Test with Waste and Fill with water to top vent piping of highest vent or drain, allow to stand three (3) hours without drop in water level. Water piping 150 lbs. 150 lbs. Water R. Adjusting: All valves and equipment shall be tested and adjusted so that each fixture receives the proper amount of water; likewise, all faucets, bibs, etc., shall be properly regulated to the approval of the City so that the entire system is left in a first -class condition ready for acceptance by the City. S. Damage by leaks: Attention is specially called to the fact that the Contractor shall be responsible for damage to any part of the premises caused by leaks or breaks in the pipe or fixtures or equipment installed under this Section, for a period of one (1) year from the date of acceptance of the work by the City. T. Intent of contract: It is the intent of these drawings and specifications to provide complete working installation. Although the drawings describe methods and materials to be used, they are not necessarily complete in every detail, but rather shall be considered only as minimum requirements. The Contractor for the particular specialty shall take full responsibility for proper operation of all parts of his installation, shall furnish any necessary refinements or additions to the specified items or methods required to insure such proper operation. 1.04 SERVICE CONNECTIONS A. Waste: Connect to sewer as indicated on plans. Determine exact location of points of connections and be responsible for proper location of waste line from building for most direct and suitable connections. Pay for all permits, inspections and connection fees. B. Water: Connect to service; arrange for and pay all charges for installation of water lines. SECTION 15400 - PLUMBING - 6 • • PART 2 - PRODUCTS AND EXECUTION 2.01 Materials and Workmanship A. Piping materials 1. List of systems: a. Soil, waste and vent b. Domestic cold water c. Indirect drains 2. Pipe and fittings: Hereinafter specified shall be of the type indicated for the service as called out in the Pipe Schedule Table and shall conform to "Table A Plumbing Material Standards" 1988 edition of the Uniform Plumbing Code. B. Unions - locations and type: 1. On inlet and outlet of all apparatus or equipment having screwed and /or soldered connections, 2" and smaller. C. L7 SERVICE 2. On outlet of all screwed valves 2" and smaller. 3. Steel and wrought iron pipe: Malleable iron railroad type; 250 P.S.I. brass to iron seat, ground joints. 4. Copper tubing: Ground joint, cast bronze, Mueller type C -107 or Nibco No. 633. Nipples: 1. Nipples shall conform to requirements of U.S. Department of Commerce Commercial Standard CS-5 "Pipe Nipples; Brass, Copper, Steel and Wrought Iron ". Use nipples from packages which bear manufacturer's label or tag reading: "Guaranteed Pipe Nipples Conforming to CS-5 Made from New Pipe" or other words to this effect. 2. Make nipples of same material and weight as pipe whereon used. 3. Do not use close nipples. Hangers, supports and isolation: 1. Horizontal pipes: Hangers and supports shall be hung from adequate solid rods, the lengths of which shall be adjustable. a. Types of hangers and supports shall be as specified below as manufactured by Super - Strut, Inc., or equal. b. Hanger schedule: HANGER SCHEDULE ROD HANGER OTHER PIPE SIZE SIZE SPACING NO. LOCATIONS 1/2" 3/8" 5' -0" 727 Valves SECTION 15400 - PLUMBING - 7 2. Protection shields and isolators: a. All piping which is not isolated from contact with the building by its insulation shall be installed with a manufactured type isolator. Horizontal piping in stud walls may be isolated with hair felt pads securely wired in place. b. Isolators shall be Semco Triscolators, Series No. 100 for I.P.S. piping and Series No. 500 for copper tubing as manufactured by the Stoneman Engineering and Mfg. Co. 3. Fixture Supports: All fixtures shall be hung, supported or set with 1/4" bolts or screws of sufficient length to securely fasten the fixture to the backing, wall or closet ring. All hardware to be stainless steel. 4. Water hammer arrestors to be installed at each fixture. 2.02 Pipe Installations A. All piping shall be installed to clear beams, etc., even if plans do not indicate same. This Contractor shall constantly check with other work to prevent any interference with this installation. Should structural difficulties prevent the running of pipes or the setting of equipment at the points indicated by drawings, the necessary deviations therefrom as determined by the Director will be allowed, but must be made without any additional cost to the Cary. B. Properly install all sewers, drains and piping, after excavation or cutting for same has been done so as to keep the openings for this piping open as short a time as possible. No piping, however, shall be permanently closed up, furred in, or covered before the examination of same by the Director. C. All exposed polished or enamel connections from fixtures shall be put on with special care showing no tool marks or threads as fittings. D. All horizontal sanitary drain piping shall be run on a uniform grade of not less than 1/4" per foot unless otherwise noted or required. All vent SECTION 15400 - PLUMBING - 8 0 • Copper 3/4" & 1" 3/8" 61-011 727 Fittings Water Tube 1 -1/4" thru 2" 3/8" 81-011 727 and Changes in Direction Schedule 40 1/2" & 3/4" 3/8" 6' - 0" 710 Valves Steel i" & 1 -1/2" 3/8" 8' - OR 710 Fittings 1 -1/2" & 2" 3/8" 10-01, 710 and Changes in Direction Soil Waste 2" 3/8" 51-011 710 Fittings 3" 1/2" 51-011 710 and Changes 4" 5/8" 5' - 0" 710 in Direction 2. Protection shields and isolators: a. All piping which is not isolated from contact with the building by its insulation shall be installed with a manufactured type isolator. Horizontal piping in stud walls may be isolated with hair felt pads securely wired in place. b. Isolators shall be Semco Triscolators, Series No. 100 for I.P.S. piping and Series No. 500 for copper tubing as manufactured by the Stoneman Engineering and Mfg. Co. 3. Fixture Supports: All fixtures shall be hung, supported or set with 1/4" bolts or screws of sufficient length to securely fasten the fixture to the backing, wall or closet ring. All hardware to be stainless steel. 4. Water hammer arrestors to be installed at each fixture. 2.02 Pipe Installations A. All piping shall be installed to clear beams, etc., even if plans do not indicate same. This Contractor shall constantly check with other work to prevent any interference with this installation. Should structural difficulties prevent the running of pipes or the setting of equipment at the points indicated by drawings, the necessary deviations therefrom as determined by the Director will be allowed, but must be made without any additional cost to the Cary. B. Properly install all sewers, drains and piping, after excavation or cutting for same has been done so as to keep the openings for this piping open as short a time as possible. No piping, however, shall be permanently closed up, furred in, or covered before the examination of same by the Director. C. All exposed polished or enamel connections from fixtures shall be put on with special care showing no tool marks or threads as fittings. D. All horizontal sanitary drain piping shall be run on a uniform grade of not less than 1/4" per foot unless otherwise noted or required. All vent SECTION 15400 - PLUMBING - 8 • piping shall be graded so as to free itself quickly of any water or condensation. E. All water piping shall be run generally level free of traps or unnecessary bends. This piping shall be so graded and valved to provide for the complete drainage and control of the system. No piping shall be installed to cause an unusual noise from the flow of its contents under normal conditions. F. All piping shall be carried in chases where provided through the openings in floors, and in furred spaces: otherwise, exposed as directed. Under no conditions shall any piping be run in the floor fill except as shown or as directed. G. All piping shall have reducing fittings used for reducers or increasers where any change in the pipe size occurs. Bushings will not be allowed to be used, except with special permission. H. Each piece of pipe and each fitting shall be carefully inspected on the inside and outside to see that there is no defective workmanship of the pipe or obstructions in the pipes and fittings. I. Cast iron hubless joints: Shall be installed in accordance with manufacturer's recommendations. J. Screwed steel pipe joints: Pipe shall be properly reamed and threads cut straight and true. Apply Crane Thread Lubricant or Grinnell Fig., 1698 not more than two (2) threads shall remain exposed. K. Copper tubing with soldered joints: Tubing shall be properly cut and thoroughly cleaned on the inside and outside to a bright finish slightly longer than the depth of the fitting. Application of solder shall be in accordance with the manufacturer's recommendation and solder shall have a melting point in excess of 440 °F. L. Welded joints: 1. Welds shall be made with electric arc using suitable coated rods. 2. Joints shall be properly beveled and cleaned before welding. 3. All joints shall be made by a qualified welder. 4. All welding shall be done in accordance with American Welding Society Standard and governing codes. M. Dielectric connection: 1. Location: For connection between dissimilar metals, in the piping systems, to control corrosion caused by galvanic or electrolytic action. 2. Type: Union for sizes 2" and smaller and flanges for sizes 2 -1/4" and larger. 3. Manufacture: Epco. SECTION 15400 - PLUMBING - 9 • • 2.03 Plumbing Fixture and Equipment A. Furnish and install, complete, all plumbing fixtures and trim and fittings in quantity and location as shown on the drawings and in accordance with the requirements of these specifications. B. All trimmings, such as P -traps and fixture fittings and stops and water supply pipes, escutcheons, etc., shall be brass, chrome plated. C. All fixtures shall be firmly anchored and free from undue vibrations. D. At sinks, lavatories and where required, the cold water faucet shall be centered. E. Refer to the plans for the Fixture Schedule. 1. Cleanouts: a. Provide and install cleanouts where indicated on drawings and at all bends, angles, upper terminals and not over100 ft. apart. All shall be accessible, if not, they shall be extended to the floor above or outside the building in manner acceptable to City. b. All cleanouts shall have C.I. body and bronze plug. All flush with floor cleanouts shall have adjustable watertight covers. When water- proofing membrane is used the cleanout body shall have internal anchoring flange and heavy clamping collar. Equals by Josam or Zurn are acceptable. 2. Valves: a. All piping systems shall have valves at points shown:n on the drawings and as required for complete isolation of all equipment, arranged so as to give complete and regulating control of piping systems throughout the - building. All valves shall be installed with best of workmanship, with neat appearance and grouping, so that all parts are easily accessible for maintenance. b. Figure numbers listed are given as standard for type and construction. Valves for similar service shall be of one manufacture. C. Trim shall be as recommended by the manufacturer for the service on which valve is to be installed. d. Valve schedule: VALVE SCHEDULE TYPE CRANE KENNEDY NIBCO /SCOTT STOCKHAM WALWORTH Gate 1320 427 -SJ 5 -113 B -112 4 -SJ SECTION 15400 - PLUMBING -10 Globe 1310 89 -SJ Check 1342 440 -SJ Ball • 5 -211 -Y B -14 95 -SJ 5 -413 -Y B- 310 406 -SJ 5-580 2.04 Grouting Behind Fixtures A. Grout behind all wall -hung plumbing fixtures with hard, white durable plaster material eliminating all voids and cracks and providing sufficient plane bearing surface for mounting. 2.05 Pipe Wrapping A. All buried water piping inside and outside the building shall be wrapped. Wrapping shall consist of 0) one layer of 3M No. 51 Scotchrap applied over " Scotchrap" Pipe Primer. Contractor shall apply " Scotchrap" Insulation Putty at all fittings and joints. Pipe wrapping shall extend a minimum of (1) one foot above grade. The Primer, Putty and Wrapping shall be done in accordance with data published by 3M. After completion of all wrapping, the Contractor shall check the pipe wrapping, for holidays. The minimum voltage used for checking the holidays shall be 200 times the mil thickness of the wrapping used. All test results shall be delivered to the Mechanical Engineer for review prior to backfilling. All trenches shall have a minimum of 6" clean washed sand on the trench bottom and shall be backfilled with clean washed sand to a minimum of 12" above the piping. 2.06 Sterilization of Water Lines A. Sterilize each unit of water supply and distribution system with chlorine before acceptance for operation. SECTION 15400 - PLUMBING -11 • • B. Materials: 1. Liquid chlorine conforming to U.S. Army Specification #4-1. 2. Hypochlorite conforming to Federal Specification C- B- 441 -A, and amendment 2, Grade D. 3. Minimum dosage of chlorine to be 50 parts per million. C. Procedure to be followed: 1. Allow contact period of not less than eight hours, then flush system with clean water until residual content is not greater than 0.2 parts per million. 2. Flush the entire system including hose bibbs, fixture outlets, dead ends, and other points where dead water tends to collect. 3. Open and close all valves several times during contact period. Provide isolation valves as required. END OF SECTION SECTION 15400 - PLUMBING -12 • • SECTION 16010 - ELECTRICAL I. GENERAL The provisions of the Standard Specifications for Public Works Construction (SSPWC) latest edition apply except as modified herein. A. Scope of Work: Furnish all labor, materials, equipment, transportation and service required to install complete and put in operation the work of this section as shown on the drawings and in accordance with these specifications. The work of this section shall include, but not be limited to, the following principal items: Excavation and backfill as required for this division. Panelboard. Restroom building lighting and power. Lighting control system. Wiring devices. Conduit and conductors. Lighting fixtures and lamps. Grounding system. Tests. Guarantee. B. Work Not Included in this Section: 1 16010 - Electrical • • Motors included with mechanical equipment under other divisions of this specification. Starters, controls and control wiring specifically furnished under other divisions of the specification. See mechanical section, and mechanical drawings for control diagrams. Owner furnished equipment. C. Ordinances and Regulations: All work under this division shall comply with the most rigid requirements of the latest editions of the National Electrical Code; the California Administrative Code; Title 24, State Building Standard; Part 3, Basic Electrical Regulations; and all local codes. In any instance where the Contractor shall violate any ordinance or rule, he shall immediately correct the installation, and shall be responsible for any damage and expense arising therefrom. Nothing in these specifications shall relieve the Contractor from full compliance with the applicable portions of any of the above regulations having jurisdiction pertaining to work being installed under this section. D. Standards: Construction and testing of equipment shall comply with the latest applicable standards of the following: American National Standards Institute (ANSI) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Manufacturer's Association (NEMA) Underwriter's Laboratories, Incorporated (UL) American Society for Testing and Materials (ASTM) Insulated Power Cable Engineer Association (IPCEA) Illuminating Engineering Society (IES) National Fire Protection Association (NFPA) National Electrical Contractor Association (NECA) 16010 - Electrical • 0 Wherever standards are referred to in this specification, the latest edition in effect during the bidding shall govern. All work shall conform to NECA "Standards of Installation" as a minimum. Permits and Inspections: City will provide no -fee permits and inspections. Examination of Drawings and Site: Each bidder shall carefully study all drawings and specifications pertaining to the work. If any of the work as laid out, indicated or specified, is contrary to, or conflicts with any local, city, state, or national ordinances or regulations, the same shall be reported to the Owner before submitting his bid, who will then issue instructions as to procedure. Each bidder shall carefully examine the project site, and compare the drawings with the existing conditions. By the act of submitting a bid, each bidder shall be deemed to have made allowances therefore in preparing Ids bid. Verification of Dimensions: Before proceeding with any work, the Contractor shall carefully check and verify all locations, dimensions, sizes, etc. and shall assume full responsibility for the fitting -in of his equipment and materials to other parts of the equipment and to structures. Where apparatus and equipment have been indicated on the drawings, dimensions have been taken from typical equipment of the indicated type. The Contractor shall carefully check the drawings to see that the equipment he contemplates installing will fit into the spaces provided and not conflict with proposed uses or activities. E. Locations: The location of all conduit, wiring, apparatus and equipment indicated on the drawings is approximate only, and shall be adjusted to meet site conditions and not be in conflict with proposed site improvements, and to meet architectural and structural conditions required, and as approved by the architect. Prior to rough -in, minor adjustments to outlet locations may be made without additional compensation. Field verify all rough -in dimensions prior to conduit installation. 3 16010 - Electrical • • All conduit, wiring, apparatus and equipment shall be installed in a manner and in locations avoiding all obstructions, preserving headroom, and keeping openings and passageways clear. Changes shall be made in locations of conduit, wiring, equipment, and materials which may be necessary in order to accomplish this. The drawings are essentially diagrammatic to the extent that many offsets, bends, special fittings and exact locations are not indicated. Carefully study the drawings and premises in order to determine the best methods, exact locations, routing, building obstructions, etc., and install all apparatus and equipment in the available locations. F. Record Drawings: The Contractor shall keep at the job site an accurate dimensioned record of the "as- built" locations of all buried conduits and ducts. At the completion of the project, such "as- built" drawings shall be transmitted to the Engineer. G. Submittal Data: Shop drawings, material lists, and plates and brochures, as required by the specifications, shall be prepared and submitted to the Engineer for review in accordance with the requirements of Division 1. No work indicated on any shop drawing shall be started until such drawings have been reviewed and approved. Submit complete brochures giving names of manufacturers and catalog numbers, trade names, the technical data, and requested information for each item to be furnished. Submit shop drawings and detail description of items that are not manufactured and must be specifically fabricated, including wiring diagrams. Submittals are required on every item to be furnished. Submittals shall be bound in sets, between covers, and each set shall be identical. Each item in submittals shall be identified as to fixture type, panel identification, specification section, etc. 4 16010 - Electrical • • The Contractor shall review all shop drawings and submittals, prior to submittal, for compliance with the specification. The submittal package shall be stamped and signed by the Contractor indicating his prior review, and certification of compliance with the specification. H. Descriptive Names: Reference to specific manufacturers and catalog numbers is intended to establish the required standard. Substitutions may be approved, if they are determined by the Engineer to be equal to those specified in quality, performance and appearance. If substitutions are approved, such approval shall to relieve the Contractor from complying with the requirements of the Drawings and specifications, and the Contractor shall be responsible for any changes in cost caused by the substitution which affects other parts of his own work, or the work of other trades. Requests for substitutions must be accompanied by literature which completely describes the proposed substitution, and clearly indicates all variances from that specified, and the net cost to be credited to the Owner is such substitutions are allowed. I. Value Engineering: Cost reduction proposals initiated and developed by the Contractor causing any changes in the drawings, designs, specifications, or work of other trades, shall be presented for consideration within seven (7) working days of award of contract. Cost reduction proposals shall contain the following minimum information for each item proposed: A description of the difference between the existing contract requirements and the proposed change, and the comparative advantages and disadvantages of each; An itemization of the requirements of the contract which must be changed is the proposal is adopted; An estimate of the reduction in performance costs, if any, that will result from the adoption of the proposal taking into account the costs s 16010 - Electrical • of implementation by the Contractor (including the amount attributable to subcontractors and engineers for design changes, change orders, and evaluation of proposal); A prediction of any effects the proposed change would have on other costs to the Owner, such as costs of maintenance and operation; A statement of the time by which a change order adopting the proposal must be issued so as to obtain the maximum cost reduction during the remainder of this contract, noting any effect on the contract delivery schedule. J. Materials and Workmanship: All material, appliances, and equipment shall be new and of the best grade of the respective kind, free from all defects and of the make, brand and quality specified. Materials for similar use shall be of the same type and manufacture. The current or newest production model of equipment as determined by the manufacturer's most recent published literature shall be furnished even though an obsolete model may be specified and stocked. Each major component of equipment shall have the manufacturer's name, address, and catalog number on a plate securely affixed in a conspicuous place. No items of material shall be installed for any purpose, or in any manner not recommended by the manufacturer. K. Openings, Cutting and Patching: The Contractor shall cooperate with all trades in providing information for openings required in the structure for construction of his work. The Contractor shall, at a time in advance of the work, verify the openings as shown on the Architectural and Structural drawings. If the work of this 16010 - Electrical • • division requires such, he shall furnish new instructions as to his requirements for these openings, subject to approval by the Architect. Drilling, cutting and patching required by the Contractor's work shall be the responsibility of the Contractor. L. Excavation and Backfill: The Contractor shall do all excavation and backfill required to install his work, both inside and outside. All excavation and backfill shall be in accordance with the earthwork sections of the specification. Excavation shall be of proper depth and width to install the required conduits, ducts, or structures. M. Building Footing Clearances: Under no circumstances shall conduit or ducts be run through footings. They shall cross below footings or through sleeves above footings. Those running parallel to footings shall be installed with minimum clearances required by the governing codes. N. Cleaning: All exterior surfaces of exposed equipment and materials shall be thoroughly cleaned of all dirt, cement, plaster and other debris. All finished surfaces of equipment furnished under this section found to be damaged, shall be refinished without additional cost to the satisfaction of the Owner. O. Protection of Finish: The Contractor shall provide means for and shall fully protect all finished parts of the materials and equipment against damage from whatever cause during the progress of the work, and until final completion. All materials and equipment in storage, and during construction shall be covered in such a manner that no finished surface will be damaged or marred, and all moving parts shall be kept clean and dry. P. Cleanup: 7 16010 - Electrical • 0 All work areas shall be policed daily. Upon completion of work and at other times during the progress of the work, the Contractor shall remove all surplus materials, rubbish, and debris resulting from the work, and shall leave the entire involved portions of the site, insofar as the work of this section if concerned in a neat, dean, and acceptable condition as approved by the Owner. Q. Guarantee: Should any trouble develop in the electrical installation within one year from date of acceptance of the building, due to faulty or inferior material, or workmanship, the trouble shall be corrected by the Contractor without expense to the Owner. R. Telephone Service: Not used. S. Seismic Requirements: Brace electrical systems and equipment to withstand lateral and vertical forces that result from earthquake. Anchor all equipment, switchboards, transformers, panelboards and similar items by securely bolting them in place to the building structure. Brace free standing gear to wall or ceiling per manufacturer's recommendation. Provide vibration isolators with seismic snubbers under transformers. Provide bolts, anchors and bracing to withstand acceleration of 0.5 g. Provide two ten gauge steel support wires on diagonal corners of recessed fluorescent fixtures tied to building structure. Allow 1/4" slack in wire. Provide retainer dips on sides of recessed fluorescent fixtures and attach clips securely to main T -bar runners. Provide approved swivel hangers for pendant mounted fixture suspension. T. Temporary Service: 6 16010 - E t e c t r i c a I • • The Contractor shall make all arrangements for, and install the necessary provisions for temporary electrical construction power, sized as required. U. Flashing: Wherever conduits extend through roof, furnish and install galvanized steel flashings consisting of a #24 gauge roof jack and a flashing collar soldered or brazed to conduit and covering top of roof jack. Roof jack shall extend not less than 6' out on roof and up conduit at least 8 ". Coordinate installation of flashing with roofing installation to permit flanges to be installed between roofing plies. II. MATERIALS (Where Required) A. Panelboards - General: Furnish and install panelboards as indicated on the drawings. Panelboards shall be surface or flush mounted as indicated, and of the voltage rating indicated on the drawings, or in the panel schedules. Panelboards shall be dead front, safety type equipped with thermal magnetic, molded case circuit breakers of interrupting capacity, trip ratings and of the number of poles indicated. Panelboards, as a complete unit, shall have a rating equal to, or greater than, the integrated equipment rating as shown on the drawings. Panelboards shall be enclosed in a steel cabinet. The rigidity and gauge of steel shall be as specified in UL Standard 50 for cabinets. The size of wiring gutters shall be in accordance with UL Standard 67. Cabinets equipped with doors shall have a spring latch and tumbler lock on door of trim. Doors over 48" long shall be equipped with three point latch and vault lock. All locks on project shall be keyed the same. Fronts shall be code gauge steel. Steel shall be full finished with rust inhibiting primer, and baked enamel finish. Panelboard bus structure, copper, main lugs, and main breaker, if specified, shall have current ratings as specified on the drawings, or on the schedules. Ratings shall be as determined by heat rise in accordance with UL Standard 9 16010 - Electrical • • 67, and not in accordance with bus dimensions. Bus connections shall be sequential. The panelboard interior assembly shall be dead front with the panelboard front removed. It shall be possible to change branch circuit load connections without personnel exposure to any line side bussing, or line terminals. Main lugs, or main circuit breaker, and the end of the bus structure shall be completely barriered. Circuit breakers shall be equipped with individually insulated, braced and protected connectors. The front faces of all circuit breakers shall be flush with each other. Tripped indication shall be clearly shown by the breaker handle taking a position between On and Off. Provisions for additional breakers shall be such that no additional connectors will be required to add breakers. Circuit breakers shall be thermal magnetic type, with inverse time - current characteristics. Multiple pole circuit breakers shall be common trip with a single operating handle. Handle ties will not be permitted. Neutral busses shall be at opposite end of panel from main. Panelboards indicated shall be furnished with isolated ground bus, or equipment ground bus. Panelboards shall be Square D. B. Panelboards - Lighting and Receptacle: General requirements for lighting and receptacle panelboards shall be as specified above, " Panelboards, - General" The panelboard door trim shall be furnished with semi - concealed hinges and lock. All panels shall be keyed alike. A 1/32" clear lucite covered directory shall be provided on the inside of each panelboard door. The directory shall be neatly typewritten designating each circuit used. 10 16010 - Electrical All circuit breakers serving discharge lighting shall be furnished with a lock off device. Permanent type numbers shall be furnished and installed adjacent to the circuit breakers. Numbers shall be either metal or plastic. Stick on types, or tape will not be permitted. Engraved laminated bakelite nameplates shall be furnished identifying the panelboard, panelboard voltage, source or panelboard power, with circuit designation. Provide nameplate schedule for approval. C. Wiring Devices: Wiring devices shall be Hubbell, Sierra, Leviton or Arrow equal to device listed, ivory colored except as noted on plan. D. Receptacles: All receptacles except those equipped with a U.L. approved self - grounding device shall be installed with a bonding jumper for ground between the grounded outlet box and the receptacle ground terminal. Grounding through the receptacle mounting straps is not acceptable unless receptacles are equipped with U.L. approved self- grounding straps. Duplex convenience receptacles shall be grounding type, 125 volt, 20 ampere and shall have two current carrying contacts and one grounding contact which is internally connected to the frame, with U.L. approved self- grounding straps. Outlet shall accommodate standard parallel blade cap, shall be side wired only, and shall be one of the following: Manufacturer: Type: Arrow -Hart or Leviton #5252 -S1 Bryant or Hubbell #5252 -1 General Electric #GE4060 -2 P & S #5262 -1 Sierra #1400 -SG Slater #5262 -AG -1V 11 16010 - Electrical E. F. • • Weatherproof convenience outlet shall consist of a duplex grounding type receptacle as specified hereinbefore mounted in a 4" box with single ring of type as required and spring door type cover. Cover shall be one of the following: Manufacturer: Type: Cover for Exposed Box: Arrow -Hart #4500 #4500 -FS or #451 General Electric #GE9226 -5 --- Hubbell #5210 #5211 Leviton #4943 #4942 Slater #3780 #M03780 -FS Circuit Switches: Circuit switches shall be ivory, totally enclosed, bakelite, or composition base, toggle type rated 20 ampere, 277 volts, A.C. for full capacity of contactor for fluorescent lamp loads. Provide single -pole, 2 pole, 3 way, 4 way, momentary contact, weatherproof, lock or other type switches as indicated. Weatherproof switches shall be as specified above complete with weatherproof cover. Plates: Plates shall be supplied for every local switch, receptacle, telephone outlet, etc. All plates shall be furnished with engraved or etched designations under any one of the following conditions: Three gang or larger gang switches. Lock switches. Pilot switches. Switches in locations from which the equipment or circuits controlled cannot be readily seen. Manual motor starting switches. Where so indicated on the drawings. As required on all control circuit switches, such as heater controls, etc. 1z 16 010 - Electrical • • Where receptacles are other than standard duplex receptacles, to indicate voltage and phase. All plates shall be 0.40" stainless steel plates on all outlets, unless specifically noted otherwise. Plates shall be Sierra Manufacturing Company Type 302 alloy only. G. Conduit and Fittings: Rigid steel conduit, fittings and accessories shall be hot - dipped galvanized or sherardized, with threaded connections. Electric metallic tubing (EMT), couplings, and connectors shall be hot -dip galvanized or sharardized. Couplings and connectors shall be of the compression or drive on type. Flexible conduit shall be galvanized steel, and shall be installed with compression type connectors. Liquid tight flexible conduit shall be galvanized steel with molded UL approved covering, and shall be installed with liquid tight fittings. Plastic conduit shall be polyvinyl chloride (PVC) schedule 40. Fittings shall be solvent welded type. Plastic (PVC) coated conduit shall be hot dipped galvanized or sherardized with polyvinyl coating bonded to the outside surface. The thickness of the vinyl jacket shall be a minimum of 20 mils. All couplings shall have a plastic sleeve extending beyond both ends approximately one pipe diameter. H. Pull Boxes and Cabinets: Pull boxes shall be code gauge, galvanized sheet steel, and shall be installed wherever indicated, as required by Code, and as directed in order to facilitate the pulling in of wires or cables in the conduit. All boxes shall be provided with removable covers secured with machine screws. 13 16010 - Electrical • • All boxes exposed to the weather, moisture, or special environments, shall be suitable for the installation. Cabinets shall be furnished with a hinged door with a handle and tumbler lock. Locks shall be keyed alike, and same as panelboards. Telephone and relay control cabinets shall be furnished with mounting backboards, 3/4" plywood. Boxes and cabinets shall be independently and securely fastened to the structure, and in concealed work shall be set flush with the finished surfaces of the walls or ceilings. Where boxes and cabinets are identified on the drawings, they shall be furnished with engraved laminated nameplates identifying the enclosure. Submit schedule for approval. Underground pull boxes shall be as indicated in the drawings. I. 600 Volt Wire and Cable: Wire and cable shall be delivered to the site in original and unbroken packages marked and tagged with UL labels; size, kind and insulation of wire; month and year of manufacture, not to exceed eight months prior to date of delivery. Conductors shall be copper, 600 volt insulated, or the following types: Conductors for lighting and power shall be THHN or THWN. Conductors for control wiring shall be THHN. Conductors for use in fixture raceways shall be type RHH or THHN if the fixture temperature does not exceed 90 degrees C, AVA shall be used if the fixture exceeds 90 degrees C. Color code for power and lighting systems shall be as follows: 14 16010 - Electrical E • 120/208 volt, 3- phase, 4 -wire systems, phase A, black; phase B, red, phase C, blue; neutral, white; ground, green. J. Enclosed Safety Switches: All safety switches, unless otherwise specified or shown on the drawings, shall be 250 volt class. All switches shall be of the visible blade type, heavy duty, horsepower rated. Switch handles shall be capable of being locked in the open or closed position. Safety switches for disconnecting use only shall be of the non - fusible type. Switch size shall be as required by Code, unless shown on the drawings to be of a larger size. Switches shall be suitable for the environment in which they are mounted. Fuses shall be dual element, and current limiting, of the sizes shown on the drawings, as manufactured by "Bussman ". Provide 10 percent but not less than three spare fuses for each size and type fuse specified. Identified switches, and switches for mechanical equipment, shall be furnished with engraved laminated nameplates indicating their use, equipment designation, and feeder source. Submit nameplate schedule for approval. Manufacturer shall be General Electric or Square D. K. Lighting Fixtures and Lamps: The Contractor shall furnish and install lighting fixtures indicated in the FIXTURE SCHEDULE on the drawings, complete with all necessary mounting hardware, and lamps indicated. L. Nameplates: Provide white on black nameplates for each service equipment, panel, terminal cabinet, pull box, disconnect switch and lighting control cabinets to correspond with designations on the drawings. Nameplates shall be secured 1s 16010 - Electrical • • with screws, bolts, or rivets. Other means of attachment shall not be accepted. "Dymo" type labels will not be accepted. III. INSTALLATION A. Conduit: Conduits run exposed and subject to mechanical injury shall be rigid heavywall galvanized steel. All underground conduit runs shall be PVC with rigid steel sweep ells and rigid steel risers. All conduit runs made up either in part or entirely with PVC shall contain a green grounding conductor. All stub ups into switchboards and poles shall be rigid steel conduit with ground bushings properly grounded. All stub outs shall be terminated with noncemented approved PVC caps. All underground conduit containing cable shall be sealed with duct at each end. Underground conduits shall be installed 24" minimum depth. A 2" wide yellow plastic warning tape "CAUTIONED- BURIED ELECTRICAL LINES BELOW" shall be installed 12" below finished grade in all trenches. All panelboard feeders shall be rigid heavywall steel, where installed above grade. Flexible conduit shall be installed to all rotating or vibrating equipment. Sealtite conduit shall be used for all exterior equipment. Flexible conduit for motor connections shall have a maximum length of 36 inches. A ground wire shall be installed in all flexible conduit. Exposed conduits one inch and smaller shall be secured to the building construction with one hole straps, spaced as required by Code. All concealed or exposed conduit larger than one inch shall be secured in place with T & B, or equal, pipe straps, suspended pipe hangers, or grouped on racks. 16 16010 - E I e c t r i c a I • • Rods or pipe supports shall be screwed to wood construction with wood or lag screws, and to concrete with concrete inserts. Exposed conduit shall be uniform and symmetrical, rigidly and securely fastened to the structure. Perforated pipe strap may not be used. Conduits shall not be supported from ducts, pipes of other trades, or from suspended ceiling members, unless specifically approved by the Architect. Conduit shall not be run closer than 6 inches to any hot water pipe, steam pipe, heater flue, or vent. Factory ells shall be of the same make, quality, and finish as the conduit used, or ells may be formed from conduit using approved factory benders. All conduit ells used on the underground distribution shall have a minimum radius of ten times the conduit size where rising into equipment, or vertical runs, and shall be rigid heavywall steel or plastic coated or wrapped rigid heavy wall steel. Changes of direction in underground or underfloor conduit runs shall be made with long radius sweeps. Connectors and couplings for EMT shall be of the compression or drive on type. Set screw or indenter type will not be allowed. No running threads or split couplings will be permitted. Conduit terminations at outlets, boxes and cabinets shall be provided with locknuts and bushings. Ends of conduit 1 1/4" trade size and larger, and conduits containing #4 AWG size cables, and larger, shall be equipped with insulated bushings. Feeder conduit bushings shall be grounding type. All condulet bodies installed in any location where moisture is apparent, shall be equipped with rubber gaskets. The Contractor shall furnish and install fittings, special devices and material, which may be required for the proper installation of the conduit system. 17 16010 - Elec t r i c a I • • Conduits shall be thoroughly swabbed out. The Contractor shall leave all conduits dry and clean of obstructions. Conduits stubbed up during the course of construction shall be capped with a fitting approved for the purpose. Conduit and metallic raceway systems shall be mechanically and electrically continuous from sources of current to all outlets in a manner to provide a continuous grounding path. Conduits stubbed through concrete floors shall be rigid steel, and shall have a conduit coupling finished to the floor line. Empty conduits shall be plugged with a conduit plug at the floor line. Install a 3/16" nylon line, end to end in each spare or empty conduit, with a tag at each end, designating opposite terminus of the conduit, and planned use or designation of conduit. B. Wire and Cable: Unless otherwise noted on the drawings, all wire and cable shall be installed in conduits. All lighting, power and control circuits shall be identified at each terminus, and in each junction or pull box. Lighting and power circuits shall be identified as to panel and circuit. Wire markers shall be Brady, or equal. C. Fixtures: Fixtures shall be properly and securely installed, level, plumb and in line, on outlets, and connected to the wiring, ready for operation. Each fixture shall be completely and properly assembled, with screws and nuts tight, and parts, wire, screws, nuts, washers, locknuts, bushings, etc., furnished and installed by the Contractor to make the fixtures and the installation complete, safe and substantial. Parts, including paint and finish, shall be clean and undamaged, and the entire installation shall be first class materials and workmanship, satisfactory to the Engineer. 18 16010 - Electrical 0 • Recessed fixtures shall be equipped with the proper frames and supports as required by the particular type of ceiling. The units shall be properly sealed to prevent light leaks. Recessed fixtures shall be connected with flexible conduit from adjacent outlet boxes. The conduit shall be of sufficient length so that the unit can be easily removed from the ceiling and disconnected from the circuit. Surface fixtures, weighing not more than 25 pounds, may be supported by the outlet box. Fixtures that weigh more than 25 pounds shall be supported independently of the outlet box. All fixture supports shall have a safety factor of 4. D. Mounting Heights: Unless specified elsewhere, or shown, the following mounting heights shall apply: Panelboards over 29" high: 6'-6" to handle of highest circuit breaker Disconnect switches: 4'-6" to center line E. Grounding: The service ground shall be a footing steel "UFER" ground in accordance with the NEC paragraph 250- 81(c), or as shown on the drawings. Braze, or thermoweld, a copperclad steel rod to the reinforcing steel. Extend the rod to the service switchgear so as to make it permanently available for connecting to the ground conductor. Resistance of the "UFER" ground shall not exceed five (5) ohms. Ground conductor shall be THWN insulated stranded copper conductor installed in conduit. Connect to the ground rod, and extend to the ground bus in each service. A ground conductor shall be used for transformer grounding. The interior cold water piping system shall be bonded to the "UFER" ground rod, with THWN copper conductor installed in conduit. 19 16010 - Electrical 0 All equipment, including switchboard, service entrance equipment, conduit system, motors, and other applicable apparatus, shall be grounded, or bonded. Equipment grounding conductors installed in conduit shall be in accordance with the following schedule as a minimum: Circuit Breaker/Fuse Size Ground Conductor OA to 20A #12 Copper 21A to 60A #10 Copper 61A to 100A #8 Copper 101A to 200A #6 Copper 201A to 400A #3 Copper F. Painting: Factory finish paint: junction and pull boxes, panelboards, switchgear, cabinets, equipment enclosures, lighting fixtures. Field paint: All ferrous material, not having a factory finish, shall be given a prime coat of zinc chromate. Finish coat shall be field painted in accordance with Division 9, as required. All electrical work shall be left in proper, clean dry, smooth condition to receive the painting work. IV. QUALITY ASSURANCE A. As -Built Drawings: Maintain in good order in the field office a complete set of electrical drawings. All changes to the contract shall be clearly recorded on this set of drawings. Maintain a completely dimensioned record of all buried conduits exterior to the building. Dimensions shall include depth from finished grade or datum, and dimensions to two fixed points above grade, for all changes in direction, to define the routing of all buried conduits. 20 16010 - Electrical Maintain a record of the routing of all major feeder conduits inside of the building. At the end of the project, the Contractor shall turn the drawings over to the Engineer. Each drawing shall be initialed by the Contractor, certifying the correctness of the "As- Built" drawing. B. Tests: Upon completion of the work, and adjustment of all equipment, all systems shall be functionally demonstrated to the Owner's representative or the Engineer. All systems shall function electrically in the manner required. The Contractor shall furnish all necessary instruments and equipment required for making tests, and shall test all wiring for shorts, open circuits, grounds, etc. 21 16010 - Electrical CITY OF NEWPORT BEACH I CITY COUNCIL STAFF REPORT 1G., 9, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Fong Tse, P.E. 949 - 644 -3321 orftse @city.newport- beach.ca.us SUBJECT: Little Corona Restroom Rehabilitation — Award of Contract No. 3913 Recommendations: 1. Approve the project Plans and Specifications. 2. Award Contract No. 3913 to MJ Contractors, Inc. for the Total Bid Price of $250,000.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish $25,000.00 to cover construction contingency. 4. Establish $5,000.00 to cover construction services and other anticipated costs. Discussion: At 11:00 A.M. on August 21, 2008, the City Clerk opened and read the following Total Bid Prices for this project: * Corrected amount is $260,176.33 ** Corrected amount is $289,999.50 * ** Corrected amount is $308,480.00 * * ** Corrected amount is $393,995.80 The low Total Bid Price is nine percent below the Engineer's Estimate of $275,000. The low bidder, MJ Contractors, Inc., possesses a California State Classification "B" Contractor's License as required by the project specifications. Reference checks by staff Bidder Total Bid Price Low MJ Contractors, Inc. $250,000.00 2 Big Ben, Inc. $260,173.90* 3 Vargas Structures, Inc. $290,000.00 ** 4 Nile Advanced Construction, Inc. $308,500.00 * ** 5 Cornerstone Concrete & Construction, Inc. $312,941.00 6 Hondo Company, Inc. $364,508.00 7 4 -Con Engineering, Inc. $366,900.00 8 Collins Builders, Inc. $394,000.00 * * ** 9 Metro Builers & Engineers Group, Ltd. $409,406.00 * Corrected amount is $260,176.33 ** Corrected amount is $289,999.50 * ** Corrected amount is $308,480.00 * * ** Corrected amount is $393,995.80 The low Total Bid Price is nine percent below the Engineer's Estimate of $275,000. The low bidder, MJ Contractors, Inc., possesses a California State Classification "B" Contractor's License as required by the project specifications. Reference checks by staff • Little Corona Restroom0bilitabon —Award Contract No. 3913 September 9, 2008 Page 2 verified that MJ Contractors has satisfactorily completed building projects for other public agencies. This project will update and enlarge the existing aged restroom building located on Glen Drive above Little Corona Beach with new privacy partitions, plumbing fixtures, ADA hardwares, skylights, outdoor shower, janitorial and maintenance closets, and exterior masonry walls with privacy lovuers. Site improvements surrounding the essentially new restroom building include drainage provisions, concrete walk slab, same height replacement retaining wall, and the relocation of existing chain - linked fencing. Construction is expected to start in mid - September as scheduled. The Contractor is required by Contract to provide and maintain portable sanitary facilities for the 5 -month construction duration. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 (Replacement or Reconstruction) of the CEQA Implementation Guidelines. This Exemption covers the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced. A Notice of Exemption has been filed with the County of Orange and the State Clearinghouse. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work, two City prepared notices will be distributed by the Contractor to residents within the project vicinity. The first notice will be distributed ten days before work in the area and the second notice 48 hours prior to starting work in the area. Building Inspection and Miscellaneous Expenses: An estimated $5,000 for building inspection and miscellaneous expenses will be needed for this project. Building Inspection will be provided using on -call inspections services agreement. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Account Number Amount General Fund 7011- C5100907 $ 97,500.00 Tide and Submerged Lands 7231- C5100907 $ 182,500.00 Total: $ 280,000.00 • Little Corona Restroom okbilitation —Award Contract No. 3913 September 9, 2008 Page 3 Proposed uses are as follows: Vendor MJ Contractors, Inc. MJ Contractors, Inc. On —call Consultant Various Prepared by: — 4i__ Fong T , P.E. Princi ''Civil Engineer Attachment: Location Map Purpose Construction Contract Construction Contingency Construction Services Printing and Incidentals Total: Amount $ 250,000.00 $ 25,000.00 $ 4,000.00 $ 1,000.00 $ 280,000.00 Submitted by: VD,D 6*,,Stephen QLBadum Public Works Director CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown. MMC September 8, 2010 Mr. Matthew Jafari MJ Contractors, Inc. 9 Orchard Road, Suite 106 Lake Forest, CA 92630 Subject: Little Corona Restroom Rehabilitation (C -3913) To Whom It May Concern: On September 8, 2009, 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 35 days 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 Labor & Materials Bond was released on January 28, 2010. The Surety for the contract is International Fidelity Insurance Company and the bond number is 0477986. Enclosed is the Faithful Performance Bond. Sincer y, Leilani I. Brown, MC City Clerk 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 aEW��gr CITY HAIL Office of the City Clerk • 3300 Newport SOUIevard P.O. Box 1768 Newport Beach, California 92658 -8915 RE7-URN SF.RVIC;F RFuI:`RUED Mr. Matthew Jafari MJ Contractors, Inc. 9 Orchard Roa,i 1-114P 106 Lake Forest, C 927 NFE 1 1101 00 02/02/10 RETURN TO SENDER •MJ CONTRACTORS INC • PO BOX 80425 RCHO STA MARG CA 22600 -0425 RETURN TO SENDER tG�EL�a2a meai� ILL„> LLIL„ I, LL,LL,LLI,,,,,1LL1 „Il „I „l, >,U,I EXECUTED IN QUADRUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE CORONA RESTROOM CONSTRUCTION CONTRACT NO, 3913 F'REABUM 65 FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE BOND NO. oanses FAITHFUL PERFORMANCE BOND The premium charges on this Bond is S o,TSU.D 0 being at the tale Of $ 25. S15 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to MJ Contractors, Inc., hereinafter designated as the 'PrincipaP, a contract for construction of LITTLE CORONA RESTROOM CONSTRUCTION, Contract No. 3913 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 of Newport Beach, all of which are incorporated herein by Buis reference. WHEREAS, Principal has executed or is about to execute Contract No. 3913 and the terms lheroof regrire the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter 'Suret1r), are field and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Fifty Thousand and 001100 Dollars ($250,000.00) (awful money of the United States of America, said sum being equal to 100% of the estimated amount d M Contract, to be paid to the City of Newport Beach, 49 successors. and assigns; for which payment well and truly to be made, we bind ourselves. our heirs, execubre and adrtwnistrators, successors. or assigns, jointly and severalty, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Pirindpals heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or an the work, covenants, conditions. and agreements In the Contract DOCLN, ents aM any alteration 9wreof made as therein provided on its part, to be kept arc performed at the tune and in the manner therein specified, and in all respects according to its true Intent and meaning, or fails to Indemnify, defend. and save harmless the City of Newport Beads, its officers, employees and agents, as therein stipulated, then, Surety will faithfully Worm the same, in an amount not exceeding the sum specified in this Bond: otherwise this obligation aha8 became null and void. 28 At a part of the obligation secured hereby. and In addition to the face anqunt specified in this Performance Bond, there shall be ncluded costs and reasonable expenses and fees, wduding reasonable attorneys fees. incurred by the City, only In the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time. alterations or additions to the terms of the Contract or to the work to be performed thereunder or to Me specifications accompanying the same shall in any way affect Its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal In full force and effect for one (1) year following the date of formal acceptance of Ore Project by the City. In the event that the Principal executed this bond as an individual. it is agreed that the death of any such Principal shaft not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this insVument has been duty executed by the Principal and Surety above named. on the 9TH day of OCTOBER '2008. )l MJ Contractors. Inc. (PrincW Authorized Sib'KaturdiTitle INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 13400 SABRE SPRINGS PARKWAY, SUITE 270 SAN DIEGO, CA 921284198 Address of Surety 858- 513 -1795 Telephone Au razed Agent Signature DWIGHT REILLY, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTs OF CONTRACTOR AND §URETY MUST of ATTACHED P*A CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT nS:.>N.,:!_,. :.: )e.ne_�:.i.<:n:.:ntCn:.;•).v:.. :> t..: �ccV�y :C.:fi..¢.: ?t>a..n.,:N, /a. .» .:. n., :.i...A<: »<, gt�'%ii:be.:.�<£A :L3' »>Y'tii� »i!»..:OC:.? :Oi:A:�:i> "a »s< State of California 1 County of 6 ft vGz Jl On O( 'le j656 (l J ex . before me, —_5ra n/l l j y i"7 pare / krssrt Name nE TMk d M OeKSr Personally appeared r>a Nenwts) of `Slpner(el LEMMA HEIGHT s Co11111 n 11768913 e Notary Puwlc - Collfornlo Orange County oat 20th who proved to me on the basis of satisfactory evidence to be the persong whose nameKI.s jh6 siubscribed to the within instrument and acknowledged_ to me that helo0d Rjr executed the same in h' r authorized capacity(o()), and that by his/KrAWr sgnatureKon the instrument the personKj, or the entity upon behalf of which the personK acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m lband and o ficial seal. PM0 N�"s.elAbam Sign ure sl a N&VV PWk OPTIONA Thwgh the inbrmatian below Is not required by raw, it may prove valuable to persons retying on the document and ooudd prevent Iraudulem removal and reattachment of this form to another document. Description of Attached Document LL Title or Type of Document: fsA rH F J L pGr(ro (n R �CZ pa Document Date: AC70 A-f,( I )6O'9 Number of Pages: y Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signers Name: ❑ Individual ❑ Corporate Offcer— Titte(s): — ❑ Partner— Cl Limited ❑ General • Attorney in Fad • Trustee • Guardian or Conservator • Other: Signer Is Representing: HIC H I CT Signers Name: ❑ Individual L I Corporate Officer — Title(s): _ Li Partner — ❑ Limited C General ❑ Attorney in Fact 7 Trustee ❑ Guardian or Conservator C! Other: Signer Is Representing: Top d Vh mb here ACKNOWLEDGMENT State of California County of ORANGE On OCTOBER 9TH, 2008 bed me, ALLISON RITTO, NOTARY PUBLIC (insert name and title of the officer) personalty appeared DWIGHT REILLY who proved to me on the basis of satisfactory evidence to be the person(e) whose names) islare subscribed to the within instrument and acknowledged to me that I efshothey executed the same in NSAWFAheir authorized capacity(ies), and that by his+wfthetr signature(&) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct . WITNESS my hand and official seal. Cam ALSON RIM R 16371W� Nday Ribic ca"Wdo Orange Cvu* MyC"=. Ewies Dec 23.2 Signatu (Seal) ISON XLL RITTO Tel (973) 624 -7200 OWER OF ATTORNL INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102 -5207 KNOW ALL MEN BY THESE PRESENTS; That INTERNATIONAL FMEU7Y INSURANCE COMPANY, a coMmsiiom Organ ¢cd and existing laws of the Sue of New Jersey, am having Its principal office in the City of Newark, New Jersey, does hereby constitute and appoint DWIGHT REILLY, HAL DUECK S Anaheim, CA. .. ...... .. .... ........... ....... _._........ ............... ...._._........... ... ............................... its true and lawful amormy(s) -in -fact to execute, sal and deliver for and on its behalf as surety. any and all bonds and undertakiW, contracts of indenudry and other writings obligatory m nature thereof, which are or may be allowed required or pemwed by law, mate nark re�ulatnt, cougars or otherwise and the execution of such utawraenKs) m pursuance of thew preaena, shall be as brrd'mg upon the sold WI'�RNATIONAL FH)ELITY IVSIJRA}NCE COMPANY as fully and amply. to all intents and purposes. u if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. Directors rs Power of Atio is F[DELIIY BV�Si1mR�NC COMPANY and at ayro�a�mgnilkd and on �e 7 der ofFebmarr,00ud by the Board of The President or any Vice President, Execudve Vice President, Secretary or Assistant Secretary, shall have power and authority (97 (1) To appoint Atinrteys -fo -fact. am to authorize them to execute on behalf of the Company, and attach the Seal of the Company therein, bonds and undertakings, contracts of indemnity am other writings obligatory in the nature Thereof and, (2) To remove, st arty time, any such attorney -in -fact zed revoke the authority given. Further, this Power of Atomey is ah sod waled by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April. 1982 of which the folbwiog us a true excerpt: Now therefore the stguatua of such oMOM and the seal of red Company may be affixed to any such power of moo or any ceroNcare relating thereto by facsimile, lad any mcb power of attorney or cerdficate bearing such faatruile stgnaoues or facsume sea) shall be valid am br adboa upon else Co and an such pourer so execued and cemfied by facsimile signatures and facsim k sari shall be valid and binding upon the Company in due hmm with respect many bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FTDE[ITY INSURANCE COMPANY has caused this uatumetr to be signed and Its corporate seal to be affixed by its authorized officer, this 16th day of October. AD. 2007. INTERNATIONAL FEDEfdTYINSU�URRA'NNCCE COMPANY STATE f NEW JERSEY � V! -;% County Of Essex Secretary r On this sworn, saidlThe he Roche tberem described andauthoriud officer Of theme aINT'EItNA7TONAL FIDELITY INS[ N NCEC(COMPANYI that ibe oral affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duty affixed by order of the Board of Directors of said Company. IN TESTMONY WHEREOF. I have hereunto at my band affixed my Official Seal, at the Ctry of Newark, New Jersey the day and year fast above writes. �� NOTARY � 'a PUBLIC l,Saslr * it y�/'JER9� A NOTARY PUBLIC OF NEW JERSEY CERTEFICATION My Commission Expires Nov. 21, 2010 1. the undersigned officer of D(FERNATMAL FIDELITY INSURANCE COMPANY do hereby certify, that 1 have compared the foregoing copy of the Power of Anomey sod affidavit. and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME'OFFICE OF SAID COMPANY. and that fie same are'correct namcrip i thereof, art of the wbole of the acid odgmals,'and than tine acid Power of Attomey has not been revoked and b now in fail force am effect IN TESTIMONY WHEREOF. I have hereunto set my ham this 9th day of October, 2008. { Assistant Sacretary 6 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC January 28, 2010 Mr. Matthew Jafari MJ Contractors, Inc. 9 Orchard Road, Suite 106 Lake Forest, CA 92630 Subject: Little Corona Restroom Construction (C -3913) Dear Mr. Jafari: On September 8, 2009, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days 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 September 15, 2009, Reference No. 2009000490274. The Surety for the contract is International Fidelity Insurance Company and the bond number is 0477986. Enclosed is the Labor & Materials Payment Bond. Sincerely, 4V - brp"\,. Leilani I. Brown, MMC City Clerk 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 Recorded in O fig it Records, Orange County b RECEIVED uiIII MINIM SIII11111IIIININ111IIINn6NO FEE RECORDING REQUESTED BY AND WHEN RECORDED REW"(J3 AM 91 36 26009000490274 09:25am 09!15109 ,00 City Clerk 0.00 0.00 0.00 0.00 0.00 0.00 9.00 0.00 City of Newport Beach 3300 Newport Boulevard 07Y OF tT { Newport Beach, CA 92663 "Exempt from recording fees p pursuant to Government Code Section 27383" I I NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and MJ Contractors, Inc., of Lake Forest, California, as Contractor, entered into a Contract on September 8. 2008. Said Contract set forth certain improvements, as follows: Little Corona Restroom Construction (C -3913) Work on said Contract was completed, and was found to be acceptable on September 8, 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is International Fidelity Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on q) UJ ( q at Newport Beach, California. BY f City Clerk r-1 LJ U n U CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT or cc:' 1) 8 2009 Agenda Item No: 6 September 8, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Fong Tse 949 -644 -3321 or ftse @newportbeachca.gov SUBJECT: LITTLE CORONA RESTROOM REHABILITATION —COMPLETION AND ACCEPTANCE OF CONTRACT No. 3913 Recommendations: 1. Accept the completed 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 9, 2008, the City Council awarded the Little Corona Restroom Rehabilitation Project to the low bidder, MJ Contractors, Inc., to replace the existing dilapidated restrooms with an essentially new building. The contract has now been completed. A summary of the contract cost is as follows: Original bid amount: $250,000.00 Actual amount of bid items constructed: $248,000.00 Total amount of change orders: $ 19,543.75 Final contract cost: $267,543.75 Changes (fisted below) totaling $19,543.75 were approved for adjustments to the building design to make the restroom more functional and less maintenance intensive. The final contract cost was 8 percent over the original bid amount. • • • Little Corona Restroom Rehabilitation - Compledw Acceptance of Contract No. 3913 September 8. 2009 Page 3 Fundina Availability: In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction: Project Management: Surveying Materials Testing Printing and Incidentals: Total Project Cost: $267,643.75 10,331.25 3,790.00 2,698.50 1,110.85 $285,474.35 Funds for the construction project were expended from the following accounts: Account Description Little Corona Restroom Facility - General Fund Little Corona Restroom — Tideland and Submerged Lands Prepared,by: I Civil Engineer Account Number 7011- C5100907 7231- C5100907 by: Stepheh G. Badum Public Works Director Amount $ 87,543.75 180.000.00 $267,543.75 e� ^ i 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC September 9, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the following project: Little Corona Restroom Construction (C -3913) Mesa -Birch Park (C -3787) Please record the enclosed document and return it to the City Clerk's office. Thank you. Sincerely, Leilani I. Brown, MC City Clerk Enclosures 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 r 0 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, Califomia, 92663, as Owner, and W Contractors, Inc., of Lake Forest, California, as Contractor, entered into a Contract on September 8. 2008. Said Contract set forth certain improvements, as follows: Little Corona Restroom Construction fC -39131 Work on said Contract was completed, and was found to be acceptable on September 8.2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is International Fidelity Insurance Company. Director rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �fJCA q, 2,0( at Newport Beach, California. BY Ir City Clerk