Loading...
HomeMy WebLinkAboutC-2236 - Improvements to City's Corporate Yard, Phase I & IICITY OF NEWPORT BEACH. OFFICE OF THE CITY CLERK P.O. BOX 1768. NEWPORT BEACH. CA 92658 -8915 November 26, 1985 Dynamic Construction Inc. 2111 S. Standard Santa Ana, CA 92707 Attn: Walter K. Beeson (714) 644 -3005 Subject: Surety: Fidelity and Deposit Company of Maryland Bonds No.: 6069268 Contract No.: C -2236 Project: Phase I and Phase II Improvements at the Corporation Yard The City Council on April 8, 1985 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion. The said Notice of Completion was recorded by the Orange County Recorder on April 15, 1985, Reference No. 85- 131959. Since we have received a Stop Notice against you, the bonds were not released 35 days after the Notice of Completion was recorded. Now, the Field Engineer of Public Works, City of Newport Beach, informed the City Clerk to release the bonds on November 25, 1985. Please notify your surety company of our action. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works 3300 Newport Boulevard, Newport Beach E TO: CITY CLERK FROM: Public Works Department 4 September 9, 1985 SUBJECT: Phase I & II Improvements at the City Corporation Yard, C -2236 Unless suits are filed for non - payment the bonds on the subject project may be released on November 25, 1985. (Ref: Civil Code, Section 3184,3249) / . ' lg�, Field Engineer GPD:em CC: City Attorney PLEASE RETURN TO: �J`-1a319J� City Clerk f, j��� - EXEMP City of Newpo7t i�'each C15 3300 Newport Blvd. RECORDED IN OFFICIAL RECORDS Newport Beach, CA 92663 -3884 OF ORANGE COUNTY CALIFORNIA NOTICE OF COMPLETION - 130 -PM APR 15'85 PUBLIC WORKS RECOWDER 10 All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 8, 1985 the Public Works project consisting of Phase I and Phase IT Improvements at the _ Corporation Yard (C -2236) on which Dynamic Construction Inc., 2111 S. Standard Santa Ana CA 92707 was the contractor, and Fidelity and Deposit Company of Maryland, One Wilshire Blvd., was the surety, was completed. Los Angeles, CA 90017 CITY OF NEWPORT BFACH I I a, )44 ublic Works Director VERIFICATION I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 11, 1985 at Newport Beach, California. piriSlic Arks Director VERIFICATION OF CITY CLERK I. the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 8, 1985 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 11,' 1985 at Newport Beach, California. CITY OF P�Ei+' ?ORi [3fkLi#, "AY 5 1985 ® ���^ CITY CLER City Clerk 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 April 12, 1985 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation is Notice of Completion of Public Works project consisting of Phase I and Phase II Improvements at the Corporation Yard, Contract No. 2236 on which Dynamic Construction Inc. was the Contractor and Fidelity and Deposit Company of Maryland was the Surety. i Please record and return to us. Sincerely, Wanda E. Raggio City Clerk WER:pm Attachment cc: Public Works 3300 Newport Boulevard, Newport Beach i April 8, 1985 i CITY COUNCIL AGENDA BY THE CITY COUNCIL ITEM NO. F -15 • CITY OF NEWPORT BEACH TO: CITY COUNCIL APR 8 1 935 FROM: Public Works Department SUBJECT: ACCEPTANCE OF PHASE I AND II IMPROVEMENTS AT THE CITY CORPORATION YARD (C -2236) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been filed. 4. Assess liquidated damages in the amount of $4,100. • DISCUSSION: The contract for the Phase I and II improvements to the City Corporation Yard has been completed to the satisfaction of the Public Works Department. Major components of the project were the General Services Administration Building (Building "A "), Carpenter and Sign Shop (Building "B "), Automotive Shop (Building "D "), Park Department Field Office and Shop (Buildings "K "), Gasoline Fueling Facility (Building "F "), two covered storage /equipment parking buildings areas (Buildings "E" and "G "), material storage bins, and site improvements. The bid price was: $2,426,000.00 Amount of unit price items constructed: 2,409,015.80 Extra work: 154,840.72 Total Contract Cost The project was financed from the Genera • 02- 3397 -119 Phase I Improvements 02- 3397 -119 Phase II Improvements 02- 3397 -290 Additional Grading Total U C V Page 2 Subject: Acceptance of Improvements to Phase I and Phase II at the Corp. Yard Page 2 • The total project cost to date is: Engineering & Architectural Design $ 200,349.56 Contract No. 2236 2,426,000.00 Unit Price Items Deleted from Contract No. 2236 - 16,984.20 Work added to Contract No. 2236 by Change Orders 154,840.72 Soils Engineering & Materials Testing 29,519.05 Furniture and Shop Equipment 71,628.44 Miscellaneous 61,345.20 C • Total Project Cost to Date $2,926,698.77 The balance of the appropriations will be used for additional grading, paving, and a boundary fence. The decrease in the amount of unit price items was principally due to the elimination of 1i -inch asphalt pavement over uncompacted native materials in areas where the grade was raised appreciably and permanent pavement was either constructed or is planned to be constructed. Nineteen change orders were issued, as follows: C.O. No. Description 1. A. Eliminate fire door and louver from north wall of Building "D ", eliminate five unit heaters from Carpenter Shop. Add air ducts and vents in Building "D "; add vent to sand trap at Building I'D" B. Eliminate 80 lineal feet of chain link fence behind Building "V. C. Replace 6 -inch fire main with ductile iron pipe encased in polyethylene; relocate gas line in Building "E" to overhead; raise drain manhole cover to grade in Building "G "; replace encased VCP sewer pipe with CIP with pressure joints; Connect water system to 14 -inch main in Industrial Way; add two 6 -inch gate valves on fire main. Total Change Order No. 1 $ 7,214.09 2. Provide underground three -phase electical service to Parks, Beaches, and Recreation area 13,660.00 3. Drill pilings in Building "G" deeper to obtain required penetration into good soil 4,225.00 4. Remove portion of footing of existing retaining wall 302.00 5. Remove large chunks of concrete from site of fuel station and 8 -inch water main 8,660.00 April 8, 1985 Subject: Acceptance of Phase I and Phase II Improvements at Corp. Yard Page 3 is 6. Furnish roof - mounted furnace and heating system for Carpenter Shop 9,748.47 (Note: C.O. No. 1 allowed credit of $3,449 for deletion of unit heater) 7. Construct full height wall between 2 work bays in Building "K" 3,076.81 8. Construct retaining wall along west wall of Build- ing "G" 3,472.89 9. Add metal trim on Buildings "E ", "F ", "G "; and paint the interior roof structure of Buildings "E" and "G" 6,469.05 10. Place temporary pavement over utility trenches 9,662.55 11. Modify roof ladders to O.S.H.A. requirements 653.00 12. Add 2 -inch A.B. under 109,606 S.F. of 3 -inch A.C./ 4 -inch A.B. 9,864.54 13. Relocate and lower 6 sets of products reels; add 2 sets of air reels; add 1 floor drain, all in Building "D" 3,910.00 14. a. Paint roof beams and underside of roof decking in Building "D" 5,037.00 b. Install ceramic tile floors in restrooms and 12,640.00 locker room in Buildings "A" and "D" c. Install vinyl flooring in offices in Building "D" 1,394.00 d. Install janitors' sink and 3 drinking fountains 6,213.00 e. Furnish and install 16 full- height lockers in Building "D" 1,293.00 f. Construct walkway on roof of Building "B" 407.00 g. Install stainless steel counters in Building "D" 1,126.00 • h. Widen door opening in Building "D" 3,582.00 i. Construct additional caissons and grade beams at Building "E" 9,890.00 Total Change Order No. 14 $ 41,587.00 15. Construct additional P.C.C. pavement at west side of automotive shop; and modify fire engine pit in .automotive shop 10,570.00 April 8, 1985 Subject: Acceptance of Phase I and Phase II Improvements at Corp. Yard Page 4 16. Install explosion -proof fan, electrical hookup, • and vent in battery room; construct fire door in Building "D "; add ceiling access doors in Build- ing A "; add rubber stair skirts in Building "A "; construct furred wall in lunchroom in Building "A "; construct ceramic tile in restroom in Building "B "; delete ceiling in mechanical room in Building "D "; add drywall in corridor in Building "D "; delete installation of one street light at Superior Avenue gate 8,440.00 17. Add lighting in second floor restroom in Building "A"; construct 2 junction boxes in pavement; add 4 welder receptacles in Building "D "; relocate lights to clear overhead crane; add trim for re- cessed lights in office in Building "A "; add floor receptacles for secretary. 3,887.39 18. Add 4 thermostat conduits in Building "D "; con- struct conduits for Telefire system; provide tem- porary power to Buildings "K" and "B ". 7,627.88 19. Add computer and copier room to Building "A" and modify closet. 1,810.05 Total All Change Orders $154,840.72 The change orders represent 6.4% of the original contract. Several of the change orders were necessitated by poor foundation conditions encountered during construction, including finding unsuspected large pieces of concrete in the vicinity of the gasoline station and in front of the lawn mower shop. Other change orders for painting of structural steel and the underside of roof deck- ing; for flooring in restrooms, locker rooms, and offices; for drinking fountains and a janitor sink; and for additional portland cement covered pave- ment which were for desirable items not included in the basic contract. Other additional costs were incurred in keeping the City yard in con- tinuous operation. Temporary utilities had to be provided, and unanticipated amounts of temporary pavement were required over utility trenches. The plans were prepared by Robinson - Thompson Associates, of Irvine. • The contract, executed on April 28, 1982, required completion within 400 calendar days, resulting in a completion date of June 2, 1983. The work was substantially completed on June 9, 1984, 373 calendar days after the contract date of completion. Acceptance has been delayed pending completion of numerous "pick up" items of remedial work. • r � s • April 8, 1985 Subject: Acceptance of Phase I and Phase II Improvements at Corp. Yard Page 5 The specifications provide for extensions of time to compensate for delays beyond the control of the contractor. These were: a. Rain /wet ground 128 days b. Carpenter's strike 29 days c. Extra work /changed cond. 112 days d. Other delays (see below) 63 days Total 332 days While certain items of the extra work required no extra time, i.e., a substitution of one product for one of a different price, certain items, while not large in cost, resulted in lengthy delays. For example, the painting of the underside of the roofs in Buildings "F" and "G" was attempted by spraying. After wind currents carried the overspray to the adjacent automobile parking areas the work was done by hand, requiring a total of some two weeks. During this time most other work was held up pending completion and the subsequent move of the City's equipment. The providing of temporary power to Buildings "B" and "K" is another example of the disparity between cost and delay to the project. To con- vert the available single -phase power to the required three - phase, it was necessary to temporarily install four transformers in Building "B" (the new car- penter and sign shop). After approval of the approximate cost by the City, the materials were ordered. Once delivered to the yard, installation commenced, the entire process taking approximately two weeks. In the case of Building "K" (the Parks Department office), it was necessary to install a temporary pole line across the rear of the yard. Once installed, the contractor connected the overhead wires into the building which was designed to be fed from underground. The specifications required that the contractor allow a two -week period for the Automotive Shop to move from the old building to the new. Because of the need to keep the shop in full service while the move was taking place, the move actually took approximately five weeks. The contract made no provision for the move of the General Services Administration group; however, because of the need to coordinate this move with the change to the new telephone and radio systems, the time became critical. Compounding the problems was the breakup of AT & T and the need to deal with and schedule two telephone com- panies. Because of the above and the demands on the General Services staff by the winter storms, the project was delayed approximately four weeks. Even with the above extensions of time applied, the completion was still 41 days late. There were occasions when little or no work was performed even though conditions, materials and City operations would have permitted the contractor to utilize a full crew. It is therefore recommended that liquidated damages in the contract specified amount of $100 per day be assessed for the 41 -day period in the total amount of $4,100. Benjam n B. Nolan Public Works Director GPD:jd ALL AMERICAN ASPHALT 14274 MAGNOLIA AVENUE P.O. BOX 2229 CORONA, CA 91720 June 7, 1985 City of Newport Beach Department of Public Works P. 0. Box 1768 Newport Beach, CA 92663 Gentlemen: On May 8, 1985, we filed a Stop Notice with you against Dynamic Construction in the amount of $14,052.50 for work and materials used at 592 Superior Avenue, Newport Beach, California. Please amend the Stop Notice amount to $12,117.88. This is the full balance due us. cc: Dynamic Construction Very truly yours, ALL AMERICAN ASPHALT Barbara Lundquist Credit Manager C� TELEPHONE: ORANGE CO: 714/973.1484 LOS ANGELES CO: 213/436 -8197 RIVERSIDE CO: 714/737 -6488 ^V= 4G: Y'. NOTICE STOP NOTICE TO WITHHOLD TO HOLDER OF FUNDS T0: CITY OF NEWPORT BEACH - Attention Mr Ceorgg Pan»aG (Name of owner, construction lender or public officer) 3300 NEWPORT BL�7D NEWPORT BEACH CALIFORNIA ,HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, Arun WTAT FABRIrAMR.9 ' S AL ffU)A ST. OC)WMN, CA. 90220 (Name and address) has furnished or has agreed to furnish 1 abor, material and equipment required to fabricate & erect (labor, services, equipment, materials) of the following kind METAL WORK (general description of labor, services, equipment or materials) to or for MTAMTC ODNSTRIICTION . INC, for the work improvement, located at, or known as: (name of person to or for whom furnished) Phase 1 & Phase II IMPFDVD"EN'T8 AT THE CORPORATION YARD, CONTRACT 1d0..22313 (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 176,239.00 The amount in value of that already done or furnished by claimant is $ 176 ,239.00 Claimant has been paid the sum of $158,769.00 , and there remains due and unpaid the sum of $ 17,470.00 plus interest thereon at the rate of 1.9 per cent per annum from SF'mTWRFR 17 , 19_84_. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. STATE OF CALIFORNIA COUNTY OF LOS ANGELES ss. MC1 '1*LT4_ g N C Name of Claimant 1520 S. ALAhMA ST,, COMPT0N Y CA 90290 Address of Claimant M. f- c � �_ •.J �• �, �. _ ..its � �c LJr D014ALD R. :iAWIUXS Pnrt-n., , being duly sworn, deposes and says: That —he is the person(s) who signed the foregoing Stop Notice; that —he has read the same and knows the contents thereof to be true of h-i.$_ own knowledge, except as to any matters or things that may therein be stated on his information and belief and as to those matters and things _he believes them to be true. Subscribed and sworn to before me f 011111111M IM PATRM3A BKOMSKI thi 8t day of Kav , 19 85 rm� Notary Public and in and for said State 'nb anmdala ram aovon nowt wmd peaemlwr�a �m�e Sold todk e.d. Role Too .4al .wad R an to n btauh , %TOP NOTICE and make ChAVON MGM m J`C= &E- McUMS. aRmWt a 1-w u r*. doubt ehT (alas deal. fat taus wlaaw. WOLCOTT* MRN 1100 N6v. 2.73 Wft. 53) c ri "r„ gg his._ 0 { Stop Notice 1 NOTICE TO City of Newport Beach, Department of Public Works (Name of Public Body or Lender) P. 0. Box 1768, Newport Beach, CA (Address) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract.) (If Private Job — file with resplonsible officer or person at office or branch of construction lender administering the construction funds.) Prime Contractor: Dynailic Construction Sub Contractor (if Any) Owner or Public Body: City of Newport Beach Improvement known as 592 Superior Avenue (Name and address of project or work of improvement ) in the City of Newport Beach County of Orange State of California. All American Asphalt claimant,a Corporation (claimant) ( Corporation/ Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is i Dynamic Construction Name of Subcontra(,torl ('ontractorl Owner- Builder) 2111 S. Standard, Santa Ana, CA 92707 The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was asphaltic concrete, iggregate rock, labor and equipment !describe in detail) Total value of labor, service, equipment or materials agreed to be furnished ............ Total value of labor, service, equipment or materials actually furnished is ...............$ Credit for materials returned, iI' any ................ ..............................$ Amount paid on account, ifan� .................... .............I................$ Amount due after deducting ali just credits and offsets ... ............................$14,052.50 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $14,052.50as provided in Sections 3156 through 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond not attached. (Bond required on private jobs — not on publicjobs.) (is /is not) Date May 8, 1985 ` NameofClaima All American Asphalt BY �.a Credit Manager (7 973 -1484 E �� > °�v� t> G ti- co CIO c. a� :� �,a >on �.,Z� } c, ( Official Capacity) "'r`' "-" -C�'"o VERIFICATION r C: ":3 0 0 Y-] Cl [10 0 EJta0 I, the undersigned, state: 1 am the Credit Manager ( "agent of' "president of'. "a partnerof'. "ownerof', etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and 1 certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on May 8, 19 85 at Corona California. (Signature of Claimant Author& gent) RICA FORM (REV. 9 -99) 6M STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS '- City of Newport Beach h _ (Name of owner, construction lender or public officer) 3300 Newport Boulevard, Newport Beach, CA 92663 -3884 (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant. HOLDER OF FUNDS. Gary Clark, dba Clark Enterprises, 1902 Holly Tree Lane, Santa Ana, CA 92705 (Name and address) has furnished or has agreed to furnish 1-abor and material (labor• services, equipment, materials) of the following kind painting « � � (general description of labor, services, equipment or materials) to or for___Dynamic Construction Inc. for the work improvement, located at, or known as: (name of person to or for whom furnished) Corporate Yard, 592 Superior Avenue, Newport Beach, CA (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is F 35, 102.00 The amount in value of that already done or furnished by claimant is $_35, 102.00 Claimant has been paid the sum of $--3l , 544.11 , and there remains due and unpaid the sum of $ 3 , 557.89 plus interest thereon at the rate of per cent per annum from_ , 19 —. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. CLARK ENTERPRISES Dated:--_. —April 3, 1985 �- Name,of Claimant Gary Clark, Owner 1902 Holly Tree Lane Santa Ana, CA 92705 Address of Claimant O STATE OF CALIFORNIA COUNTY OF. orange a ,� yo �v Gary Clark being duly sworn, deposes and says: That —he is the person(s) who signed the foregoing Stop Notice: that .,he has read the same and knows the contents thereof to be true of h is own knowledge, except as to any matters or things that may therein be stated on h is information and belief and as to those matters and things _he believes them to be true. Gary Clark Subscribed and sworn to before me r this 3rd day of Apr i l 19 85 ^AI. /IN Notary Public and in aadfor said State E. Naomi Bobzin This standard farm coven wort usual pmblmns In the field Indicated. J a i you Id H, fill I. all blanb, STOP NOTICE and make changes proper to your transaction, Consult a lawyer if you doubt the fowl f fiwess for you, puspow. WOLCOTTS FORM 1194-11 2 -73 ��''�i.x =,�yx _... ', r L 1 \1 J,% �'� kEcvwEh a � 8 } B'J1lDING� Release f 1�p 1- O'SEcna 9 JUN�I 21994 ra:" OF �lI TO: City of Newport Beach Construction Lender (or parr. with whmn Stop Notice was jded) 3360 Newport Blvd., Newport Beach, CA Addre.rr Ycu are hereby notified that the undersigned c'aimant releases th_tt certain Stop Nctice dated— 31 —R4 , in the amount of$ _ $4,213.00 against City as owner or public body and Dynamic Construction, Inc. as prime contractor in connection with the work of improvement known as Corpor1,tion Yarn,_ 592 Superior Avenue, Newport Beach._ �7gmtratt #22RA _ in thcCity of _New ort Beach —,County of Oran &e Date 6 -8 -84 , State of California. NameoCClaimant AN 7G— JOIIPISON COMPANY (7 n Name; By Ba VERIFICATION (OJJiciul Capuci( ) 1, the undersigned, state :I am the Assista,Ett Secret_arwy „of ANNII�G— JOHNSON CO _ 1'.' Pre,eident u '.'' . 4 Partner u ,'O�rneruJ” arc) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know t to contents thereof, and l certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the Slate of California that the foregoing is true and correct, Executed on June 11 _,19 84 a City nf Inr9ustry California. hjA� iSigua(urrgr AlauruutorAudrorrsrdRgent) Date 121.- - C(WiES SENTTQ i7 Mayor o Councilmen D mtorn er ttorey O Bidg. Dir, O Gen"ery Dir. OP8 &RDir. • Pianning Dir. • P ce hiet . Dir her 4tA� u1 r3 i, i , WCA FORAI5 (RE'/. 3 -93) 5ri4 PMATERIAL RELEASP Dal 6 6 CO'd TO WHOM IT MAY CONCERN: a C% C � ❑00❑❑0 ❑ For a valuable consideration the undersigned. ------ the property at --- C= --- the City of Pebruary California, from any liability for lien for all materials delivered by it, to or from that said C-' - D- -,:) 3 FEB 22 1 48 IN t- hereb es vii} n VLV -yj.Ew • '1171 ....... ... account of ----------- Dynamic ...... ------- ------ ......... - ---- -------- to this date. This release is conditioned upon the clearance by the bank upon which it is drawn, of the check received in payment for the above mentioned materials. FULL & FINAL RELEASE Balance Due -0-- WOLCOTTS FORM 751E Hertz Equipment Rental FIRM NAME 2649 W. First Street Santa Ana, Ca 92703 MIT Sy N Z 13250 TEMPLE AVENUE, P. O. BOX 1228, INDUSTRY, CA 91749 (818) 369-7131 January 31, 1984 Fidelity & Deposit Company of Maryland iN I Wilshire Blvd, Los Angeles, Ca 90017 Re: Dynamic Construction, Inc. Corporation Yard, City of Newport Beach, Ca Bond no. 6069726S Gentlemen: Attached is a copy of a Stop Notice filed by our company on the above project. This is to inform you of our claim against the above payment bond and of our intention to file suit on the bond. Very truly yours, ANNING7 JOAN $CIN COMPANY Robert If, Beal Vice President RIIB/caf & encl. CAC. 4 Mir cc: Dynamic Construction, Inc. City of Newport Beach, Ca I Li ANCHORAGE • ATLANTA • CHICAGO • INDIANAPOLIS • KNOXVILLE • LOS ANGELES NEW ORLEANS • ORLANDO • SAN FRANCISCO • SEATTLE • WASHINGTON, D.C. NOTICE TO City of Newp Beach • (Name of Public Body or Lender) 3360 Newport Blvd., Newport Beach Ca 92663 (Address) (If Public Job —file with office of controller, auditor, or other public disbursing of icer whose duty it is to make payments under provisions of the contract.) (If Private Job— file with responsible off icer or person at office or branch of construction lender ahinihi..,feril;f&0c construction funds.) d Prime Contractor: Dynamic Construction, Inc Sub Contractor (if Any) Anning– Johnson Conipan Owner or Public Body: City of Newport Beach Newport Beach, California Improvement known as Corporation Yard, 592 Superior Ave. Newport Beach. Ca (Name mid address of project or work of imprownient) Contract no. 2236 in the City of Newport Beach County of Orange State of California. Anning– Johnson Company claimant, Cnrhnr• t,nn (claimant) ti (Corporation /Partnership /Sole Proprielorship) furn ished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is Dynamic Construction, Inc (Name oJSubcoatractor/Coruractor /owner - Builder) 2111 So. Standard, Santa Ana. California The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was Metal Deckinn and Insulating Concrete (describe in derail) Total value of labor, service, equipment or materials agreed to be furnished .............$ 35,668.00 Total value of labor, service, equipment or materials actually furnished is ...............$ –0– Credit for materials returned, if an $ –0– Amount paid on account, if any ...... ................ .... ........ ................ S 31,455.00 Amount due afterdeductingalljustcredits and offsets ......... ......................$ 4.213.00 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 4,213.00as provided in Sections 3156 through 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided bylaw. Abond is not attached .(Bondrequiredonprivatejobs —not on public jobs.) (is /is not) Date Name ofClaiutapt' – ' ng / j �2 (l igt NNme Robert II., Beal. Vice President. (01iiciol Capacity) VERIFICATION I, the undersigned, state: I ant the Vice President of Ann. nf,– .Jolmson Company ( "agent of ", " president of', "a pu rtner of', "owner of', etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on January 31 California. ii BICA FORM (491,A&3) bM 19 83 at Industry (Signature of Gaimmu orAudtorizedAgeni) STOP NOTICE CE TO WITHHOLD TO HOLDER OF FUNDS TO: City Clerk's Office, City of Newport Beach (Name of owner, construction lender or public officer) 3300 Newport Blvd., Newport Beach, Ca 92663 (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, ,HOLDER OF FUNDS. Hertz EQuipment Rental, 2649 W. First St., Santa Ana, Ca 92703 (Name and address) has furnished or has agreed to furnish equipment of the following to or for (labor, services, equipment, materials) scissor lift (general description of labor, services, equipment or materials) Construction (name of person to or for whom furnished) for the work improvement, located at, or known as: Corp Yard — 592 Superior, Newport Beach, Ca (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 1,484.00 The amount in value of that already done or furnished by claimant is $ 1, 484.00 Claimant has been paid the sum of $ 0 , and there remains due and unpaid the sum of $ 1,484.00 plus interest thereon at the rate of 7 per cent per annum from November 19 83 YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. 1 February /1984 STATE OF CALIFORNIA j! Orange —) ss. COUNTY OF g ) Hertz Equipment Rental Name of Claimant 2649 W. First St_, SAnta Ana, Ca Address of Claimant Myrna Canfield (Assistant Credit Manager) _ , being duly sworn, deposes and says: That she is the person(s) who signed the foregoing Stop Notice; that s he has read the same and knows the contents thereof to be true of In er own knowledsge, except as to any matters or things that may therein be stated on h er information and belief and as to those matters and things _he believes them to be true. Subscribed and sworn to before me this_ _L. -- __.day STOP NOTICE WOICOTTS FORM BYO —Rau. 2 -73 19� My -fna Canfield,YAssistant Credit Manager) TLb rhodard farm coven moat MuA probbemr, fn We meld Indreated. lacfom you rlgel road R, 1111 to .11 blew, and make chanQq prayer to yom tnraM.tloo, Camrult . lawyer if you doubt the form s !Rama for Your Arrvoee. r, __:. -... S_..., . 1 _ , being duly sworn, deposes and says: That she is the person(s) who signed the foregoing Stop Notice; that s he has read the same and knows the contents thereof to be true of In er own knowledsge, except as to any matters or things that may therein be stated on h er information and belief and as to those matters and things _he believes them to be true. Subscribed and sworn to before me this_ _L. -- __.day STOP NOTICE WOICOTTS FORM BYO —Rau. 2 -73 19� My -fna Canfield,YAssistant Credit Manager) TLb rhodard farm coven moat MuA probbemr, fn We meld Indreated. lacfom you rlgel road R, 1111 to .11 blew, and make chanQq prayer to yom tnraM.tloo, Camrult . lawyer if you doubt the form s !Rama for Your Arrvoee. • 0 /ITTXT rNT` ATT` V V r"f'%"rT "T` A /1T T DATE: April 28, 1982 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. 2236 Description of Contract at the Corporation Yard urriur yr me vrir ui.n a (714) 640 -2251 Phaco T anA TT TmnrnvPmPntS Effective date of Contract April 28, 1982 Authorized by Resolution No. Min_Art_, adopted on Apr. 12, 1982 Contract with Dynamic Construction Corp. Address 2111 South Standard Santa Ana, CA 92707 Amount of Contract $2,426,000.00 Wanda E. Andersen City Clerk WEA: jr City Hall • 3300 Newport Boulevard, Newport Beach, Cali[omia 92663 STATE COMPENSATION I NI S U R A fM C E FUND April 26, 1982 is • P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 CERTIFICATE OF WORKER'S COMPENSATION INSURANCE City of Newport Beach Building & Safety Department P.O. Box 1768 3300 Newport Boulevard Newport Beach, California 92663 -3884 Attention: Ben Noland T' d�'L POLICY NUMBER: 614241-82 CERTIFICATE EXPIRES: 10 /]_/82 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN 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 policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. EMPLOYER Dynamic Construction, 2111 South Standard Santa Ana, California SCIF FORM 262A IREV. 12 8% Inc, 92707 PRESIDENT ALL OPERATIONS CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until x_]_,00 AM on the 10th day of March , 1982, at which time sucE b s shall be opened and rear ' PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD Title of Project ' 2236 Contract No. • • • j. Approved by the City Council this 25th day of January , 1982. ' anda E. Andersen City Clerk ' Prospective bidders may obtain one set of bid .documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Kenneth L. Perry at 640 -2281. Project Engineer 1 PR la CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD CONTRACT NO. 2236 PROPOSAL Tithe Honorable City Council C�y of Newport Beach 3300 Newport Boulevard Pt Box 1768 N port Beach, CA 92663 -3884 Gentlemen: Iundersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees t furnish all labor, materials, equipment, transportation, and services to do all the work r�uired to complete Contract No. 2236 in accordance with the Plans (Drawing No. B- 5077 -S consisting of 115 sheets), the City's Standard Specifications, Standard Special Provisions apd Drawings, and these Special Provisions; and that he will take in full payment therefor 01 following unit prices for each item, complete in place, to wit: UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1. Lump Sum Clear and grub, for the lump sum price of Ten Thousand Dollars and No Cents $ 10,000.00 2. Lump Sum Demolish and dispose of existing buildings, materials bins, pavement, trees, vegetation, and other mater- ials, for the lump sum price of Thirty Thousand Dollars and No Cents $ 30,000.00 Lump Sum Earthwork and mass excavation, approximately 14,300 cubic yards, for the lump ' sum price of Ten Thousand Dollars and No Cents $ 10,000.00 J • . PR lb IurE M QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Export and dispose of off -site approxi- mately 3,730 cubic yards of rubbish, for the lump sum price of Twenty -five Thousand Dollars and ' No Cents $ 25,000-00 5. Lump Sum Grading and compaction, for the lump ' sum of Twenty Thousand Dollars and No Cents $ 20,000.00 Lump Sum Construct masonry retaining walls shown on Sheet SS3, for the lump sum price of Seventeen Thousand Dollars and No Cents $17.000.00 '. Lump Sum Construct open materials storage bins, for the lump sum price of Sixty Thousand Dollars and No Cents $60,000.00 ,. Lump Sum Construct chain link fence along south property line, for the lump sum price of ' Three Thousand Dollars and No Cents $ 3.000.00 �. Lump Sum Construct fenced open storage areas for the lump sum price of Three Thousand Dollars and ' No Cents $ 3,000.00 1_ • T T IN WORDS BILDINGS 10. Lump Sum Construct Administration Building "A" I complete in place, including built -in equipment, for the lump sum price of PR 1 c PRICE PRI i Two Hundred Eighty Thousand Dollars and No Cents $ 280,000.00 Lump Sum Construct shops Building "B" complete in place, including dust collector, complete in place, for the lump sum ' price of Two Hundred Forty Thousand Dollars and No Cents $ 240,000.00 12. Lump Sum Construct automotive shops Building "D ", complete in place, including build -in shop equipment; sand and grease trap; waste oil storage tank; and 20' -wide P.C.C. slabs outside of building, for the lump sum price of Nine Hundred Twenty -one Thousand Six- Hundred Eighty -nine Dollars and No Cents $ 921,689.00 Lump Sum Construct covered storage Building "E ", complete in place, for the lump sum price of One Hundred Twenty Thousand Dollars and No Cents $ 120,000.00 �. Lump Sum Construct covered storage Building "G ", complete in place, for the lump ' sum price of One Hundred Thirty Thousand Dollars and ' No Cents $ 130,000.00 15. Lump Sum Construct shops and office Building "K ", complete in place, for the lump sum price of ' One Hundred Ten Thousand Dollars and No Cents $ 110,000.00 i EL STATION 6. Lump Sum 1 -SITE UTILITIES 17. Lump Sum 18, Lump Sum T9. t 1 20. 1 1 21 1 [1 i1 ,1 Lump Sum Lump Sum 0 Construct fuel station, complete in place, including structures, pumps, and under- ground tanks, for the lump sum price of Eighty Thousand Dollars and Nn Cents Construct site water system, including mains, valves, fire hydrants, and water lines to planters, for the lump sum price of Twenty -five Thousand Dollars and No Cents Construct on -site sewer system, in- cluding mains, encasement, manholes, cleanouts, for the lump sum price of Fifteen Thousand Dollars and No Cents Construct on -site gas distribution system, for the lump sum price of Five Thousand Dollars and No Cents Construct on -site air distribution system, for the lump sum price of Three Thousand Dollars and No Cents Lump Sum Construct new main electrical service and site distribution system, includ- ing connection costs, for the lump sum price of Sixty Thousand Dollars and No Cents PR Id $ 80.000.00 $ 25,000.000 $ 15,000.00 $ 5,000.00 $ 3,000.00 $ 60,000.00 • • PR le �I M QUANTITY ITEM DESCRIPTION UNIT TOTAL . AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Construct area lighting system, for the lump sum price of Eight Thousand Dollars and No Cents $ 8,000.00 Lump Sum Construct underground conduit system for communications, for the lump sum price of I] SIE IMPROVEMENTS I. Lump Sum i • 155 Linear Feet 1 r 26 r 1,090 Linear Feet 1 �. 3,412 Square Feet r I , 1 r Fourteen Thousand Dollars and No Cents Construct masonry trash enclosure, garden walls, and gates shown on Sheet AA1, for the lump sum price of Sixteen Thousand Dollars and No Cents Construct Type A curb and gutter, for the unit price of Six Dollars and Seventy -five Cents $ 6.75 $ 1,046.25 Per Linear Foot Construct Type B curb, for the unit price of Five Dollars and Seventy -five Cents $ 5.75 $ 6,267.50 Per Linear Foot Construct 4" -thick P.C.C. sidewalk over C.N.M. for the unit price of One Dollars and Fifty Cents $ 1.50 $ 5,118.00 Per Square Foot . � PR if I M QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE j 3,555 Construct 6" minimum thickness P.C.C. Square Feet pavement, over 4" A.B.,for the unit price of ' Two Dollars and Forty -five Cents $ 2.45 $ 8,709.75 Per Square Foot 29. 4,090 Construct 3' -wide P.C.C. gutter Square Feet over 4" A.B., for the unit price of Two Dollars and Fiffy -five Cents $ 2.55 $ 10.429.50 Per Square Foot �. Lump Sum Construct drainage structures north of Building "E ", for the lump sum price of Three Thousand Dollars and ' No Cents $ 3,000.00 31. Lump Sum Construct drainage system north of . materials bins, for the lump sum price ' of Four Thousand Dollars and No Cents $ 4,000.00 �. Lump Sum Construct A.C. gutters behind retaining wall and east of Building "D ", and A.C. berm east of Buildings "D" and "E ", . ' for the lump sum price of Four Thousand Dollars and No Cents $ 4,000.00 33. 136,000 Construct 3" A.C. pavement over 4" A.B. Square Feet outside of buildings, for the unit price of No Dollars and Eighty- -five Cents $ 0.85 $115,600.00 Per Square Foot I 1 0 ! T �4 9,600 Construct I," A.C. pavement over exist- ing pavement or C.N.M., for the unit price of No Dollars and Forty Cents ' Per Square Foot 35. Lump Sum Stripe parking lot, for the lump sum price of Three Hundred Dollars and No Cents 36. Lump Sum Furnish and install four electrical gate openers, for the lump sum price of Eighteen Thousand Dollars and No Cents LIRE PROTECTION 37. Lump Sum Construct private fire service for the lump sum price of Fifteen Thousand Dollars and No Cents 38. Lump Sum Design, furnish, and install fire sprinkler system in Building "B ", complete in place, for the lump sum price of Six Thousand Dollars and No Cents 19. Lump Sum Design, furnish, and install fire sprinkler system in Building "D ", complete in place, for the lump sum price of Thirteen Thousand Dollars and No Cents I i i1 PR 1g I PRICE PRICE $ 0.40 $ 3,840.00 $ 300.00 $18,000.00 $15,000.00 $ 6,000.00 $13,000.00 TICCI yuni'll III 11U1I UEJVRlrllull NO. AND UNIT UNIT PRICE WRITTEN IN WORDS Lump Sum Design, furnish, and install fire sprinkler system in Building I'E11, complete in place, for the lump sum price of Six Thousand Dollars and ' No Cents TAL PRICE WRITTEN IN WORDS: ITEMS 1 -40 INCLUSIVE) e Two Millis No 315099 Contractor's Lic March 31, 1982 to 549 -7571 Bidder's Telephone Number I i i Ii 1 I� 1 91 assitication PR lh $ 6,000.00 Dollars and Cents $ 2,426,000.00 DYNAMIC CONSTRUCTION INC. Bidder S /Walter K. Beeson, President Authorized Signature /Title 2111 S. Standard Santa Ana. CA 92707 Bidder's Address ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' ADDENDUM NO. 1 (Extended Bid Date) PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD CONTRACT NO. 2236 ' NOTICE TO BIDDERS: Sealed bids may be received at the office of the City Clerk, ' 3300 Newport Boulevard, Newport Beach, California 92663, until 2:30 P.M. on the 31st day of March, 1982, at which time such bids shall be opened and read. ' This bid opening date supersedes the March 10, 1982, bid opening date prescribed in the NOTICE INVITING BIDS. Please sign and date this addendum, and attach it to your bid proposal. - r - X4 ' Benjamin B. Nolan Public Works Director ' I have carefully examined Addendum No. 1. ' DYNAMIC CONSTRUCTION INC. Bidder's Name ' March 31, 1982 S /Walter K. Beeson President Date ZAuthorized Signature I , i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 MARCH 17, 1982 PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD ' CONTRACT NO. 2236 ' BIDDERS shall propose to complete Contract No. 2236 in accordance with the contract documents, the Proposal, the Plans, the Specifications; and as modified by Addendum No. 1 and this Addendum No. 2. I. Sheets Nos. 11 and 88 of the drawings (labeled C -6 and D -1) have been revised. Sheets 11 and 88 as revised and dated March 17, 1982, are hereby made a part ' of this Addendum No. 2. A. The modifications to Sheets 11 and 88 include, but are not limited to, the ' construction of a looped 8- inch - diameter asbestos cement pipe water line connected at one end to an existing 12 -inch ACP water main in Superior Avenue, and at the other end to an existing 14 -inch mortar lines concrete coated steel pipe water line located in Industrial Way; plus changes in the size and location of other on -site water, gas, and sewer lines. B. 1. Site water lines of 2 inches in diameter or less are to be copper ' tubing, Type K. 2. Site water lines larger than 2 inches in diameter are to be asbes- tos cement pipe, Class 150, except as noted. 3. Fire service water lines outside of buildings shall be either asbestos cement water pipe, Class 150, or cast iron water pipe, Class 150. ' All fire service water lines inside of buildings, or less than five feet from buildings, shall be cast iron water pipe, Class 150. ' II. The first three sentences of Section IV of the Special Condition, "BID ITEMS WHICH THE CITY MAY ELECT TO OMIT FROM THE AWARD OF CONTRACT" are modified to read as follows: ' The intent of the City is to complete as much of the project as pos- sible with the funds available. All of the work to be done under PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD is included in the amount to be paid for Items 1 through 4 inclusive of the Proposal. If the total price bid for Items 1 through 40 inclusive of the Proposal exceeds the amount of funds available, the City reserves + t the right to delete one or more of the following major bid items from the award of the contract: 1 I.' Addendum No. 2- -Phase I and Ffiase II Improvements at the Corfration Yard ' Page 2 Item No. Description 7 Construct open materials storage bins I 8 Construct chain link fence along south property line 9 Construct fenced open storage areas , 10 Construct Administration Building "A" 16 Construct fuel station 35 Stripe parking lot ' III. The two underground gasoline storage tanks located north of the fuel stations shall each be of 12,500 gallons capacity. ' IV. The following clarification shall apply to products specified or shown on the plans or in the Specifications: , 1. Acoustical ceiling a. At exit corridors. Rooms 2 and 6 in Bldg. A and room 15 in Bldg. D: ' Armstrong "Classic Fire Guard" and "Chicago Metallic Fire Front 250 Snap- Grid" suspension system. ' b. All other areas: Armstrong "Classic Minaboard" and "Chicago Metallic 500 Snap- Grid" suspension system. 2. Roll up steel doors.. Chain operated doors by The Cookson Company with 20- gage No. 5-Slat and all required guides, brackets, etc. for complete func- tional door. Hood shall be fabricated from 18 -gage galvanized steel. Pro- vide bottom bar weather strip, hood baffle, and standard wool pile weather stripping at guides. 3. Exterior door hardware. Substitute H153 locksets for G51PD locksets wherever ' G51PD have been specified. 4. Change concrete block description from 6x8xl6 to 8x8xl6 at Bldg. K exterior ' elevations on Drawing No..K /A3. 5. Solid core wood doors called for on drawings shall be Cal -Wood Door Co.'s ' "Institutional Solid Core" model, at 1 3/4" thick, with lumber cores. Pro- vide 5" top rail with doors which are to be provided with closers. Provide Type I waterproof adhesive. Faces: 3 ply wood veneer with Cal Coat line , walnut finish. Prepare doors, in factory, to receive hardware specified. 6. Flooring a. Carpet: Walter Carpets "Executive Plaza" line over Olin Corporations's ' "Spec 2" "Omalon" pad. Glue to floor with adhesive approved by Olin Corporation. ' b. Sheet Vinyl: Armstrong "Montina" with integral 6- inch -high cove base. Provide aluminum edge trim at top of base. Miter edge trim at corners. ' Use leveling materials, adhesive and primer recommended by Armstrong. Install per manufacturer's recommendations. Provide solid cove wood backing at cove base. Addendum No. 2- -Phase I and Phase II Improvements at the Corporation Yard Page 3 ' 7. Hollow metal doors and frames. Ceco flush 1 3/4" "Imperial" with standard 18 -gage face sheets. Provide fixed grid louvers where called for on mechani- cal plans. "SF34" 16 -gage, double rabbet, perimeter welded joint type steel frames. Provide three standard masonry anchors at each jamb. Install doors ' and frames in compliance with manufacturer's recommendations. 8. Exterior aluminum windows. Kawneer Company, Inc. "Sealair Isolock" thermal windows. Provide Kawneer crank operator, locking handle assemblies, and ' pivot hinges for casement vents. Provide locking key assembly for projected windows. 9. Revise plumbing specification section 40..1.1.1, page 15B -24, to read: . . . transmission fluid assembly; one 614009 gear oil reel assembly; one reel mounting assembly consisting of one 614346 bracket, one 614342 bracket, and one pari 617170 end panels. ' 10. Change plumbing specification section number at fifth line of page 15B -24 to 40.1.1.2 from 40.1.1.1. Delete portion of this section, beginning at the seventh line of this section, which reads: ' . . . one 61571 ready light reel assembly; Revise line nine of this section to read: ' . . . reel mounting assembly as described in 40.1.1.1 above. 11. Delete portion of line ten of section 40.2.1 of plumbing specifications reading: . . , one 6151 ready light reel assembly; . 12. Revise second line of section 40.3 of plumbing specifications to read: 614232 -7 with 50 feet of 3/8" I.D. hose, . . . ' 13. Revise second line of section 40.4 of plumbing specifications to read: ' . . . 614323 -8 with 50 feet of 3/8" I.D. hose . . . 14. Construct Aro Corp. #615010 waste oil drain line shown on Drawing No. P5 so that the centerline of the outlet connection will be at elevation ' 80.95 feet. 15. Change engine oil supply line pipe to 2" from 1/2" at detail 2/P8 and floor ' plan on Drawing No. P5. 16. Change engine oil supply line pipe to 2" from 1/2" and delete 1/2" air ' line to oil storage tank at fuel island shown on Drawing No. P8. 17. Change to Aro 210 quick connection coupler from Hansen unit at floor plan on Drawing No. P5. Change to Aro 210 quick connection coupler from ' Grover #917 at detail 2/P9. i Addendum No. 2- -Phase I anlehase II Improvements at the Cooration Yard , Page 4 1/2" air line at 3/P7 and 2 -1/4" hydraulic lines at 2/P7. Change to 2" b. One to six parts by volume of portland cement to aggregate. , Perform 4 compression tests of lightweight concrete per ASTM C 495 -77a. Lightweight insulating concrete shall have a minimum 3" diameter by 6" cylinder strength of 140 pounds per square inch. , 24. Delete Section 8.3 of PLUMBING on page 15B -15 of the Specifications. 25. Section 3.2.2 of EQUIPMENT on 118 -3 of the Specifications shall be re- , vised to .read: At Industrial Way entrance: Access Controls, Inc., Model SL -40 ' operators with all components required for a complete function- ing system of two independently operable gates. Two operators and four Access Controls, Inc., Model KS -20 key switches on ' masonry fences at each side of gate opening. 26. Storm drain connector pipes shown on sheet 8 of the drawings , (labeled C -3) and located north of Bldg. E shall be 12 inches in diameter instead of 18 inches in diameter as shown on the drawing. [I , 18. Add 2 -2" hydraulic lines to plan view at details 3/P7 and 2/P7. Delete 1/2" air line at 3/P7 and 2 -1/4" hydraulic lines at 2/P7. Change to 2" hydraulic supply and return line from the 1 1/4" lines indicated on the , hydraulic lift motor note on the floor plan on Drawing No. P5. 19. Delete reference to rear posts.in equipment schedule on Drawing No. P9. , 20. Revise second line of section 3.1.4 of equipment specifications page 118 -3, to read: ' . . . Weaver models EC- 106 -3FS and EC -1060R electric -oil . . . 21. Provide corrosion protection for all components of hydraulic vehicle ' lifts in contact with soil. Protection shall be as required for pipe in section 20.9, page 15B -11, entitled "Pipe Wrapping" or equal as approved in writing by Engineer. ' 22. Sheet Metal: 24 -gage galvanized (1.25 oz. /sq. ft.} complying with ASTM A93 U.O.S. Conform with all requirements of "Manual for the Specifi- cation of Sheet Metal and Related Work" by the Sheet Metal Industry Fund of Los Angeles, California. Solder: Per ASTM B32. 23, Light weight insulating concrete at roof deck of Bldg. D: Aggregates ' shall be group I (vermiculite) conforming with ASTM C 332 -77a. Light- weight insulating concrete mix: a. Oven dry weight: 30 pounds per cubic foot. ' b. One to six parts by volume of portland cement to aggregate. , Perform 4 compression tests of lightweight concrete per ASTM C 495 -77a. Lightweight insulating concrete shall have a minimum 3" diameter by 6" cylinder strength of 140 pounds per square inch. , 24. Delete Section 8.3 of PLUMBING on page 15B -15 of the Specifications. 25. Section 3.2.2 of EQUIPMENT on 118 -3 of the Specifications shall be re- , vised to .read: At Industrial Way entrance: Access Controls, Inc., Model SL -40 ' operators with all components required for a complete function- ing system of two independently operable gates. Two operators and four Access Controls, Inc., Model KS -20 key switches on ' masonry fences at each side of gate opening. 26. Storm drain connector pipes shown on sheet 8 of the drawings , (labeled C -3) and located north of Bldg. E shall be 12 inches in diameter instead of 18 inches in diameter as shown on the drawing. [I I ' . • Benjamin B. Nolan Public Works Director ' KLP:jd I have carefully examined Addendum No. 2. 1 ' March 31, 1982 Date I ' i DYNAMIC CONSTRUCTION INC. Bidder's Name S /Walter K. Beeson Authorized Signature Addendum No. 2- -Phase I and Phase II Improvements at the Corporation Yard Page 5 27. Equipment lists shown on pages 114 and 115 of the drawings (labeled EQ -1 and EQ -2) are for the purpose of showing the location of equip- ' ment to be furnished by the Contractor as part of this contract and existing equipment presently owned by the City of Newport Beach. 28. Attention is called to the existi.ng shed which houses two air com- pressors and which is located at the northwest corner of the existing automotive shop building. The shed is shown on revised drawings Nos. 8 and 11. Before the site utilities serving Buildings A and B can be built, the Contractor must move the two air compressors at least five feet north; ' reconnect them; and protect them from the elements until such time as the 15 H.P. air compressor is relocated into Building D and put into ' service along with a new 25 H.P. air compressor to be supplied by the Contractor. Benjamin B. Nolan Public Works Director ' KLP:jd I have carefully examined Addendum No. 2. 1 ' March 31, 1982 Date I ' i DYNAMIC CONSTRUCTION INC. Bidder's Name S /Walter K. Beeson Authorized Signature r • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT rADDENDUM NO. 3 rMARCH 26, 1982 ' PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD CONTRACT NO. 2236 'r BIDDERS shall propose to complete Contract No. 2236 in accordance with r the contract documents, the Proposal, the Plans, the Specifications; and as modified by Addendum No. 1, Addendum No. 2; and this Addendum No. 3. ' 1. Change the last sentence of Section 2.12 on page 22 -4 of the earthwork specifica- tions to read: r"Cost of field density tests shall be paid for by the owner." r r Benjamin B. Nolan rPublic Works Director b" .'Kennet L" Perr CL y y Project Engineer rKLP:jd rDYNAMIC CONSTRUCTION INC. S /Walter K. Beeson, President March 31, 1982 !r I t• • Page 2 IINSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1 11 I L I I I The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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 dis- crepancy 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 or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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 con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 315099 B Contr's Lic. No. & Classification DYNAMIC CONSTRUCTION INC. idder March 31 1952 S /Walter K. Beeson, President Date Authorized Signature /Title 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% 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 bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. 1 11 I L I I I The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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 dis- crepancy 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 or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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 con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 315099 B Contr's Lic. No. & Classification DYNAMIC CONSTRUCTION INC. idder March 31 1952 S /Walter K. Beeson, President Date Authorized Signature /Title ' • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed ' subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. ' No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address ' 14181 Linnetta Drive I.Grading & Demolition PIPEN GRADING & PAVING Sunnymead, CA 92388 932 Town & Country Road 2.A.C. Paving ALL AMERICAN ASPHALT Orange, CA 92668 Box 3. Masonry PICOLLI CONSTRUCTION Fontana, CA ' 19826 S. Alameda ree 4.Str. & Misc. Steel BUCKEYE METAL Compton, Ca 90220 Mc Fadden Avenue 5-Roofing C & D ROOFING Huntington Beach, CA92647 210 A Calle De LOS -o inns 6.Glass & Alum. Sash NOVA GLASS San Clemente, CA 115315 L. Edinger Ave. Un i ' 7. Painting CLARK & JOHNSON Santa Ana, CA Last ree 8. Equipment G.W. MAINTENANCE, INC. Santa Ana, CA ' 1925 Cedar Creek Circle 9. Fire Sprinklers ABLE AUTO. FIRE SPRINKLERr.naheim, CA 92807 2881 E. blue Star 10. M.A.C. COUTS HTG. & COOLIirG Anaheim, CA 92806 t is et rive 11. Plumbing PAUL H. NEAL CO. Upland, CA SUTCLIFFE ELECTRIC 2111 S. Standard ' 12. Electrical DYNAMIC CONSTRUCTION, //INC. Santa Ana, CA 92707 ' V iYNGNi� Ci /37E� /C %Ort X C . Bidder ' Authorized Signature /Title 11112200 Western Avenue 1 13. Metal Decking WESCO ENGR. & CONST. Stanton, CA. 14332 Chambers Road 14. Roll -up Doors OVERHEAD DOOR CO. Tustin, CA 92680 ' 5323 Alhambra Avenue 15. Ceramic Tile J. COLVIN & SON, INC. Los Angeles, CA 90032 1, I1 I IJ i I I 1 I FO.RIGINAL SEE CITY CLERK'S FILE •'Y Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, DYNAMIC CONSTRUCTION , as bidder, • • 1 X11 1 '1 lu "� 1 u:: ��1 ' and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Amount Bid Dollars ($10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORAT Title of Protect YARD 2236 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day of March , 1982. (Attach acknowledgement of Attorney -in -Fact) S /Sandra L. Geddis, Notary Public Commission Expires August 23, 1985 DYNAMIC CONSTRUCTION INC. Bidder S /Walter K. Beeson, President Authorized Signature /Title FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety By S /Edward W. Griffith Title Attorney in Fact I F Ll F 1 II 1 1 9 NON- COLLUSION AFFIDAVIT 0 Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 30th day of March 1982 . My commission expires: August 23, 1985 DYNAMIC CONSTRUCTION CORP. S /Walter K. Beeson, President Authorized Signature /Title S /Sandra L. Geddis Notary Public ' 9 0 Page 6 ' STATEMENT OF FINANCIAL RESPONSIBILITY ' The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if ' the undersigned is the apparent low bidder. Financial statement reviewed by Public Works Director on April 6, 1982. DYNAMIC CONSTRUCTION INC.' Bidder S /Walter K. Beeson President Authorized Signature /Title i� ' • . Page 7 iTECHNICAL ABILITY AND EXPERIENCE REFERENCES ' 1979 City of Westminister Guy Brown 898 -3311 Fire Station. 6.500 s.f.. block walls. wood roof. fuel island. concrete parking lot and ' site work DYNAMIC CONSTRUCTION INC. ' S /Walter K. Beeson, President ' Authorized Signature /Title The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. ' 1982 City of San Clemente Jim Lawson 492 -4210 Library /Senior Center, 14,000 s.f. bldg., wood frame and stucco, site work (storm drains, retaining walls, ' parking lot etc. 1982 Oscar Krinsky Oscar Krinsky 213 435 -7962 ' Commercial Center, 21,000 s.f. bldg., wood frame, stucco and wood exterior ' 1981 City of Fullerton Ted Alacron 738 -6845 ' Senior Center, 10,000 s.f. bldg., masonry ext. steel and wood roof structure site work (landscaping, irrigation, parking lot) 1980 County of Orange Evan Krewson 834 -5919 ' Fire Station 6,000 s.f. , wood frame stucco ext., fuel island, parking and site develop- ' 1979 City of Westminister Guy Brown 898 -3311 Fire Station. 6.500 s.f.. block walls. wood roof. fuel island. concrete parking lot and ' site work DYNAMIC CONSTRUCTION INC. ' S /Walter K. Beeson, President ' Authorized Signature /Title ' • Page 8 ' NOTICE ' The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a 1 letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) ' CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in ' accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property- Casualty. Coverages shall be provided fora 1 TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall ' include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. 1] ' . Page 9 BOND NUMBER: PAYMENT BOND 6069268 ' KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 12 1982 has awarded to DYNAMIC CONSTRUCTION INC. hereinafter designated as the "Principal ", a contract for PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD C -2236 in the City of Newport Beach, in strict conformity with the Drawings and Specifications ,and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, 1 provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We hYNAMTC CMURIIUMN TNC as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWO M11 LION FOUR HUNDRED TWENTY SIX TH(LSANn ------------- Dollars ($ 9_x,000.00----- - said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. 'THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified 'in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon I • Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the -90 day of —,40e16 , 19 C"?Z, . �YiV4riiC G�0ruSy.F:C/c O.cl�ivt'(SeaI Name of Contractor Principal /I /4� ILZ-1,� 24-�r Authorized Signature and Title ' Authorized Signature and Title FIDELITY AND DEPOSIT COMP :M OF MARYL. "l) Name of Surety ONE WILSHIRE BL'J .. LOS ANGELES CALIF_ 90017 Ad .ress of Surety ,G'�LLTZL -c �' • .�.4,'I Approved as to form: Signature andTitld Of Authorized Agent • Edward W. Griffith, Attorney in Face jf rr,c� . ' , Santa Ana, Ca I 1 City A torney —T' (714) 953 -9521 Telephone No. of Agent LJ I , a ` /»/ e wa� . S fa CZ / \�\/ \ ƒ/ § / / - ®4 \�` � i ' Power of Attorney • FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' HOME OFRCS lA1TIMORf, MO. KNOW ALL .l'IEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora - tion of the State of Maryland, by C. M. PECOT, dR. , Vice- President, and C. W. ROBBINS ' Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice- Presidents, or any one of the additional Vice - Presidents specially authorized ' so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vic ,Presidents, Assistant Vice-Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, oc to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ' menu which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Edward W. Griffith of Newport Beach, Califo ' t rue and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings ..... ................. 1 I n t e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Edward W. Griffith, dated August 16, 1976- The said Assistant Secretary dues hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and 'u now in force. IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY of \IARYLASD, this ......... .... ..---- ...... .., A.D. t9-A---- ,YO et, Zi,A ,x ri AITEST: t�JrEAt1. �S FIDELITY AND DEPOSIT COMPANY OF ,MARYLAND Aaittant Seaefary STATE OF h'IARYtaVD Viro-Pretutrnl CITY OP BALTIMORE , Sa. On this 20th day of April A.D. 19 78 before the subscriber, a Notary Public of the State of Mar land, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLA5M. to me per5onallykncwm to be the individuals and officers; described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said office" of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and chat the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TEMmoNY WaRREor. I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. 3A h DrAgy Ja; Notary Public Commission ExpiresJUly..1r...19Ts - ;. ... ..... CERTIFIC,kTE 1, the undersigned. Assistanf5ectetary' of the FIDELITY A.VD DEPOSIT COMPANY OP :IARKAND, d0 hereby Cer[!fy that the original Powerof Attorney of which the foregoing is a full, trueard correct copy, is in full ferceand effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe- cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF NIARYLA.VD. This Certificate may be signed by facsimile underand by authority of the following resolution of the Board of Directors of the FtnEurY AND DEPOSIT COMPANY OF NIARI-LANO at a meeting duly called and held on the 16th day of July, 1962. RESOLVED; "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TEsTtxoNY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this i ..-. ' • Page 11 BOND NUMBER: 6069268 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That ' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 12, 1982, ' has awarded to DYNAMIC CONSTRUCTION INC. hereinafter designated as the "Principal ", a contract for IPHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD (C -2236) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; I WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, DYNAMIC CONSTRUCTION INC. ' as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWO MILLION FOUR HUNDRED TWENTY SIX THOUSAND -------- - - - --- Dollars ($2,426,000.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the ' work to be performed thereunder or to the specifications accompanying the same shall in any wise affect.its obligations on this bond, and it does hereby waive notice _ N n� - rs � C• T Y C � � N (Ny N m N P > b w � O 4 w w " E n o e � a m m � x � O M � G � =' w Ti n a rT O O O N 's7 At7 t7 t' O y (D a � z d � d N � � Q O r H � n O (C � z ° K � o a � � a E K x ❑ e � G � o � v O Y M eT � s O• a M m ro n w C4 T1 Z S rt S O !n :J 00 N [rJ O n �1 z 9 H r o O z O S d Ia N N ' • ` Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. iIn 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 Principal and Surety above named, on the 61e day of xof /e lg B-Z �'JSHgi1iC �i✓.S4 (Seal } Name of Contractor (Principal) Authorized Signature and Title 1 Authorized Signature and Title I I FIDELITY AND DEPOSIT COMPANY OF MARYLANfSeal) Name of Surety ONE WILSHIRE BLVD., LOS ANGELES, CALIF. 90017 Address of Surety 1 Si gnat r TT e o Edgwa4l�. YrPit At thorize A ent in acct ., orney Approved as to form: �G )/ �y�,, /gyp 1800 E. 16th St., Santa Address of Agent Ana, Calif. 92701 City Attorney " /"` �i (.714) 953 -9521 Telephone No. of Agent I I ' • Power of Attorney • FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' HOME OFFICE, WnMORF. MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by C. M. PECOT, JR. , Vice- President, and C. W. ROBBINS , ' Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized ' so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persona to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ments which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Edward W. Griffith of Newport Beach, Californi ' I rue and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf • as surety, and as its act and deed: any and all bonds and undertakings .............. 1 I 1 U A-5-cl-fFe-execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Edward W. Griffith, dated August 16, 1976. The said Assistant Secretary dues hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this .— .... -- ................day of ..... .............AiWi1.............. ........ A.D. 19.1a.. De y J as otPO ATTEST: � SEAL i} s� FIDELITY AND DEPOSIT COMPANY OF MARYLAND ....... ---- C-�..f�......_ Assistant Secretary By- --- - - -..` t.."-...... STATE OF MARYLAND )) as Vice- Pr <rtirenl CITY OF BALTIMORE J On this 20th day of April A. D. 19 7$ before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personallyknown to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and mith, that they are the said officen of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. fd= Notary Public Commission LxpireslAly..1,...2973 -., I oi.E'c.. CERTIFICATE 1, the undersigned. Assistant "5icretary of the FIDELITY AND DEPOSIT COMPANY of MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe- cially authorized b}' the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969, RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be "valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19.......... 'City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED • CERTIFICATE OF INSURANCE • Page 13 ' Company A Letter Ohio Casualty Company Company B Letter_ West American Insurance Company Company C Letter mpany D Company E Letter is is to certify that policies of insurance listed below have been issued to the insured named ove and are in force at this time, including attached endorsement(s). MPANY TYPES OF INSURANCE Policy Policy Exp. LIMITS OF LIABILITY IN THOUSANDS 000 9. ro ucts/ L TTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Comprehensive Form Bodily Injury $ $ A x Premises - Operations x Explosion & Collapse Hazard x Underground Hazard MP031 7-21 -82 Property Damage $ $ — x Products /Completed Operations 9839 Bodily Injury Hazard Insurance and Property Damage Combined $ 500 $ 500 xContractual Broad Form Property Damage Independent Contractors Personal Injury Marine I Personal Injury $ 500 Aviation B AUTOMOTIVE LIABILITY ❑x Comprehensive Form ❑x Owned ACW948 7280 7 -21 -82 Bodily Injury (Each Person $ $ bodily Injury (Each Occurrence) Q Hired ❑x Non -owned Pro ert Dama e Boas Injury and Property Damage Combined $ 500 EXCESS LIABILITY C ® Umbrella Form ❑ Other than Umbrella Form (81) 487280 7 -21 -82 Bodily Injury and Property Damage Combined $ 1,000 $ 1,000 WORKERS' COMPENSATION Statutory ac Accident) and EMPLOYER'S LIABILITY NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed M with the attached City of Newport Beach Endorsements. CRNCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage ' shall provide 30 days' advance notice to the City of Newport Beach by registere mail, attention: Public Works Department. I Griffith /Sincock Insurance Brokers 8� t`l\2"V, Agency: 1800 E_ 16th Strppt, Santa Ana__ Cal_ 92701 Authors ed e res ative 4 -16 -82 Edward W. Griffith Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport 3elich by or on behalf of the named insured in connection with the following designated contract: Phase I and Phase II Im rovements at Cor oration Yard Contract No: 2236 Project Title and Contract Number IOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Z • 0 Page 14 ' CITY OF NEWPORT BEACH 'AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: ' 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in ' the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained ' by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: ' "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, with respect to the limits of the Insurance Company's liability." 'except 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate ' box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence ' Property Damage Liability $ each occurrence (X ) Single Limit ' Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability ' Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of ' any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. ' 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. ' 5. Designated Contract: PHASE I AND PHASE II IMPROVENENTS AT CORPORATION YARD Contract: Project Title and Contract No.). 'This endorsement is effective 4 -16 -82 at 12:01 A.M. and forms a part of Policy No.ACW9487280 ' Named Insured DYNAMIC CONSTRUCTION INC. Endorsement No. 1 Name of Insurance Company West American Ins. Co. Authorized Represent&tUe i I , • 0 Page 15 CITY OF NEWPORT BEACH ' COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. ' 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against ' whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 14. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard ' (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in ' paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ ---each occurrence ' Property Damage Liability $ _`__each occurrence ( ) Single Limit ' Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability ' Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this ' endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total ' liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. '6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department '7. Designated Contract: AND PHASE II IMPROVEMENTS AT CORPORATION YARD Contract: Project Title and Contract No.y 22 This endorsement is effective .Policy No. MP0319839 4 -16 -82 at 12:01 A.M. and forms a part of Named Insured DYNAMIC CONSTRUCTION INC. Endorse ent No. 14 Name of Insurance Company Ohio Casualty Company By � ���.'�„ �J Authorized Repr en ive "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self- insurance before commencing any of the work." � /cy�i•GiYiC ����5'1 ' e Date Signature P >�a 11A NOTICE THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH fMUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY . ' AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING ' OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND ' COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. [1 • Page 16 ' CONTRACT THIS AGREEMENT, entered into this &iiday of el 19c�, by and between the CITY OF NEWPORT BEACH, hereinafter "Cit , and ' DYNAMIC CONSTRUCTION INC. hereinafter "Contractor, "is made with reference to the following facts: ' (a) City has heretofore advertised for bids for the following described public work: ' PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD 2236 Title of Project Contract No. ' (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set ' forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD 2236 ' Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Two Million Four Hundred Twenty-six Thousand and No Cents ($ ,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 obstruc- tions 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. 3. All of the respective rights and obligations of City and Contractor ' are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) C 1 11, i 1 1 1 11 i 1 .1 L' 1 i 1 CJ • (f) Plans and Special Provisions for PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD 2236 Title of Project Contract No. (g) This Contract. Page 17 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. :ATTEST: 1 City Clerk APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH By ZX4� Mayof Pro ., CITY DYNAMIC CONSTRUCTION INC. ntract BY i'iLeo. Its By Its CONTRACTOR e CITY OF NEWPORT BEACH CPUBLIC WORKS DEPARTMENT PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD 1 CONTRACT NO. 2236 r INDEX TO SPECIAL PROVISIONS Section Page 1 9 I. GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . 1 II. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . I l III. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. BID ITEMS WHICH THE CITY MAY ELECT TO OMIT ( FROM THE AWARD OF CONTRACT . . . . . .... . . . . . . . . . 2 V. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . 3 { VI. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . 3 VII. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . 3 �- VIII. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . 3 A. GENERAL LIABILITY . . . . . . . . . . . . . . . . . . . . 3 B. AUTOMOBILE LIABILITY . . . . . . . . . . . . . . . . . . 3 t IX. BRAND NAMES . . . . . . . . . . . . . . . . . . . . . . . . . 4 " X. STAGING OF THE WORK . . . . . . . . . . . . . . . . . . . . . 4 A. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. REQUIRED SEQUENCE OF CONSTRUCTION. . 4 C. STAGING. . . . . . . . . . . . . . . . . . . . . 4 D. CONSTRUCTION SCHEDULE. . . .. . . . . . . . . . . . . . 5 L E. PAYMENT FOR WORK WHICH MUST BE STAGED. . 5 r }L XI. SHOP DRAWINGS AND SAMPLES . . . . . . . . . . . . . . . . . . 6 A. SHOP DRAWINGS . . . . . . . . . . . . . . . . . . . . . . 6 B. SAMPLES . . . . . . . . . . . . . . . . . . . . . . . . . 6 LXII. TESTS AND INSPECTIONS . . . . . . . . . . . . . . . . . . . . 6 LXIII. EXISTING UTILITIES . . . . . ... . . . . . . . . . . . . . . 6 XIV. EXISTING SOILS REPORT . . . . . . . . . . . . . . . . . . . . 6 LXV. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . . 7 L i t t PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD INDEX [ TO SPECIAL PROVISIONS t (Cont'd) Section Page XVI. CLEANUP AND DISPOSAL . . . . . . . . . . . . . . . . . . . . 7 l A. DURING THE WORK . . . . . . . . . . . . . . . . . . . . . 7 B. FINAL CLEANUP . . . . . . . . . . . . . . . . . . . . . . 7 C. DISPOSAL . . . . . . . . . . . . . . . . . . . . . . . . 8 XVII. SERVICE MANUALS AND RECORD DRAWINGS . . . . . . . . . . . . . 8 { A. SERVICE MANUALS . . . . . . . . . ... . . . . . . . . . . 8 t B. RECORD DRAWINGS. : . 8 ( XVIII. GUARANTEES . . . . . . . . . . . . . . . . . . . . . . . . . 9 ( XIX. SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 XX. CONSTRUCTION LAYOUT AND STAKING . . . . . . . . . . . . . . . 9 XXI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 A. GENERAL. . . . . . . . . . . . . . . . . . . . . 9 B. MONTHLY PROGRESS PAYMENTS . . . . . . . . . . . . . . . . 9 C. PAYMENT QUANTITIES . . . . . . . . . . . . . . . . . . . 10 D. BID - ITEMS . . . . . . . . . . . . . . . . . . . . . . . . 10 L L L - LI 1 L [1 L • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD CONTRACT NO. 2236 I. GENERAL CONDITIONS SP 1 of 11 A. The Standard Specifications of the City of Newport Beach shall govern con- tractual relationships between the parties to this contract. The parties to this contract are the City of Newport Beach and the Contractor. II. ADMINISTRATION OF THE CONTRACT A. The Public Works Director of the City of Newport Beach shall administer this contract for the City. 1. Any place where the word "Architect" or Owner" appears in the specifica- tions, the work "Architect" or "Owner" shall be understood to refer to the Public Works Director of the City of Newport Beach or his authorized representative. 2. Any change order issued to the Contractor must be in writing and signed by the Public Works Director and the Contractor in order to be valid. III. SCOPE OF WORK A. The intent of the City of Newport Beach is, under this one contract, to con- struct Phase I and II of improvements to the Corporation Yard, while the normal activities at the Corporation Yard continue without interruption. This will require that the work be done in stages in order not to interfere with the continuous operation of the Corporation Yard. Work to be done under this contract includes demolition of buildings, car- ports, materials storage bins, trees, pavement and other site improvement; earthwork, including excavation and disposal of unsuitable rubbish fill; im- porting granular fill material; the construction of four masonry buildings, two steel frame lightweight storage buildings, a fuel station, open materials storage bins, fenced storage areas, site improvements, site utilities, fur- nishing and installing built -in shop equipment; and other appurtenant work needed to complete the project. The scope of work also includes the design, furnishing, and installation of a private fire service and fire sprinkler systems in three buildings. The Contractor will be required to hire a fire sprinkler company licensed by the State of California to design the systems, secure the necessary approval from L the Newport Beach Fire Department; and to protection system. furnish and install the entire fire The contract requires the completion of all the work in accordance with these L Special Provisions; the Plans (Drawing No. B- 5077 -5, consisting of 115 sheets); the Specifications; the City's Standard Special Provisions and Standard Drawings; and the Standard Specifications for Public Works Construction, L^ I I 0 SP 2 of 11 1979 Edition, including supplements to date. Copies of the Standard Speci- fications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawin s may be purchased at the Public Works Department office for 5 apiece. B. Included in the scope of the contract is the payment of all fees and the securing of all permits normally charged by governing public agencies; the payment of all connection charges normally charged by serving utilities; and the furnishing of all material, labor, and transportation necessary to complete the construction; except that the following fees normally charged f by the City of Newport Beach will be waived: 1} 1. Building excise tax fees. Il 2. Building and plan check fees normally charged for the account of I the General Fund, including plumbing, electrical, drywall, and I plastering permits. C. The following fees, if required, will be paid directly by the City: t 1. Fire and water service connection fees. 2. County Sanitation District connection fees. D. All other fees normally charged by the City must be paid by the Contractor. Included among fees that must be paid is: 1. Business license fees. LIV. BID ITEMS WHICH THE CITY MAY ELECT TO OMIT FROM THE AWARD OF CONTRACT The intent of the City is to complete as much of the project as possible with the funds available. All of the work to be done under Phase I and Phase II [; Improvements to rthe Corporation Yard is included in the amount to be paid for Items 1 through 37 inclusive of the Proposal. If the total price bid for Items 1 through 37 inclusive of the Proposal exceeds the amount of funds available, the City reserves the right to delete one or more of the following bid items from the award of the contract: Item No. Description 7 Construct open materials storage bins 8 Construct chain link fence along south property line 9 Construct fenced open storage areas L 10 Construct Administration Building "A" 16 Construct fuel station 35 Stripe parking lot l_ If the City exercises its option to delete one or more of the above - listed bid l items from the award of contract, the resolution awarding the contract will specify the bid items that are not to be included in the award of contract. L L_� { • SP 3 of 11 For the purpose of determining the lowest responsible bidder, the total price bid for Items 1 through 40 inclusive will be used. `` V. AWARD OF CONTRACT 1. The award of the contract, if it is awarded, will be made within 45 calendar days l after the opening of the bids. This provision supersedes Section 2 -1.1 of the l City's Standard Special Provisions. VI. TIME OF CONTRACT The date of the contract shall be the date that the contract is executed by the ` City. The contract shall be completed within 400 calendar days from the date of execu- tion of the contract by the City.. Ull . LIQUIDATED DAMAGES Liquidated damages at the rate of $100 per day will be assessed as per Section ` 6 -9 of the Standard Specifications. TII. LIABILITY INSURANCE Upon execution of the contract, the Contractor shall provide a certificate(s) of insurance showing that he has Liability Insurance coverage. At the same time, the Contractor shall provide the insurance endorsements on the forms pro- vided as part of the contract documents. The Liability Insurance coverage shall include each of the following types of insurance: A. GENERAL LIABILITY 1. Comprehensive Form 2. Premises- Operations 3. Explosion and Collapse Hazard 4, Underground Hazard 5. Products /Completed Operations Hazard r 6. Contractual Insurance L 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury 10. Marine B. AUTOMOBILE LIABILITY 1. Comprehensive Form 2. Owned 3. Hired 4. Non - Owned L L- I 1 • 0 SP 4 of 11 IX. BRAND NAMES Many materials and products have been specified in the Specifications by brand names and /or manufacturers' catalog numbers. The Contractor may substitute materials and products from other manufacturers for any material or product specified in these contract documents by brand name and /or manufacturers' cata- log numbers, subject to the material or product being substantially equal in t performance and quality, and subject to the prior written approval of the City. X. STAGING OF THE WORK 11 A. GENERAL 1. Construction of the Phase I and Phase II improvements at the Corporation Yard must not interfere with the operations conducted by the City at the yard. Existing buildings and facilities scheduled to be demolished may not be demolished until the uses presently occupying those buildings and facilities have been relocated into new facilities. 2. To meet the criteria of keeping the Corporation Yard operating continu- ously, the work to be done under this contract must be done in stages, and certain required sequences of construction must be followed. Other items of construction may be scheduled by the Contractor. B. REQUIRED SEQUENCE OF CONSTRUCTION ` 1. The existing automotive shop must be kept in operation until new lBuilding "D" is complete and operable. 2. The existing carpenter and sign shops located in the existing automo- tive shop building must be kept in operation until new Building "B" is complete and operable. { 3. The existing parking meter shop located in the existing automotive shop building-must be kept in operation until new Building "K" is complete and operable (if Building "K" is not deleted from the award of contract). L4. The existing shed and carport building located east of the existing automotive shop building must be kept in operation until new Building "G" is complete and operable. 5. The existing materials storage bins must be maintained until new open storage bins are completed. L6. The existing fenced open storage area for boats must be maintained until the new fenced open storage area is completed. LC. STAGING It is suggested that the contract work to be done under this contract be j grouped into stages as follows: - L 1. Stage 1 a. Clear and grub i b. Construct retaining wall L V• SP 5 of 11 L L L L L c. Demolish Utilities warehouse, lower warehouse and Parks Division cottage d. Construct Building "G" e. Construct Building "B" f. Construct Building "K" g. Construct utilities 2. Stage 2 a. Construct Building "D" b. Construct Building "E" c. Construct Building "A" d. Construct open materials bins e. Construct fenced open storage areas f. Construct fuel facility "F" 3. Stage 3 a. Demolish old automotive shops building b. Demolish old open materials bins c. Demolish old fenced open storage area d. Construct site improvements e. Final cleanup D. CONSTRUCTION SCHEDULE 1. The Contractor shall prepare a construction schedule which shall be approved by the City prior to the start of any work. 2. The construction schedule submitted by the Contractor shall allow the City the following periods of time to move from buildings or facilities scheduled to be demolished: a. One week to move material from the shed and carport building lo- cated east of the present automotive shop to Building "G" after Building "G" has been completed. b. One week to move the sign and carpenter shops from the present automotive shop building to Building "B" after Building "B" has been completed. c. One week to move the parking meter shop from the present automotive shop building to Building "K" after Building "K" has been completed. If Building "K" is not included in the award of contract, allow one week to move the Parking Meter Shop after Building "D" has been completed. Ld. -Two weeks to move the automotive shops, tire shop, and automotive parts storage to Building "D" after Building "D" has been completed. LE. PAYMENT FOR WORK WHICH MUST BE STAGED The prices bid by the Contractor for the various items of work must take L into consideration that the project must be constructed in stages, and that no additional compensation will be paid for items of work that must be done in stages. i L 1 . SP 6 of 11 f XI. SHOP DRAWINGS AND SAMPLES [_ A. SHOP DRAWINGS 1 The Contractor shall check and verify all field measurements promptly in order to cause no delay to himself or his subcontractors. The Contractor shall submit to the City all shop drawings and schedules required for the work of the various trades, and the City shall pass upon them with reasonable promptness. The City's review of such drawings or schedules shall not relieve the Contractor of responsibility for deviation from drawings or specifications, unless he has in writing called the City's attention specifically to such deviations at the time of submission, nor shall it relieve him of responsi- bility for errors of any sort in shop drawings or schedules. All submittals of shop drawings, catalog cuts, data sheets equipment and material lists shall be complete. The shop drawings transmittal form shall be signed by the Contractor, verifying that shop drawings conform to con- tract drawings and specifications. B. SAMPLES �. The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. LXII. TESTS AND INSPECTIONS A. Initial tests required by contract documents and retesting, if required, Lwill be paid for by the Contractor. B. The cost of tests or inspections ordered by the Owner for the purpose of determining the existence of faulty materials or faulty workmanship shall 1, be paid for by the Contractor, except when the tests or inspections deter- mine that faulty materials or faulty workmanship does not exist, in which case the Owner will pay for the tests or inspections. C. Local, legally constituted public authorities having jurisdiction over this construction, and the Owner shall be the only persons empowered to direct L tests to determine compliance or non - compliance with requirements of the work. LXIII. EXISTING UTILITIES Construction of the items in this Contract will cause work to be performed L under and very near existing water, sewer, storm drain, gas, electrical, and telephone lines. The Contractor shall investigate, locate, and protect all existing utilities. He shall protect in place and be responsible for, at his own expense, any damage to existing utilities encountered during construction. LXIV. EXISTING SOILS REPORT L An existing soils report prepared by D. A. Evans, Inc., dated April 16, 1981, is on file in the office of the Public Works Department and may be examined by any prospective bidder. U_ C• • SP 7 of 11 f XV. TEMPORARY FACILITIES A. The Contractor must provide for his own use the following temporary facili- ties: 1. Temporary field office or trailer. 2. Sanitary facilities. 3. Telephone. A pay telephone is available on the site. 4. Temporary storage areas. i 5. Safety fencing, barricades, and warning lights. I B. The following are available on the site, and may be used by the Contractor, subject to the Contractor providing his own distribution facilities, and subject to the adequacy of the existing facilities: 1. Water 2. Electricity C. Contractor's employees shall either park off the site or where directed by the City. D. No signs will be permitted on the project except the project sign, identify- ing captions over offices, certain directional signs and warning signs re- quired for safety and protection. The Contractor shall take all necessary steps to prevent installation of all unauthorized signs. XVI. CLEANUP AND DISPOSAL A. DURING THE WORK At all times during the project, the buildings and site shall be kept clean. All dirt, waste and rubbish shall be removed frequently and not allowed to accumulate. I: B. FINAL CLEANUP In addition to keeping the buildings and site clean during construction, the Contractor must thoroughly clean the inside and outside of all build- ings, including fixtures, equipment, hardware, walls, ceilings, and doors. This shall include thorough cleaning of roofs, window and opening ledges and sills, horizontal projections, exterior steps and platforms, walkways, rails and other surfaces. Dust, dirt, stains, handmarks, paint spots, plaster droppings, or other foreign material, shall be completely removed from the surfaces. 1. Metal Surfaces, including hardware, shall be cleaned and polished, using L only non - corrosive and non - abrasive materials that are compatible with protective coatings. L 2. Materials with Natural Finish shall be thoroughly cleaned strictly in accordance with manufacturer's latest printed recommendations. I L r • • SP 8 of 11 i 1 3. Fixtures and Equipment: Plumbing fixtures and like items shall be cleaned and polished. Lighting fixtures shall be cleaned free of dust, dirt, stains, or waste material. Equipment and machinery shall be cleaned, serviced, and left ready for use. All paper or other temporary labels shall be removed. 4. Glass and Tile shall be cleaned of all dirt, marks, labels, spots or other foreign materials, and washed and polished. Glass shall be cleaned and polished both sides at time of final acceptance by the Owner. 5. Exposed Concrete, floors and walls, shall be washed and dried, free of streaks or stains. 6. Resilient Flooring, including base, shall be cleaned, freshly waxed and buffed as specified. 7. Painted Surfaces shall be cleaned with materials recommended by the manu- facturer of the paint. When soiled or stained to such an extent that normal cleaning is not sufficient, painted surfaces shall be refinished as specified. 8. Final Inspection: Any deficient cleaning operations, as determined by the Owner shall be immediately corrected. L Q&U, I1;I_n Under no circumstances shall rubbish or waste material of any description be buried or otherwise disposed of on the site, whether in fills, backfills or other locations. All debris, rubbish, and waste or surplus material shall be ` removed from the site. Particular care shall be taken by the Contractor to El see that no dumping or spillage of concrete, plaster, oil, gas, cleaning fluids or other deleterious matter is permitted in areas to be planted or where such matter may drain or be carried into planting areas. Any soil so contaminated shall be removed and replaced with approved soil, compacted as required, at the Contractor's expense. LXVII. SERVICE MANUALS AND RECORD DRAWINGS A. SERVICE MANUALS The Contractor shall furnish tw be loose leaf and shall contain installed showing components an Lturer's name and address. B. RECORD DRAWINGS LThe Contractor shall provide an blue line prints, which shall b L the original drawings and speci set. As -built entries shall be manner. L L o service manuals to the Owner. Manuals may complete exploded drawings of all equipment d catalog numbers together with the manufac- d keep up to date a complete as -built set of e corrected daily to show every change from fications, and this set shall be the record completed in a neat, clear, professional L r0 • SP 9 of 11 VIII. GUARANTEES Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one (1) year after the date of acceptance of the work by the City and shall repair and replace any and all such work, to- gether with any other work which may be displaced in so doing, that may prove ( defective in workmanship and/or materials within the one (1) -year period from date of acceptance, without any expense whatsoever to the City, ordinary wear and tear and usual abuse or neglect excepted. In the event of failure to comply with the above- mentioned conditions within a week after being notified in writing, the City is hereby authorized to proceed to have the defects repaired and made good at the expense of the Contractor, who hereby agrees to pay the cost and charges therefor immediately on demand. VXIX. SAFETY In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the jobsite, in- cluding 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 safety of the public and workers. l The Contractor shall,have, at the worksite, copies or suitable extracts of 1 Construction Safety Orders and General Industrial Safety. XX. CONSTRUCTION LAYOUT AND STAKING LThe Contractor shall provide his own construction layout and staking. The price to be paid for construction layout and staking shall be included in the prices bid for the various item of work listed in the proposal; and no separate payment will be made for construction layout and staking. XXI. PAYMENT A. GENERAL L 1. The work to be done under this contract includes furnishing all labor, equipment, transportation, materials, and services necessary to com- plete the construction as shown on the plans and described in the specifications, complete in place, including all appurtenant work. 2. The unit price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, services, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. L 3. Payment for all items of work not separately provided for in the pro- posal shall be included in the prices bid for other items of work. MONTHLY PROGRESS PAYMENTS LB. L The City will make monthly progress payments for work completed per Section 9 of the Standard Specifications. Work included in some of the bid items will be spread out over different stages of the project. For purposes of making L progress payments, the City's estimates of the amount of work completed under any pay item will be used. L T • L] SP 10 of 11 1 �r C. PAYMENT QUANTITIES �- In quantities shown in the various bid items of the Proposal are approxi- mate only, and bidders are required to make their own estimates of quantities. Copies of the soils report are available in the office of the Public Works Director of the City of- Newport Beach for examination by any prospective bidder, and should be consulted prior to making lump sum bids for earthwork, mass excavation, export and disposal of rubbish, and grading and compaction. fD. BID ITEMS 1. Bid Item No. 3. The lump sum price to be paid for earthwork and mass excavation includes payment for excavating for the retaining wall parallel to Explorer Way; for stockpiling the granular fill for use on the site later as backfill; for excavating unsuitable rubbish backfill; and for all miscellaneous excavation, moving of earth, and compaction of mass fills referred to in the Specifications as "Earthwork Condition A." 2. Bid Item No. 4. The lump sum price to be paid for grading and compac- tion includes payment for compaction of native materials referred to in the specifications as "Earthwork Conditio n B," a,nd for compaction and fine grading of imported aggregate base that is not included in the lump ( sum prices paid for constructing the materials storage bins, individual L buildings, the fuel station, and Portland cement concrete pavement. 3. Bid Items Nos. 7, 10, 11, 12, 13, 14, and 15 and 16 The lump sum prices to be paid for constructing the materials storage bins, buildings, and the fuel station include the price of furnishing �. and compacting imported aggregate base, finish floors, and built -in equipment. a. The lump sum price to be paid for constructing Building "B" in- cludes the price of the dust collector located outside the building; Lb. The lump sum price to be paid for constructing Building "D" in- cludes the price of the reinforced portland cement concrete slabs L located outside of the building on the east and west sides; the price of the sand and grease trap located outside of the building; the price of the oil storage tanks located outside of the building; c. The lump sum prices to be paid for constructing Buildings "E" and "G" includes the price of constructing asphalt concrete floors over y imported aggregate base. L 4. Bid Item No. 9. The lump sum price to be paid in Bid Item No. 9 does not include pavement. Pavement at the fenced open storage area will be paid for at the unit price bid for constructing 3 -inch asphalt concrete pavement over 4 inches of imported aggregate base. L iC I 0 5. Bid Item No. 17 • SP 11 of 11 a. The lump sum price to be paid for Bid Item No. 17 does not include the price of a private fire service, which will be paid for under a different bid item. b. The price to be paid for Bid Item No. 17 includes the price of a water meter installation per City Standard Drawing 514 -L, except that City will pay for the water meter and any connection fee charged by the Water Department for a water service connection. 6. Bid Item No. 21. Any connection fees or riser charges charged by the Southern California Edison Company and any charge made by the Southern California Edison Company for a transformer and /or cable between the �n transformer pad and /or cable between the transformer pad and the con- nection point in Superior Avenue shall be paid by the Contractor and included in the price bid for Item No. 21. 7. Bid Item No. 22. The lump sum price to be paid for Bid Item No. 22 in- cludes the price of constructing three new street lights; and converting an existing street light to the 277 -volt system. { a. The price of area lights mounted on the parapets of Buildings "A ", 1 "B ", and "D" will be included in the lump sum price paid for construc- ting the individual building. 8. Bid Item No. 24. The lump sum price to be paid for bid item No. 24 does not include the floor slab for the yard trash enclosure. The floor slab for the trash enclosure will be paid for as part of the unit price paid for 6 -inch minimum portland cement concrete pavement over 4 inches of imported aggregate base. 9. Bid Item No. 29. The unit price to be paid for 3- foot -wide portland cement concrete gutter includes the price of furnishing and compacting 4 inches of imported aggregate base. 10. Bid Item No. 30. The lump sum price to be paid for drainage structures north o` f Building "E" includes the price of two inlet structures, con- nector pipes, and connecting to an existing cleanout leading to the existing underground storm drain. 11. Bid Item No. 37. The lump sum price to be paid for constructing a private fire service includes the price of a private fire service per City Standard Drawing 512 -L and all fire sprinkler system plumbing on the site except those portions of the fire sprinkler systems included within Buildings "B ", "D ", and "E ". The City will pay any connection fee charged by the Water Department for connecting a private fire service. L ,L L I- • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IPHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD L CONTRACT NO. 2236 SPECIFICATIONS LNDEX DESCRIPTION SECTION HEATING, VENTILATING AND AIR CONDITIONING. . . . . . . . . . . 15A PLUMBING . . . . . . . . . . . . . . . . . . . . . . . . . . . 158 r ELECTRICAL 16 t EARTHWORK. 22 CHAIN LINK FENCE AND GATES . . . . . . . . . . . . . . . . . . 25 L ASPHALT CONCRETE PAVING. . 26 CONCRETE . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 CCONCRETE MASONRY . . . . . . . . . . . . . . . . . . . . . . . 41 STRUCTURAL STEEL . . . . . . . . . . . . . . . . . . . . . . . 51 I MISCELLANEOUS METAL . . . . . . . . . . . . . . . . . . . . . . 55 L ROUGH CARPENTRY . . . . . . . . . . . . . . . . . . . . . . . . 61 FINISH CARPENTRY . . . . . . . . . . . . . . . . . . . . . . . 62 • INSULATION . . . . . . . . . . . . . . . . . . . . . . . . . . 71 CAULKING AND SEALANTS . . . . . . . . . . . . . . . . . . . . . 72 ROOFING. . 75 METAL DOORS . . . . . . . . . . . . . . . . . . . . . . . . . . 82 LGLAZING . . . . . . . . . . . . . . . . . . . . . . . . . . . . 88 ENTRANCE DOOR AND CURTAIN WALL SYSTEM . . . . . . . . . . . . . 89 LDRYWALL . . . . . . . . . . . . . . . . . . . . . . . . . . . . 91 TILE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 92 RESILIENT FLOORING . . . . . . . . . . . . . . . . . . . . . . 93 LATH AND PLASTER . . . . . . . . . . . . . . . . . . . . . . . 94 LEQUIPMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 118 L 1 i. �L L L L 1 I i CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA SECTION 15A HEATING, VENTILATING AND AIR CONDITIONING 1. SCOPE 1.1 Provide all labor, materials, equipment and services required to complete the installation of the work of this section as shown on the project design drawings and described herein, including all incidental work necessary to make it complete, satisfactory and ready for operation. 1.2 The work of this section shall include, but not be limited to the following principal items: Packaged air conditioning units. Air handling units. Exhaust systems. Unit heaters. Pumps. Boiler. Gas fired furnaces. Controls. Piping. Insulation. Filters. Air distribution systems complete with ducts, filters, ceiling diffusers, grilles, registers, volume controls, dampers, fire dampers. Equipment connections as specified. Cutting and patching as specified. kiscellaneous, including hangers, supports, access panels, sleeves, flashings and required accessories for a complete installation. Rough -in and final connections of Contract furnished equipment, equipment furnished by others, including all required trim and installation of equipment where specified. 2. WORK NOT INCLUDED IN THIS SECTION 2.1 Concrete work except as otherwise specified. 2.2 Starters, disconnect switches and all line voltage wiring, and all electrical conduit except as otherwise specified. HEATING, VENTILATING AND AIR CONDITIONING 15A -1 I I L L L L L I CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.3 Painting, except as otherwise specified. 2.4 Installation of access panels and doors. 3. SHOP DRAWINGS, MATERIAL LISTS, SUBMITTAL DATA 3.1 General: Shop drawings, material lists, and /or plates and brochures as required by the specifications shall be prepared and submitted to the Engineer for review within thirty (30) days after award of the Contract. No work indicated on any one shop drawing shall be started until such drawings have been reviewed by the Engineer. 3.2 Submittal Data: The Contractor shall submit complete brochures containing names of manufacturers, catalog figure numbers, catalog cuts, trade names, technical data and requested information of each item to be furnished under the work of this section. The Contract- or shall submit shop drawings and detailed descript- ion of items which are not manufactured and which have to be specifically fabricated. Submittal data shall be referenced to article and paragraph numbers of the specifications and to fixture and equipment numbers listed or scheduled. Submittals shall be assembled in numerical order of articles and paragraphs. The bro- chure shall not contain submittals of material or equipment required under the work of other sections of the specifications, extraneous catalog sections, pages or cuts of equipment or materials not having a direct relationship to the specified item(s). Any catalog pages whereon items other than the specified item(s) to be furnished occurs shall be so marked that the item(s) to be furnished is clearly identified. 3.3 Copies of Submittal Data: Six (6) copies shall be submitted for preliminary review. Three (3) copies shall be returned to the Contractor who shall review correction requirements, if so noted, and resubmit six (6) corrected copies for final review. Three (3) copies of final approved submittal data will be returned to the Contractor. Additional copies necessary to correlate the work of other trades shall be prepared by the Contractor at his expense. 3.4 Equipment or Material Installed Without Approval: Equip- ment and /or materials installed without the Contractor HEATING, VENTILATING AND AIR CONDITIONING 15A -2 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA receiving written approval from the Engineer are subject to removal and replacement with approved materials, at no additional cost or delay of job progress. 4. DRAWINGS OF RECORD 4.1 The Contractor shall provide and keep up -to -date a complete record set of blueline prints which shall be corrected daily and shall show every change from ` the original Contract Drawings. This set of prints ` shall be kept on the job site and shall be used only as a record set. This shall not be construed as authorization for the Contractor to make changes in the layout without definite instructions in each case. 4.2 Upon completion of work, a set of transparencies of all Contract Drawings shall be obtained from the Contracting Officer at cost and all changes as noted on the record set of prints shall be incorporated thereon with black ink by a competent draftsman. Character and quality of workmanship shall be compat- ible with the original drawings. This set of trans- parencies shall be delivered to the Contracting Officer. 5. OPENINGS. CUTTING AND PATCHING LHEATING, VENTILATING AND AIR CONDITIONING 15A -3 5 5.1 Openings: Openings have been indicated on the architectural and structural drawings. Should a: any additional openings or holes be required for the work of this section, the cost of same shall Lbe the obligation of this section. 5.2 Location: This 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 section requires such, he shall furnish new and /or additional instructions as to { his requirements for these openings or additional openings or holes, subject to approval by the Engineer. 5.3 Cutting and Patching: All additional cuttings and patching and reinforcement of construction of L LHEATING, VENTILATING AND AIR CONDITIONING 15A -3 5 CORPORATION YARD IMPROVEMENTS F CITY OF NEWPORT BEACH, CALIFORNIA i. building, subject to approval by the Contracting ` Officer, shall be performed under the section of the specifications covering the particular materials and the cost of same shall be an obligation of this rsection. i 6. WORKMANSHIP AND MATERIALS 6.1 Installation: The project design drawings show the general arrangement of all piping and equipment. Any work indicated on the project design drawings [ but not specifically mentioned in the specifications, or vice - versa, shall be furnished and installed. As it is not in the scope of project design drawings to [ show all necessary off -sets, obstructions, sleeves or l structural conditions, it shall be the responsibility of the Contractor to install his work in such a manner that it will conform to the structure, avoid obstruct- ions, preserve headroom and keep openings and passage- ways clear. 6.2 Materials shall be new and in perfect condition. Materials for similar use shall be of same type and manufacturer, unless otherwise approved. No item of material shall be installed for any purpose or in any manner not recommended by the manufacturer. Workman- ship shall be best standard practice of the trade. L7. COORDINATION WITH OTHER TRADES 7.1 Complete drawings and specifications of all trades will be furnished or will be available for inspection in the construction office of the job site. The Contractor shall carefully check these project design L drawings and specifications before installing any of his work.- After checking the above mentioned project design drawings and specifications, the Contractor L shall in all cases consider the work of all other trades and shall coordinate the work of this section with that of all trades so that the best arrangement L of all equipment, piping, conduit, ducts, etc., can be obtained. 7.2 The Contractor shall call the attention of the Engineer to any points of conflict between the work of this section and that of the other trades, so that the conflict may be properly adjusted. Work installed HEATING, VENTILATING AND AIR CONDITIONING 15A -4 L w _ CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA under the work of this section which interferes with the work of other trades shall be removed and re- installed at the Contractor's expense when so directed by the Engineer. It shall be understood that no extras (time or money) to the Contract will be permitted to accomplish the above results. 8. EXCAVATION AND BACKFILL 8.1 Do all excavation and backfill required to install the work of this section both inside and outside as shown on the project design drawings. All excavation and backfill shall be in accordance with that speci- fied under Section EARTHWORK. Excavations shall be of proper depth and width to install the required piping and /or equipment. ( 8.2 Piping outside of the building shall be buried to a depth above the top of the pipe of not less than 2' -6" below finish grade unless otherwise noted on ( the project design drawings. Do not backfill until 1 final inspection and approval of pipe work by the Contracting Officer or his designated representative. I 8.3 All piping laid in backfill of less than 95% compaction shall be adequately supported by grade beams and caissons to prevent any settlement or distortion of Lpiping. 9. CONCRETE WORK 9.1 All concrete work, including equipment housekeeping pads, shall be provided under another section of the L work. 10. RULES AND REGULATIONS L 10.1 The complete installation shall be made in compliance with the requirements of all applicable codes and all legally constituted authorities having jurisdiction. 11. PROTECTION 11.1 Provide for safety and good condition of all materials L and equipment until final acceptance by the Owner. Protect all equipment and material from damage and provide adequate and proper storage facilities during L HEATING, VENTILATING AND AIR CONDITIONING 15A -5 t_1 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA the progress of the work. Replace all damaged and defective material or work prior to filing application for final acceptance. 12. DISCREPANCIES 12.1 All discrepancies between the specifications and the project design drawings or any contradictory sizes or plate numbers describi.bg the manufacturer's items, shall be brought to the attention of the Engineer and the Engineer shall determine the proper items to be used, with no additional cost to the Contract. 13. SUPERVISION 13.1 The Contractor shall furnish the services of an ex- perienced superintendent who shall constantly be in. ( charge of the work of this section, together with all L necessary mechanics, detailers and laborers required to properly unload, transfer, detail, erect, connect up, clean, flush, adjust, start, operate and test the installation. 14. CLEANUP 14.1 Upon completion of the work specified and continuously during the progress of the work, the Contractor shall L remove all surplus materials, rubbish and debris resulting from the operation and shall keep and leave the entire building and involved portions of the site insofar as the work of this section is concerned, in a neat, clean, and acceptable condition as approved by the Engineer. ` 15. SUBSTITUTION OF EQUIPMENT l 15.1 Physical size, capacity, etc. of equipment shown on L the project design drawings is based on the schedules and /or specified manufacturers equipment. Should the Contractor be allowed to provide the equivalent product of ` another manufacturer, subject to the Engineer's approval, Lsuch product shall be of equivalent nominal physical site of the scheduled equipment, capable of being installed in tha manner as intended by the drawings and have features equal to the specified and /or scheduled item which shall be completely identified by comparison. Should the use of an equivalent product of an approved manufacturer result in Ladditional design and /or construction cost for thework of this HEATING, VENTILATING AND AIR CONDITIONING 15A -6 1 0 • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA (Y section and /or work of other sections of the specifi- cations, such cost shall be borne by the Contractor. 16. VISITING THE SITE 16.1 Before submitting proposals for this work, each bidder shall be familiar with the plans and specifications and fshall have visited the site and familiarized himself with all working conditions under which he will be obliged to work. No allowance shall be made subsequent- ly in this connection, in behalf of the Contractor for any error through negligence on his part. 17. PIPING INSTALLATION 17.1 General: ! 17.1.1 The word "Piping" as used herein, means ! pipe, fittings, nipples and valves and shall be considered as such in this installation. j Promptly install 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 I be permanently closed up, furred in or cover- ed before the inspection and approval of same. All piping systems shall present a neat ap- pearance, both as to workmanship and appear- , ance. 17.1.2 All runs of piping shall be made up of full length sections of pipe or lengths cut to fit. Short lengths shall be used at the ends and L not at the middle of the run. All offsets shall be made with fittings, and pipes shall not be bent at any time. Pipe sizes shall not L be decreased from those shown on the drawings. 17.1.3 All joints shall be made tight without any packing, and if any leaks develop, the defect- ive part must be remade with new materials. Street elbows, bushings, close nipples, long screws, bullhead tees or crosses shall not be L used. 18. HOT WATER PIPING L L HEATING, VENTILATING AND AIR CONDITIONING 15A -7 r • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 18.1 Piping shall be Type L copper, hard drawn with wrought copper, solder sweat fittings. Solder shall be 95 -5 or silver solder. 19. EXHAUST FANS i 19.1 Roof: Penn, with backward inclined fan wheel, belt drive, backdraft damper, and bird screen. Motor and fan assembly isolated from base with rubber vibration isolators. Unit shall be completely weatherproof, r. and shall have disconnect means under hood. Coat interior of fan housing, fan wheel, and exposed LHEATING, VENTILATING AND AIR CONDITIONING 15A -8 parts of shaft, with chemical resistant material, { Wisconsin Protective Coatings "Plasite" No. 7122, i American Standard's "Eisenheiss ", or equal, factory applied per manufacturer's recommendations. Apply carefully to fan wheels so they do not become un- balanced. 19.2 Ceiling: Penn "Zephyr" with metal housing, grille, backdraft damper, and UL label. Provide wall or roof cap with bird screen, and thermal overload . motor protection. 20. AIR HANDLING UNITS 20.1 Inits shall be complete with fan, motor and drive, i hot water heating coil, and casing. 20.2 Fans shall be quiet operating statically and dynamically balanced, mounted on accurately ground rigid steel shafts carried in self - aligning bearings. All bearings shall be provided with conveniently located lubricat- ion points. Fan wheels and housing shall have rust - resistant finish. Fan shafts shall be coated with rust- preventive compound which may be removed with common solvents. 20.3 Casings shall be substantially built with rigid L frame assembly properly braced and steel panels not lighter than 16- gauge. Access panels shall be pro- vided and required for servicing. Both interior and exterior of casings shall have rust - resistant finish. Interior of unit shall be lined with coated thermal acoustic moisture proof glass fiber lining. 20.4 Fan drive shall be V -belt type. LHEATING, VENTILATING AND AIR CONDITIONING 15A -8 r • 9 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 1 20.5 Units shall be suitable for mounting as shown on the project design drawings, and provided with vibra- tion isolators as scheduled on the project design drawings. 20.6 Filter cabinet shall be provided with filter arrange- ment and capacity as scheduled on the project design drawings. Filters shall be as specified under Article "Air Filters ". 20.7 Units shall be, Carrier. 21. GAS FIRED UNIT HEATERS 21.1 Reznor, gas fired, propeller type, with electric gas valve, safety pilot with 100% shut -off, and main and ■ pilot cocks. Furnish with automatic control system tf including wall mounted thermostat, automatic fan control, high limit control, and transformer. Heater to be AGA approved. Mount thermostats which are located on outside walls on insulated base. Units shall have intermittent ignition device. Provide Type B flue through roof with flue cap. 22. HOT WATER UNIT HEATERS 22.1 Horizontal delivery, propeller type with copper tube, aluminum fin heating coil; motor; fan guard; lower fin diffuser. Unit shall be Trane. 23. GAS FIRED HORIZONTAL FURNACE LHEATING, VENTILATING AND AIR CONDITIONING 15A -9 I 23.1 Units shall be gas fired complete with controls, t electric gas valve, 100% safety shut -off; main and L pilot gas cocks. Units shall be AGA approved and shall have intermittent ignition device. Units shall Cbe suitable for outdoor installation. 23.2 Fan wheels and housings shall have rust- resistant finish. Fan shafts shall be coated with rust-prevent- ive compound which may be removed with common solvents. Interior and exterior of unit casings shall have rust resistant finish. L23.3 Fan drive shall be V -belt type. L23.4 Units shall be Reznor. LHEATING, VENTILATING AND AIR CONDITIONING 15A -9 I CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA C24. HEATING BOILER 24.1 Unit shall be AGA certified hot water supply boiler complete with gas modulating valves, burners, main C electric valve, flow switch, high limit control, electric ignition, pressure relief valve, temperature and pressure gages, expansion tank, outdoor reset control. Unit shall be Raypak. 25. CARBON MONOXIDE SYSTEM �y 25.1 Ductwork shall be spiral wound, 20 gauge galvanized steel. Long lengths shall be used to keep joints to a minimum. Fittings shall be similar and equal to United Sheet Metal industrial type fittings with welded gore ells, converging fittings and main branch fittings. Ductwork below grade shall be vitrified clay tile. 25.2 The overhead portion of the system shall be complete with galvanized metal flexible hoses, tailpipe adapt- ors, pulleys, pulley ropes and tie down cleats. E 25.3 The underground portion of the system shall be complete with recessed floor inlets (single or double as in- dicated on the project design drawings) of high tensil aluminum alloy with self closing covers, tailpipe adaptors, 12 feet of 3" diameter galvanized steel (_ flexible hose, adjustable connection for tile wye spurr. 25.4 Units shall be National or Car -Mon. 26. PACKAGED ROOF TOP AIR CONDITIONING UNIT L26.1 The unit_ shall be complete with an air cooled condenser section, DX coil, circulating fan, operating controls, ! safety controls, and weather proof casing. The unit L shall be UL listed for outdoor application. Casing shall be galvanized steel, with primer and baked L enamel finish and shall be complete with channel mounting rails. 26.2 The unit shall be completely pre - wired, charged, and tested. Ratings shall be ACRI certified. 26.3 Unit shall be Payne. LHEATING, VENTILATING AND AIR CONDITIONING 15A -10 i CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 27. DUST COLLECTOR (SAWDUST EXHAUST) SYSTEM 27.1 The dust collector shall be American Air Filter Type D Roto - Clone, or equal, dry centrifugal dust collector with skimmer pre - cleaner. Unit shall be complete with fan, motor, hoppers, dust doors. Size and capacity, type and arrangement ( shall be as shown on the project design drawings. L L L L L L 27.2 Ductwork shall be galvanized steel riveted and soldered of the following minimum metal thickness: Diameter of Duct to 8" 9" to 18" U.S. Standard G 24 gauge 22 gauge 27.3 Elbows and angles shall be a minimum of two gauges heavier than straight lengths of equal diameter. 27.4 Flexible ducts shall be galvanized steel. 27.5 Interior of all ducts shall be smooth and free from obstructions with joints either welded or soldered air tight. 27.6 Longitudinal joints of ducts shall be lapped and riveted or spot welded on 3" centers maximum. 27.7 Girth joints of ducts shall be made with lap in direction of air flow, with 1" lap. 27.8 Elbows and angles shall have an inside radius of two duct diameters. 27.9 Provide dead end caps within 6" from last duct branch or main duct. 27.10 Provide cleanouts every 10 feet and near each elbow, angle or duct junction in horizontal section. 27.11 Support ducts sufficiently to place no load on connecting equipment and to carry weight of system if plugged with material, maximum support interval is 12 feet for ducts 8" or smaller and 20 feet for ducts over 8 ". 27.12 All branches shall enter the main at the large end of HEATING, VENTILATING AND AIR CONDITIONING 15A -11 CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA the transition at an angle not over 300 27.13 Transitions in mains and sub -mains shall be tapered ` ga. 5" for each 1" change in diameter. ` 28. AIR VENTS 18 28.1 Provide automatic air vents at all high points of @ 4 Ft heating hot water systems. ga. 29. DUCT SYSTEMS Ft. 29.1 Duct work of air conditioning and ventilating shall ` fi include, but not be limited to the following: 29.1.1 Conditioned air supply and recirculating system - conventional velocity as specified j and /or indicated on the project design drawings. 29.1.2 Exhaust systems for toilets and other areas as shown. 29.1.3 Systems shall be complete with dampers, grilles, registers, diffusers, turning vanes, extractors, hangers, duct and plenum lining, and all required accessories. Where lining is shown or specified, increase duct dimensions L shown on the project design drawings to provide equal free area inside lining. 29.2 Sheet metal work shall be galvanized sheet metal. Sheet steel shall be cold rolled, "Commercial" quality, and hot dipped galvanized (1.25 "Commercial ") in accordance with ASTM No. M527 -67. 29.3 Construction: Gauges and fabrication in accordance { with AHSRAE Guide and SMACHA. I I L L 29.4 Hangers for rectangular ductwork shall be galvanized strap of angle hangers of the following gauges: 12" and smaller: 13" through 24 ": 25" and larger: 26 ga. x 5/8" @ 8 Ft 18 ga, x 5/8" @ 4 Ft 16 ga. x 1" @ 4 Ft. HEATING, VENTILATING AND AIR CONDITIONING max. Ctrs. . max ctrs. & joints. max. ctrs. & joints. 15A -12 • 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIk 29.5 Hangers for round ductwork shall be galvanized strap L 29.11 Flexible Duct Connections: All fan connections, both inlet and discharge, shall be made with waterproof, fire retardant flexible material, Code approved glass L fabric Neoprene coated approximately 9" long and shall be held in place with heavy metal angle from securely attached to eliminate leakage. L29.12 Caulk between all framed openings and ducts. 29.13 Taping of Joints: All joints and standing seam shall be HEATING, VENTILATING AND AIR C014DITIONING 15A -13 L of the following gauges: Duct Diameter Strap Hanger Max. Spacing No. of Hanger:! Up thru 18" 1" x 16 ga. 10' -0" 1 thru 36" 1" x 12 ga. 10' -0" 1 I19" 29.6 Under no conditions will hangers or supports pierce the ducts or one duct be supported from another duct. 29.7 Elbows shall be made for an easy flow of air, for minimum friction, with inside radius not less than F width of duct. Where space does not permit this [ radius, square elbows with turning vanes shall be used. Turning vanes shall be double thickness, hollow formed with equidistant spacing between inside and I outside radii and secured at both edges of vane. 29.8 Air extractors shall be provided at each 90° branch takeoff (no throat) from main duct. Extractors shall have adjustable blades and be free from vibration. Air extractors shall be provided with control regulator. I29.9 Resilient material gaskets shall be installed between all connections of sheet meta). coil filter casings and connections of aluminum and steel. `- 29.10 Access doors in sheet metal ducts for access to dampers and extractors shall be No. 18 gauge, and shall be made tight by means of felt strips. Sizes shall be 12" x 12" a„ unless limited by duct size. Doors shall be provided with hinges and cam type latches, Ventlok No. 205 or approved equal, quantity as required to provide air tightness. Doors shall be double thickness with 3/4" glass fiber insulation core. L 29.11 Flexible Duct Connections: All fan connections, both inlet and discharge, shall be made with waterproof, fire retardant flexible material, Code approved glass L fabric Neoprene coated approximately 9" long and shall be held in place with heavy metal angle from securely attached to eliminate leakage. L29.12 Caulk between all framed openings and ducts. 29.13 Taping of Joints: All joints and standing seam shall be HEATING, VENTILATING AND AIR C014DITIONING 15A -13 L r 0 • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA covered and sealed with 4" minimum width 4 oz. canvas pasted on with Arabol, or approved duct tape. 29.14 Duct throats shall be of same velocity as the main duct to which branch connection is made. ` 29.15 Holes: In ducts for damper rods and other necessary devices, shall be drilled and shall be sealed airtight. 29.16 No pipes, conduit or other member may pass through any duct unless otherwise shown on the project design drawings, or written approval received from the Con- tracting Officer. 30. AIR FILTERS 30.1 Filters shall be UL approved. [ 30.2 Air Filters - General: Low Efficiency, 20 -25% NBS Atmospheric Type Test, Panel Type. t 30.3 Air filters shall be the panel replaceable glass media type and shall consist of holding frames, filter frames and glass filter media pads. Filters shall be American Air Filter, Farr, Burke, or equal. f 30.4 Air filters shall be listed by the Underwriters' EL Laboratories as Class 11. 30.5 Filters shall be in place before starting fan. 30.6 Provide disposal type temporary filters for use during construction period. L 31. GRILLES, REGISTERS AND DIFFUSERS L 31.1 General: Grilles, registers and diffusers shall be as specified in size and arrangement as shown on the project design drawings. They shall provide required air throw and speed, with no apparent drafts or ex- cessive air movement within the ventilated or air conditioned areas. Any air distribution accessories required to affect these conditions shall be provided and installed by the Contractor. Registers or dif- fusers causing excessive air movement, drafts or objectionable noise shall be replaced. Tuttle & Bailey, LKrueger, Titus, or approved equal. LHEATING, VENTILATING AND AIR CONDITIONING 15A -14 CORPORATION YARD IMPROVEMENTS 1 CITY OF NEWPORT BELCH, CALIFORNIA 31.2 Ceiling Diffuser (Rectangular or Square): Multi- pattern type, flush face with distributing grid and volume control damper. The drawings indicate the size, the throw pattern, and CFM. Face pattern for 1 -2 -3 and 4- way blow are required as shown on the project design drawings. 31.3 Supply Registers: Double deflection, with horizontal face bar, vertical rear bars and opposed blade (` dampers. 1^ 31.4 Return and Exhaust Registers: Horizontal face bars and opposed blade dampers. 31.5 Grilles: Horizontal face bars. 31.6 Finish: All items shall be factory applied prime coat, except where otherwise specified. Final finish coat will be under Section PAINTING, of the specifications. Interior of ductwork behind registers and grilles shall be painted flat black under the work of this section. 31.7 Plaster Frames: Furnish plaster frames for all dif- fusers, registers and grilles located in finished plaster surfaces. Plaster frames for registers and grilles shall be attached to ductwork. Installation of plaster frames under other sections of the specifications. 31.8 Gaskets: All diffusers, grilles and registers shall be supplied with sponge rubber gaskets to prevent air leakage. 32. DAMPERS 32.1 Volume Control Dampers: L 32.1.1 Dampers shall be required for all branch connections or takeoffs and as necessary for volume control and proper air balancing. L 32.1.2 Single blade splitter dampers of 16 gauge galvanized steel, hinged at one end, shall be located at all branch takeoffs where main Lduct divides into two or more branches. 32.1.3 Single blade butterfly dampers of 16 gauge steel shall be suitably located in ducts sized L_ HEATING, VENTILATING AND AIR CONDITIONING 15A -15 L 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA up to and including 18" x 8 ". Opposed blade dampers shall be suitably located in ducts sized greater than 18" x 8 ". Blades shall be reinforced with triple 1" diameter beading. For duct sizes 24" x 24" and larger, manufactured framed dampers shall be used. Frames shall be made of 12 gauge steel channel, 2" wide with h" web, welded throughout to form a rigid assembly. Damper sets shall be provided with a black industrial enamel finish. 32.1.4 All blades shall pivot using 3/8" cold drawn steel rod. Bearings shall be precision machined bronze, sleeve type. 32.1.5 Butterfly dampers and manual operated opposed blade dampers, shall be provided with a position indicator and damper control, Ventlok No. 640 or approved equal. 33. DUCTWORK THERMAL ACOUSTIC LINING 33.1 Supply and return ductwork exposed to the weather shall be lined as specified herein and shall comply with NBFU -90A, UL Standards 723, and shall have a maximum flame spread of 25. 33.2 Duct lining shall be 1" thick flexible glass fiber, neoprene coated 1' lb. per cu. ft. density. Neoprene coated or mat faced side to lining material shall be provided with manufacturer's product identification and density of material shall be applied with this side facing the air stream. Adhere lining material to all interior sheet metal surfaces of ducts with minimum 50% coverage of suitable fire - retardant adhesive. In addition to adhesive, use mechanical fasteners on L maximum 16" centers on top sections (when width exceeds 12 ") and on sides (when height exceeds 24 "). 33.3 Joints: 33.3.1 Plenums: All joints and leading edge shall be tightly butted and covered with 6" wide fire - retardant tape. 33.3.2 Ductwork: All joints shall be adequately L HEATING, VENTILATING AND AIR CONDITIONING 15A -16 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA coated with fire - retardant mastic adhesive to prevent any erosion of lining material prior to assembling duct sections. Jointing shall be tightly butted to assure continuity of surface. Where liners leading edge will be exposed to direct air velocity cover with 6" wide fire - retardant tape. LHEATING, VENTILATING AND AIR CONDITIONING 15A -17 I 34. THERMAL INSULATION AND COVERING f34.1 General: All insulating materials required for piping t equipment and ductwork shall be furnished and installed under the work of this section. The execution of the work shall be in accordance with the best practice of the trade and the intent of these specifications. 34.2 All insulation shall comply with NBFU -90A UL Standards I 723, and shall have a maximum flame spread of 25. 34.3 Insulation shall be applied where indicated on the project design drawings and as specified herein. 34.4 Rectangular and round duct insulation shall be installed with application, thickness, densities and materials as specified below. 34.4.1 For concealed ductwork, 1;" thick, 3/4 lb. density, glass fiber insulation, firmly wrapped around duct and lapped a minimum of 2 ". Securely fasten insulation in place L with 16 -gauge soft annealed galvanized wire spaced not more than 12" o.c. for straight runs and 3" o.c. for elbows and fittings. 34.4.2 For exposed ductwork, l?" thick, 3/4 lb. cu. ft. glass fiber foil -faced insulation, LOwens - Corning foil -faced duct wrap. 34.4.3 Exposed insulation shall be wrapped tightly on the duct work with all circumferential L joints butted and longitudinal joints over- lapped a minimum of 2 ". Adhere insulation to metal with 4" strips of insulation bonding adhesive at 8" o.c. On circumferential L joints, the 2" flange of the facing shall be secured using 9/16" flare -door staples applied L6" o.c. and taped with a minimum of 3" wide LHEATING, VENTILATING AND AIR CONDITIONING 15A -17 I V 0 0 { CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA foil reinforced kraft tape. on longitudinal joints, the overlap shall be secured using 9/16" flare -door staples applied 6" o.c. and taped with a minimum of 3" wide foil re- inforced kraft tape. All pin penetrations or punctures in facing shall also be taped. 1 34.4.4 Exhaust ducts and fresh air ducts shall not be insulated. I ! 34.5 Pipe Insulation: 34.5.1 General: All domestic and heating_ hot water supply and return piping shall be insulated with Owens - Corning Fiberglass 25 or equal insulation jacketed with a vapor barrier laminate of aluminum foil and presized glass } cloth with self - sealing strip with pressure sealing adhesive. End of pipe insulation on chilled water supply and return piping shall be sealed off with vapor barrier mastic at valves, fittings, flanges, strainers, direct contacts at supports and every lineal feet of run. Insulation shall be of the following thickness: Heating and domestic Hot Water Supply and Return - 3/4" thick - 1" dia. and smaller 1" thick - 1 3/4" and larger 34.5.2 Insulation exposed to the weather shall have a waterproof jacket. 34.5.3 Insulate valves, fittings, strainers, unions L and flanges by either prefabricating or by fabricating fittings from mitered segments of pipe insulation to an equal thickness of ad- L joining pipe insulation. Where pipe insula- tion cannot be applied point up to a smooth even finish with a plastic insulating cement L and finish with fiberglass reinforcing cloth and a final coat of mastic. Contractor has the option of using Zeston fitting covers where applicable. Strainers shall be so in- sulated as to provide easy removal of strainer screens. HEATING, VENTILATING AND AIR CONDITIONING 15A -18 (1) CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 34.5.4 At hangers or rollers, where the pipe is supported by the insulation, the Insulation Contractor shall install an insert section. Inserts shall be calcium silicate, cut to the same thickness as adjoining insulation, for glass fiber insulation and rigid foamed plastic insulation for foamed plastic insulation.. The length of the insert section shall not be less than 18" for glass fiber and 6" long for foamed plastic. Inserts shall be the same thickness as adjoining insulation. 35. TEMPERATURE CONTROL SYSTEM 35.1 General: Furnish and install a complete electric temperature control system. The system shall include all thermostats, automatic valves, motors, switches, relays and all associated gauges and piping to main- tain the conditions described herein and /or shown on the project design drawings. 35.2 Guarantee shall be as specified under Article GUARANTEE and shall include a service and parts guarantee for one year from date of installation acceptance, without charge to the Government. The Control Contractor shall, after completion of the original installation, provide any service incidental to the proper performance of the temperature control system under the guarantee for a period of one (1) year. The Control Contractor shall regulate and adjust the control system, including all controllers, thermostats, relays, control valves, motors and other equipment provided under his contract. He shall place them in complete operating condition subject l to the approval of the Engineer. L 35.3 Shop drawings shall be submitted for the Engineer's L review as specified under Article SUBMITTAL DATA and shall include a detailed drawing of the temperature control system showing interlocks with all mechanical equipment, list of materials being furnished, and a Ldetailed description of the control sequence. 35.4 Operating Instructions and Layouts: Operating instruct- ions shall be provided as specified under Article OPERATING INSTRUCTIONS and shall include diagrammatic layouts of the temperature control system. Layouts Lshall show all control equipment and the function of LHEATING, VENTILATING AND AIR CONDITIONING 15A -18(2) c � CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA each control system shall be indicated. A sequence of operation shall be furnished to facilitate control system analysis. ` 35.5 Electric Work: All electric relays, hand -of automatic switches and all electric wiring as indicated on the project design drawings will be provided under the work of Section ELECTRICAL WORK, except as otherwise specified. The furnishings and installation of any addition to the conduit, wiring, relays, hand -of automatic switches as indicated on the project design drawings made necessary by the use of approved substituted equip- ment shall be the responsibility of this section with- out additional cost to the Government. 35.6 Installation of Valves: All automatic control valves shall be furnished and installed under this section of the work. 35.7 Water control valves shall be single seated type with f equal percentage flow characteristics. Valves shall be l normally closed type. The valve discs shall be comp- osition type with bronze trim. Valves shall close against full pump head. 36. ELECTRIC MOTORS 36.1 General: Furnish and install all motors for driving equipment furnished under the work of this section. Motors shall be of proper power and speed to suit specified makes of equipment. Motor HP, RPM and electric- al characteristics shall be as shown on the project design drawings. Motors and accessories shall comply in all respects with ASA, NEC, and NEMA Standards. L L HEATING, VENTILATING AND AIR CONDITIONING 15A -19 36.2 Motors shall be NEMA design B, NEC Code F, or lower inrush. Motors smaller than � HP shall be provided Lwith internal thermal protection. 36.3 All motors shall be open drip -proof type unless other- wise specified. Totally enclosed type motors shall be fan cooled. Except where specified or noted T.E.F.C. or "Weather Protected ", all motors shall have Class "A" L insulation. Weather protected motors shall be NEMA Type I Weather Protected and shall be provided with special Class "A" moisture resistant insulation. Un- less otherwise specified, motors shall be continuous L L L HEATING, VENTILATING AND AIR CONDITIONING 15A -19 CORPORATION YARD IMPROVEMENTS 1 CITY OF NEWPORT BEACH, CALIFORNIA duty, 40° C rise type. All three phase motors shall have ball bearings. 36.4 All belt- connected motors shall have adjustable bases l with set - screws to maintain proper belt tension and shall be provided with belt guards. 37. BELT DRIVES 37.1 Belt drives shall be V -belt type. A minimum of two belts shall be provided for all drives where motors are rated one horsepower and larger. Belts shall be matched and selected for 150% of motor rated horse- ` power, except for drives requiring only two belts, Il in which case each belt shall be rated at 100% of motor rated horsepower. ' 38. BELT GUARDS 38.1 Belt guards shall be provided on all belt connected 1 motors. Guards shall be totally enclosed removable 1 type with solid metal band and face screen or perforated metal on angle iron frame with RPM test hole and ade- quate allowance for motor adjustment. 39. STARTERS, DISCONNECTS AND WIRING 39.1 Starters and disconnects will be provided under Section ELECTRICAL WORK, except for special equipment which shall be specified with the equipment. 39.2 Wiring: All line voltage wiring and all conduit will be provided under Section ELECTRICAL WORK. y 40. EQUIPMENT SUPPORTS L 40.1 This Contractor shall furnish and install all necessary L steel supports for fans, coils, receivers, and other equipment as shown on the project design drawings and as required, for a complete and satisfactory instal- 1 lation, and as approved by the Engineer. 41. TESTING, ADJUSTING AND BALANCING (HEATING AND VENTILATING) ( 41.1 General: The completed work of this section shall be l tested, adjusted and balanced to meet design requirements 4 as indicated on the project design drawings and as L HEATING, VENTILATING AND AIR CONDITIONING 15A -20 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA specified herein. 41.2 Adjustments: All dampers, motors and fan sheaves, rcontrollers and all means of adjusting as indicated on i the project design drawings and as specified shall be adjusted and re- adjusted to the satisfaction of the Engineer or his designated representative. Where re- quired or directed by the Engineer or his designated representative fans shall be provided with large or smaller pulleys, as required to balance systems, at no additional cost to the State, sized to drive fans at t speeds necessary to give the indicated volumes. In no event will sheaves be installed to drive fans ` beyond the critical speeds as set down by the AMCA and 1i the motors overloaded in excess of that specified under Article "Electric Motors ". 41.3 Operating Test: For each water system, each cooling and heating system and each ventilating system, the following tests shall be performed and records sub- mitted in tabulated form to the Engineer for review. 41.3.1 Ductwork Systems: I 41.3.1.1 The following readings shall be made and recorded: L 41.3.1.2 Outside Climate Conditions: At the time of testing (Dry Bulb and Wet Bulb). Dry Bulb only for heating systems. HEATING, VENTILATING AND AIR CONDITIONING 15A -21 L 41.3.1.3 Entering Air: Dry Bulb and Wet Bulb temperature of the mixture of return air and outside air. Dry Bulb only for heating systems. 41.3.1.4 Heating Coils: Entering and leaving air Dry Bulb temperatures, CFM, face velocity, gpm hot water, enter- ing and leaving water temperatures, water pressure differential across each coil. 41.3.1.5 Cooling Coils: Dry Bulb and Wet Bulb temperatures of entering and leaving air, CFM, face velocity. HEATING, VENTILATING AND AIR CONDITIONING 15A -21 L CORPORATION YARD IMPROVEMENTS t CITY OF NEWPORT BEACH, CALIFORNIA t r. 41.3.1.6 Diffusers and Registers: CFM, (l supply air Dry Bulb temperatures and discharge velocity. Volume shall be calculated from approved tables as supplied by the diffuser manufacturer. 41.3.1.7 Space Conditions: Dry Bulb temper- atures. 41.3.1.8 Return Air Registers: CFM, return air Dry Bulb temperature and velocity. 41.3.1.9 Return Air: Return air Dry Bulb and Wet Bulb temperatures prior to mixing with outside air. Dry Bulb only for heating systems. 41.3.1.10 Supply Fan: Total CFM supplied, total static pressure developed, and outlet velocity and fan speed for each fan. 41.3.1.11 Exhaust Air: Total CFM exhausted, total static pressure developed. l 41.3.1.12 Motors: Motor speed and ampere in- put reading of each fan motor. 41.3.2 Final Tabulation: 41.3.2.1 All component systems of the heating and ventilating systems shall be tested during an opera- tional test, in the presence of the Contracting Officer or his desig- nated representative. L41.3.2.2 After the components have been balanced, the entire system will L be put into operation and all pres- sures, temperatures, CFM, velocities, etc., recorded and checked against design schedules. C42. OPERATING INSTRUCTIONS 42.1 Upon completion and acceptance of the work by the 4 HEATING, VENTILATING AND AIR CONDITIONING 15A -22 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA ( Contracting Officer, the Contractor shall provide an l experienced engineer to instruct State operators in operation of entire installation. Instruction period shall be for a period of one 8 -hour working day or as approved by the Contracting Officer. Contractor shall provide two (2) sets of typewritten operating instruct- ` ions, parts lists, and service manuals of all equipment, f1 wiring diagrams, control diagrams and testing and balancing reports, suitably bound. 43. WARRANTY 43.1 All materials, apparatus and equipment furnished and { installed hereunder shall be new and free from all de- fects. Should any trouble develop within one (1) year from date of acceptance of the work, due to faulty material and /or workmanship, the trouble shall be corrected immediately by the Contractor without expense to the Contracting Officer. All damage to structure or contents due to such occasion shall be the liability of the Contractor. I I L L L L HEATING, VENTILATING AND AIR CONDITIONING 15A -23 11 [- 0 • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA SECTION 15B PLUMBING 1. SCOPE I1.1 Provide all labor, materials, equipment and services re- quired to complete the installation of the work of this Section as shown on the drawings and described herein, including all incidental work necessary to make it comp- lete, satisfactory and ready for operation. 1.2 The work of this Section shall include, but not be limited to the following principal items: 1.2.1 Sanitary drainage and vent systems. 1.2.2 Domestic and industrial cold water system, including approved type backflow prevention devices. LPLUMBING 15B -1 1.2.3 Domestic hot water systems including water heaters, circulating pumps and safety devices. 1.2.4 Plumbing fixtures and trim, including fixture supports, hose bibbs, etc. 1.2.5 Drains and floor sinks including trap primers. 1.2.6 Insulation for piping and equipment. 1.2.7 Excavation and backfill. 1.2.8 Compressed air system. L 1.2.9 Oil storage tanks and piping systems. 1.2.10 Gasoline dispencers, storage tanks, pumps and piping systems. L1.2.11 Equipment connections as specified. L1.2.12 Cutting and patching as specified. 1.2.13 Hydraulic lifts. L LPLUMBING 15B -1 } i 0 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 1.2.14 Lubrication and oil pumping systems. 1.2.15 Hose reel assemblies. 1.2.16 Natural gas systems. 1.2.17 Miscellaneous, including hangers, supports, access panels, sleeves, flashings and required accessories for a complete installation. 1.2.18 Rough -in and final connections of Contract furnished fixtures or equipment, fixtures or equipment furnished by others, including all required trim and installation of fixture or equipment where specified. 2. WORK NOT INCLUDED IN THIS SECTION 2.1 Concrete work except as otherwise shown specified. 2.2 Starters, disconnect switches and all wiring, except as otherwise specified. 2.3 Painting, except as otherwise specified. 2.4 Indirect drains from air conditioning equipment. 2.5 Installation of access panels and doors. 2.6 Street Connections of water, storm drainage and sanitary sewer. 3. SHOP DRAWINGS. MATERIAL LISTS. SUBMITTAL DATA L L PLUMBING 15B -2 3.1 General: Shop drawings, material lists, and /or plates and brochures as required by the specifications shall be prepared and submitted to the Engineer for.-approval within thirty (30) days after award of the Contract. No work indicated on any one shop drawing shall be started until such drawings have been approved by the Engineer. L3.2 Submittal Data: The Contractor shall submit complete brochures containing names of manufacturers, catalog figure numbers, catalog cuts, trade names, technical data and requested information of each item to be furnished under the work of this Section. The Contractor submit shop drawings and detail description of items Lshall L L PLUMBING 15B -2 fCORPORATION YARD IMPROVEMENTS 1 CITY OF NEWPORT BEACH, CALIFORNIA which are not manufactured and which have to be speci- fically fabricated. Submittal data shall be referenced to article and paragraph numbers of the specifications and to fixture and equipment numbers listed or scheduled. Submittals shall be assembled in numerical order of articles and paragraphs. The brochure shall not contain submittals of material or equipment required under the work of other sections of the specifications, extraneous catalog sections, pages or cuts of equipment or materials not having a direct relationship to the specified item(s) Any catalog pages whereon items other than the specified item(s) to be furnished occurs shall be so marked that the item(s) to be furnished is clearly identified. 3.3 Copies of Submittal Data. Six (6) copies shall be submitted for preliminary review. Three (3) copies shall be returned to the Contractor who shall review correction requirements, if so noted, and resubmit six (6) corrected copies for final review. Three (3) copies of final submittal data will be returned to the Contractor. Additional copies as necessary to correlate the work of other trades shall be prepared by the Contractor at his expense. 3.4 Equipment or Material Installed Without Approval: Equip- ment and /or materials installed without the Contractor receiving written approval from the Contracting Officer are subject to removal and replacement with approved materials, at no additional cost or delay of job progress. 4. DRAWINGS OF RECORD 4.1 The Contractor shall provide and keep up -to -date a complete record set of blueline prints which shall be corrected daily and shall show every change from the original Contract Drawings. This set of prints shall L be kept on the job site and shall be used only as a record set. This shall not be construed as authorization for the Contractor to make changes in the layout without definite instructions in each case. 4.2 Upon completion of work, a set of transparencies of all Contract Drawings shall be obtained from the Contracting Officer at cost and all changes as noted on the record set of prints shall be incorporated thereon with black ink by a competent draftsman. Character and quality of workmanship shall be compatible with original drawings. PLUMBING 15B -3 CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA This set of transparencies shall be delivered to the Contracting Officer. 5. OPENINGS, CUTTING AND PATCHING 1- 5.1 Openings: Openings have been identified on the Architectural and Structural drawings. Should any additional openings or holes be required for the work of this Section, the cost of same shall be the obligation of this Section. �s 5.2 Location: This 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 Section requires such, he shall furnish new and /or additional instructional instructions as to his require- ments for these openings or additional openings or holes, subject to approval by the Contracting Officer. 5.3 Cutting and Patching: All additional cuttings and patching and reinforcement of construction of building, subject to approval by the Contracting Officer, shall be performed under the Section of the specifications covering the particular materials and the cost of same shall be an obligation of this Section. L 6. WORKMANSHIP AND MATERIALS 6.1 Installation: The drawings show the general arrangement of all piping and equipment. Any work indicated on the drawings but not specifically mentioned in the specifica- tions, or vice - versa, shall be furnished and installed. As it is not within the scope of drawings to show all L necessary off -sets, obstructions, sleeves or structural conditions, it shall be the responsibility of the Contractor to install his work in such a manner that it L will conform to the structure, avoid obstructions, pre- serve headroom and keep openings and passageways clear. 6.2 Materials shall be new and in perfect condition. L Materials for similar use shall be of same type and manufacturer, unless otherwise approved. No item of material shall be installed for any purpose or in any L manner not recommended by the manufacturer. Workmanship shall be best standard practice of the trade. 7. COORDINATION WITH OTHER TRADES L PLUMBING r« L 15B -4 • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA ' 7.1 Complete Drawings and Specifications of all trades will be furnished or will be available for inspection in the construction office of the job site. The Contractor shall carefully check these drawings and specifications before installing any of his work. After checking the above mentioned drawings and specifications, the ' Contractor shall in all cases consider the work of all other trades and shall coordinate the work of this Section with that of all trades, so that the best ( arrangement of all equipment, piping, conduit, ducts, fµ etc., can be obtained. 7.2 The Contractor shall call the attention of the Engineer to any points of conflict between the work of this Section and that of the other trades, so that the conflict may be properly adjusted. Work installed under the work of other trades shall be removed and reinstalled at the Contractor's expense when so directed by the Engineer. It shall be understood that no extras to the Contract will be permitted to accoplish the above results. 8. EXCAVATION AND BACKFILL 8.1 General: Do all excavation and backfill required to in- stall the work of this Section both inside and outside as shown on the drawings. All excavation and backfill shall be in accordance with that specified under Section EARTHWORK. Excavations shall be of proper depth and width to install the required piping and /or equipment. 8.2 Piping outside of the building shall be buried to a depth above the top of the pipe of not less than 2' -6" L below finish grade unless otherwise noted on the drawings. Do not backfill until after final inspection and approval of pipe work. 8.3 All Piping Laid in Backfill of less than 95% compaction shall be adequately supported by grade beams and L caissons to prevent any settlement or distortion of piping. 9. CONCRETE WORK 9.1 All concrete work, including equipment housekeeping pads, shall be provided under another section of the work. L LPLUMBING 15B -5 C r • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 1 10. RULES AND REGULATIONS 10.1 The complete installation shall be made in compliance with the requirements of all applicable codes and all legally constituted authorities having jurisdiction. 11. PROTECTION 11.1 Provide for safety and good condition of all materials and equipment until final acceptance by the Owner. Protect all equipment and material from damage and provide adequate and proper storage facilities during the progress of the work. Replace all damaged and defective material or work prior to filing application for final acceptance. 12. DISCREPANCIES 12.1 All Discrepancies between the Specifications and the l Drawings or between Drawings or any contradictory sizes or plate numbers describing the manufacturer's items, shall be brought to the attention of the Engineer and the Engineer shall determine the proper items to be used, with no additional cost to the Contract. 13. SUPERVISION 13.1 The Contractor shall furnish the services of an experienced Superintendent who shall constantly be in charge of the work of this Section, together with all necessary mechanics, detailers and laborers required to properly unload, transfer, detail, erect, connect up, clean, flush, adjust, start, operate and test the installation. 14. CLEANUP L 14.1 Upon completion of the work specified and continuously during the progress of the work, the Contractor shall remove all surplus materials, rubbish and debris resulting from the operation and shall keep and leave the L entire building and involved portions of the site insofar as the work of this Section is concerned, in a neat, clean and acceptable condition. 15. SUBSTITUTION OF EQUIPMENT 15.1 Physical Size, Capacity, etc. of equipment shown on L �. L PLUMBING 15B -6 V L L L L L I CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA the drawings is based on the schedules and /or speci- fied manufacturers equipment. Should the Contractor be allowed to provide the equivalent product of another manufacturer, subject to the Engineer's approval, such product shall be of equivalent nominal physical size of the scheduled equipment, capable of being installed in the manner as intended by the drawings and have features equal to the specified and /or scheduled item which shall be completely identified by comparison. Should the use of an equivalent product of an approved manufacturer result in additional design and /or construction cost for the work of this Section and /or work of other sections of the specifications, such cost shall be borne by the Contractor. 16. VISITING THE SITE 16.1 Before submitting proposals for this work, each bidder shall be familiar with the complete set of plans and specifications and shall have visited the site and familiarized himself with all working conditions under which he will be obliged to work. No allowance shall be made subsequently in this connection, in behalf of the Contractor for any error through negligence on his part. 17. SERVICE CONNECTIONS 17.1 Extend mains to 5' -0" beyond the building line and connect to service mains.as indicated on the drawings. 18. EQUIPMENT CONNECTIONS 18.1 -'General: In addition to the plumbing services for all equipment and fixtures furnished under this Section, the Contractor shall make connections to equipment and fixtures furnished under other Sections as indicated. 19. PIPING INSTALLATION 19.1 General: 19.1.1 The word "Pining" as used herein, means pipe, fittings, nipples and valves and shall be considered as such in this installation. Promptly install 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 PLUMBING 15B -7 PLUMBING 15B -8 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA [ be permanently closed up, furred in or covered t before the inspection and approval of same. All piping systems shall present a neat appear- ance, both as to workmanship and appearance. 19.1.2 All runs of piping shall be made up of full length sections of pipe or lengths cut to fit. Short lengths shall be used at the ends and not at the middle of the run. All offsets shall be made with fittings, and pipes shall not be bent at any time. Pipe sizes shall not be decreased from those shown on the drawings. .19.1.3 All joints shall be made tight without any packing, and if any leaks develop, the defective part must be remade with new materials. Street elbows, bushings, close nipples, long screws, bullhead tees, or crosses shall not be used. All exposed polished or chrome plated connections shall be made up with special care, showing no tool marks. 19.1.4 Interior piping shall be carried in furred walls, partitions, chases or recesses where same are provided. Under no condition shall any piping be run in the floor, except as shown on the plans or as approved. 19.2 Horizontal Sanitary Piping shall be run on a uniform grade of not less than ;" per foot, except as otherwise noted on plans. All vent piping shall be graded so as to free itself quickly of any water condensation. All drainage piping shall be run as straight as possible. LAll offsets shall be made at an angle of 450 or less. 19.3 Water, Oil, Lube and Air Piping shall be run generally level and free of poc]Ets and unnecessary bends. This f piping shall be so graded and valved as to provide for L the complete drainage and control of systems. No piping shall be installed so as to cause an unusual noise from the flow therein under normal operation. Hot and cold water headers supplying a group of fixtures shall be extended full size along its entire length. L All hot and cold water piping shall be separated by at least 6" and every precaution taken to see that the pipes do not come in contact. Where the piping is parallel, ample space shall be provided between piping for the proper thickness of covering. PLUMBING 15B -8 CORPORATION YARD IMPROVEMENTS 4 CITY OF NEWPORT BEACH, CALIFORNIA 19.4 Pipe Laying: 19.4.1 All pipe shall be laid with uniform bearing, with excavations as necessary to receive bell ends. 19.4.2 Underground sewer pipe shall be installed in accordance with ASTM Designation C -12. Pipe shall be laid without break and with bell ends up- grade, except as herein modified. ` 19.4.3 All piping laid in backfill shall be adequately supported by grade beams including necessary r caissons or other approved supports to prevent t any settlement or distortion of piping. 19.4.4 Prior to backfilling, lines shall be visually 1 inspected for grade, alignment and jointing. t Any pipe which is improperly jointed, not in true alignment, or shows any undue settlement after laying, shall be taken up and relaid at the Contractor's expense. ` 19.4.5 All vitrified clay pipe shall have a minimum I of 6" of sand bedding (no rocks, dirt clods, ` debris) and shall be covered sides and top with a minimum of 6" of sand. Remainder of backfill shall be per ASTM C -12. 19.5 Drop Ear Ells and /or Tees. as applicable, securely I installed inside partition, shall be used on copper tubing at all outlets to fixtures, wall trim and outlets. Outlets shall be female, I.P.S. L20. PIPING MATERIALS 20.1 General: Interior systems shall extend to 5 ft. outside L of building and connect to exterior systems except as otherwise shown on the drawings and /or specified. L20.2 Soil, waste and vent drainage: 20.2.1 Soil and Waste: 20.2.1.1 Above Ground: Service weight L "no -hub" cast iron soil pipe and fittings. For sizes or fittings not available in "no -hub" pattern, LPLUMBING 15B -9 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA hub and spigot type piping may be used. 20.5.1 Pipe: Schedule 60 black steel. 20.5.2 Fittings: Forged steel, threaded. L L y PLUMBING 15B -10 20.2.1.2 Underground: Service weight cast iron soil pipe and fittings, hub and spigot type. 20.2.2 Vents: � I 20.2.2.1 Above Ground: Service weight "no -hub" cast iron soil pipe and fittings. 20.2.2.2 Underground: Service weight cast iron soil pipe and fittings, hub and spigot type. ( 20.2.3 Sump Pump Discharge: Schedule 40 galvanized steel with cast iron drainage fittings. 20.3 Water: 20.3.1 Pipe: Type "L" coppper tubing hard temper. 858 red brass pipe, IPS, may be used in lieu of copper tubing where close fitting is re- quired. 20.3.2 Fittings: Wrought copper, solder sweat type. Adapter shall be used where copper tubing connects to iron pipe size brass piping. Cast bronze fittings may be used only in sizes that wrought copper are not manufactured. Flanged connections shall be as herein specified. L20.4 Natural Gas Piping: 20.4.1 Pipe: Schedule 40 black steel. L 20.4.2 Fittings: 150 lbs. malleable iron, screwed, banded type. L20.5 Oil and Lubrication Products Piping: 20.5.1 Pipe: Schedule 60 black steel. 20.5.2 Fittings: Forged steel, threaded. L L y PLUMBING 15B -10 11 L L L r:< L 20.6 20.7 20.8 i • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA Gasoline supply, vapor return, tank vents, tank fill lines. waste oil lines. 20.6.1 Pipe: Schedule 40 black steel. 20.6.2 Fittings: 150 lbs, malleable iron, screwed, banded type. Compressed Air Piping: 20.7.1 Pipe: Schedule 40 black steel. 20.7.2 Fittings: 150 lbs. galvanized malleable iron, screwed banded type. Miscellaneous Piping: 20.8.1 Pipe: 20.8.1.1 Equipment Vents: Schedule 40 galvan- ized steel. 20.8.1.2 Relief Valve Discharge: Schedule 40 galvanized steel. 20.8.1.3 Air Vent Drains: Type "L" copper tubing. 20.8.1.4 Indirect Drains: Type "M" copper tubing. 20.8.2 Fittings: 20.8.2.1 For galvanized steel pipe: 150 lbs. galvanized malleable iron, banded type, screwed. 20.8.2.2 For Copper Tubing: Wrought copper, solder -joint type. 20.9 Pipe Wrapping: All buried steel or copper piping shall be coated with asphalt and wrapped with 15 lbs. asphalt saturated felt, finished with a coat of asphalt and an overwrap of 60 lbs. Kraft paper. Fittings and field joints shall be cleaned and wrapped with two separate wrappings (half lapped) 0.010" x 2" wide Johns Manville "Trantex" No. V -1.0 vinyl wrapping. PLUMBING 15B -11 f � • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 21 JOINTS 21.1 Underground cast iron soil pipe: Oakum packed tight to within 1" from top of hub; pig lead to top, finish [ flush with face. Compression type joints may be used. 21.2 Above ground cast iron soil pipe: "No -Hub" gasket, shield and clamp assembly conforming to Cast Iron Soil Pipe Institute (CISPI) specifications 30.1 -72. 21.3 Threaded Steel Pipe: Threads shall be cut with new clean dies, full thickness of dies. Pipe thread engagement shall be full depth of fitting threads with not more than two threads remaining exposed. Male threads of pipe only shall have thread compound applied smoothly; fitting shall not be doped. After inspection and final approval, exposed threads shall be coated to full size to both ends prior to erection and carefully inspected before installing. 21.4 Brass Pipe: Threads shall be cut same as for steel pipe. Application of thread compound, same as for steel pipe. Pipe shall be made up with friction clamps and wrenches. i Ream ends same as for steel pipe. 21.5 Copper Tubing: Cut square and remove all burrs. Thoroughly clean ends of tubing equal to depth of fittings. �. Use sand cloth, sand paper, or steel wool for cleaning purposes. Apply a coat of solder paste to tubing and fittings. Liquid flux shall not be permitted. Solder to f be 95 -5. All tubing and fittings shall be installed in ' accordance with manufacturer's instructions. All joints shall be prepared by workmen expert in the use of 95 -5 Lsolder. 21.6 Flexible Couplings: Victualic "Standard" Style 77 couplings with Grade H gasket or approved equal. Grooving of pipe shall be in accordance with manufacturer's instructions. L22. UNIONS AND FLANGES 22.1 General: Unions and flanges shall be installed on L both sides of all equipment and where required to facilitate easy removal of valves, etc. 22.2 Unions: On all piping 2" and smaller, ground joint PLUMBING 15B -12 r+ 1 r L L CORPnRATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA pattern. 22.2.1 On copper tubing, 150 lbs., cast bronze, sweat type. 22.2.2 On brass pipe, 200 lbs., cast bronze, screwed. 22.2.3 On steel pipe, 150 lbs., galvanized or black (as required) malleable iron, with brass to iron seat, screwed. 22.3 Flanges: On all piping 2�" and larger and flanged pump connections, with compressed asbestos type gasket. 22.3.1 22.3.2 22.3.3 22.3.4 23. STRAINERS On copper tubing, 150 lbs., cast bronze sweat type. On brass pipe, 150 lbs., cast bronze, screwed. On galvanized steel pipe, 125 lbs., galvanized cast iron, screwed. On black steel pipe, 150 lbs., forged steel, Welding Neck or Slip -On. 23.1 Strainers. Strainers shall be C.M. Bailey No. 100 "Y" type pressure -rated for intended service, pattern with bronze bodies, monel strainer cylinders and - gasketed machined strainer cap. Where shown on the drp.wings, strainers shall be provided with valved (Globe Valve) blow -out piping to floor sink. Valve and piping shall be same size as blow -out plug. Strainers shall be screwed in sizes 2" and smaller and flanged in sizes 2'" and larger. 24. DIELECTRIC ISOLATORS 24.1 Where incompatible piping materials come in contact, except for valves, isolate from each other with F.H. Maloney Type F flange insulation sets with appropriate flanges, ANSI 150 lbs. Insulating sleeves shall be Maloney Mylar and gaskets shall be paper laminated thermo- setting phenolic with neoprene coating on each face. For pipe sizes smaller than 1 ", use 1" flanges with isolation kits and provide reducing fittings PLUMBING 15B -13 (3 1 L 25 L l L L L on downstream piping. VALVES 0 CORPORATION YARD IMPROVEMENTS j CITY OF NEWPORT BEACH, CALIFORNIA 25.1 General: Provide valves in the systems so located, arranged and operated as to give complete regulation of all apparatus, equipment and fixtures. Valves to accomplish this shall be provided whether shown on the drawings or not. Valves shall be as manufactured by Crane, Jenkins, Stockham, Walworth, Nibco or approved equal. Manufacturer's figure numbers speci- fied are for type and construction. Valves for similar service shall be of the one manufacturer. Installation of valves shall conform to the following: 25.1.1 In all branches and /or headers serving more than one piece_of equipment or more than two fixtures. 25.1.2 In all branches taken off a main, serving a single fixture or piece of equipment. 25.1.3 On both sides of all apparatus and equipment. 25.1.4 For shut -off of risers and branch mains. 25.1.5 For flushing and sterilizing the systems. 25.1.6 25.1.7 25.2 Valves: Where shown on the drawings. Valves shall be installed for best appearance, grouping, accessibility and easy maintenance. 25.2.1 Gate Valves: 2" and smaller, Stockham No. B -110, bronze 125 lbs., screwed; 2'k" and larger, Stockham No. G -612, IBBM, 125 lbs., flanged. 25.2.2 Globe Valves: 2" and smaller, Stockham No. B22, bronze, 150 lbs., screwed; 2'" and larger, Stockham No. G -514, IBBM, 125 lbs., flanged. 25.2.3 Check Valves: 2" and smaller, Stockham No. B -319, bronze, 125 lbs., screwed; 2-�" and larger, Stockham No. G -931, IBBM, 125 lbs., PLUMBING 15B -14 i • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA flanged. 25.2.4 Balancing Valves: Provide balancing valves where indicated on the drawings and as speci- fied herein. 2" and smaller, Stockham No. B -29 Glove or B0229 angle as applicable, bronze, 150 lbs., screwed, plug disc. 26. AIR ELIMINATORS 26.1 Install Automatic Air Eliminators at high points of t of hot water systems. Eliminators shall be Armstrong No. 1AV 150 lbs. working pressure. Install eliminators { with inlet size shut -off gate valves and install <" j soft copper discharge piping to nearest floor sink or service sink. Copper tubing shall be Type "L ". ` 27. BACKFLOW PROTECTION 27.1 All plumbing fixtures, faucets with hose connections, and all other equipment having plumbing connection shall have their water supplies protected against all possible backsiphonage by approved backflow prevention devices as specified with the equipment and /or indicated on the drawings. Devices installed in hot water lines shall be trimmed for hot water service. 27.2 Industrial Lines: Reduced pressure type, Beeco No. 6 -C, 10 or No. 12 as required by code and /or size require - ments. Units to be equipped with double gate valves, test cocks and drain. Drain to be piped to nearest floor sink or as shown on the drawings. 27.3 Vacuum Breaker, Atmospheric type, except as otherwise specified with fixtures, shall be Febco Figure 710 A angle type or 710 G globe type as applicable, polished chrome plated, size as applicable. 27.4 Vacuum Breaker, Pressure type, Febco Figure 760. L28. PRESSURE AND TEMPERATURE RELIEF VALVES 28.1 Furnish and install relief valves for equipment and L apparatus as shown on the drawings and as specified. Pressure relief valves shall be ASME rated. All valves shall be properly sized for the system in which Linstalled and discharge piping shall be run to nearest LPLUMBING 15B -15 � � s �. CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA suitable floor or service sink, or as indicated on the drawings. 29. WATER HAMMER ARRESTORS 29.1 Furnish and install a water hammer arrestor on each hot and cold water header supplying a group of fixtures and on the hot and cold water line to a single fixture that is not supplied from a header, and all equipment, including equipment fitted with self - closing, quick closing or solenoid valves. Arrestors shall be of all 1 stainless steel construction, Smith Series 5000. "Hydrotrol" Zurn Series Z -1700 "Shoktrol ", or approved ` equal. Arrestors shall be sized in strict accordance with i! the manufacturer's instructions, Water hammer arrestors shall be provided with access panels as specified in Article "ACCESS PANELS i 30. SLEEVES AND ESCUTCHEONS ( 30.1 Sleeves: 30.1.1 General: For concrete construction, sleeves shall be set in forms before concrete is poured. omit insulation in sleeves. Provide t 'Y" clearance between sleeve and non - insulating piping. Sleeves set in fire walls shall be caulked between pipe and sleeve with asbestos rope. Where watertight caulking or sealing is specified, material shall be Products Research Company, "Rubber Caulk" No. 150 heavy type, or approved equal, applied in accordance with manufacturer's instructions. 30.1.2 Sleeve Material: 30.1.2.1 In slab construction: Schedule L 40 black steel pipe, reamed both ends. Sleeves inside partitions may be "Adjus- to- crete" Fig. No. 1 L adjustable sleeve with Fig. 99 galvanized thimbles. Sleeves shall extend 2" above finished floor and upper surface to be sealed watertight. L30.1.2.2 In masonry walls, partitions and ceilings: 25 guage galvanized iron L LPLUMBING 15B -16 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA or steel. 30.1.2.3 Sleeves through waterproof mem- branes: J.R. Smith No. 1720 Series or approved equal, stack sleeve with caulking recess and flashing clamp device with corrosion resistant clamping bolts. Sleeve shal be schedule 40, galvanized steel pipe. Caulk space between pipe and sleeve with outer surface sealed watertight. L L PLUMBING 15B -17 30.1.3 Escutcheons shall be steel (prime coated) set screw flanges, where exposed pipes pass through walls, floors, ceilings and partitions. Escutcheons shall be bell shaped at pipe sleeves extending above floors. 31. CLEANOUTS 31.1 General: Location of cleanouts in finished portion of the building shall be approved by the Engineer before installation. Cleanouts shall be of same nominal size as pipe they serve, except where they occur in piping ' 4" and larger, in which case they shall be 3�" in size. All cleanouts shall be accessible. All cleanout plugs shall be brass with I.P.S. taper thread. Graphite shall be used on all cleanouts with all threads being thorough- ly greased after acceptable pressure test. Cleanouts shall be J.R. Smith or approved equal. Figure numbers specified are for identification of type and construction. 31.2 Interior Cleanouts for Sewer and Waste shall be located as required by the latest issue of the Local Plumbing Code, and as indicated on the drawings. Access panels for wall and ceiling cleanouts shall be provided under the work of this Section. 31.3 Floor Type: Smith No. 4028 cast iron sectional, adjust- able cleanout with round nickel bronze scoriated secured cover and rim and extra heavy brass plug. Cleanout with L flashing clamp shall be provided when cleanout is installed in floors with waterproof membrane. Provide recess cover type as applicable for tile, resilient tile, or terrazzo. 31.4 In Walls: Tapped tee with extra heavy brass plug; Smith No. 4512. Access panel shall be as specified under LArticle ACCESS PANELS AND DOORS. L L PLUMBING 15B -17 0 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 32, TRAPS 32.1 Soil and Waste: All drains and floor sinks connected to sanitary sewer systems shall have cast iron "P" traps, with seal, and of weight conforming to piping system in which installed. Traps requiring priming shall have an approved fitting, adapter or priming boss. 32.2 Fixture Traps shall be as specified with the particular fixture. 33. HANGERS AND SUPPORTS ! 33.1 Horizontal Piping: Hangers for piping 4" and smaller ! shall be split ring type of steel or malleable iron, Grinnell Fig. 104, hangers for piping 5"', and larger shall be clevis type, Grinnell Fig. 260 or approved equal, with adequate solid rods and with vibration isolators as specified herein. In lieu of individual hangers, trapeze hangers may be used for parallell pipes, details of which shall be submitted to the Engineer for approval. Hanger rods for both single and trapeze hang- ers shall be hung from suitable clips, beam clamps or { inserts, as required; "Phillips" shield may be used only C when authorized. Explosive type fasteners will not be permitted. 33.2 All vertical pipe lines shall be supported, not hung. { 33.3 Hanger supports: Where hanger rods are longer than 18" provide lateral bracing at every fourth hanger, or as directed. No piping shall be supported by wire, rope, wood or other make -shift devices. 33.4 Hangers shall be spaced as follows: Steel pipe and smaller every 6 feet; 3/4" and 1" every 8 feet; 1 -4" and larger, every 10 feet cast iron soil pipe, at 5 foot intervals or every 10 feet for 10 feet long sections and at each joint; copper tubing 1;" and smaller, every 6 feet; 2" and larger, every 10 feet. Where building construction does not permit the above specified spacing of hangers, this Contractor shall provide adequate additional steel supports. Location and details shall Lbe submitted to the Contracting Officer. 33.5 Protection Shields shall be installed at all hangers and Lsupports of insulated piping. Shields shall be centered PLUMBING 15B -18 L 34. I 35. L C L L L L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA on hangers or supports and shall be of sufficient guage to prevent depressing insulation but not less than 18 guage, 12" long on piping 3" and smaller and 14 guage 12" long on piping larger than 3 ". 33.6 Vibration isolation sleeves or pads of metal backed felt shall be installed between pipe and all hangers and supports of uninsulated water piping, of sufficient thickness to prevent metal -to -metal contact, "Semco" or approved equal. 33.7 Insulation inserts shall be as specified under Article "Insulation and Covering ". 33.8 Miscellaneous supports, wall brackets, and anchors shall be provided where required and /or shown on the drawings, in accordance with the best standard practices of the trade and shop drawings shall be submitted to the Contracting Officer for approval. FLASHINGS 34.1 Pipes: Furnish and install on each pipe passing through the roof, a Semco No. 1100 -4 four lb. seamless lead flashing assembly with 8" skirt or approved equal. Flashing shall have steel reinforced boot and be complete with caulk type cast iron counter flashing sleeve and permaseal waterproofing compound. ACCESS PANELS AND DOORS 35.1 . General: All concealed valves, controls, wall cleanouts, etc., shall be provided with access panels or doors which shall be furnished under the work of this Section and installation shall be the responsibility of the General Contractor. Access doors are not required in removable ceilings. 35.2 For ceilings and walls (exce t tile walls): Access To-ors shall be bonderized steel, with flush screw driver operated cam latch, fitted with concealed hinges, 1800 door swing, factory prime coated. Access doors shall be Milcor, or approved equal. Style "A" for acoustical tile, Style "B" for acoustical plaster, Style "K" for non - acoustical plaster, and Style "M" elsewhere, 12" square unless otherwise noted on the drawings. PLUMBING 15B -19 CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA 1 35.3 For tile walls: Access panels shall be chrome plated bronze, J.R. Smith No. 4730 face wall type, 8" square opening unless otherwise noted on the drawings. r 36. SUMP PUMPS ( 36.1 Heavy duty, non -clog, submersible pumps, size, capacity S and electrical characteristics as indicated. 36.2 Each unit shall be complete with volute and non -clog im- peller, motors, controls. C' 36.3 Check valves on discharge piping shall be the same as specified for water. 36.4 Motors shall be designed for continuous duty and have mechanical shaft seals and built -in thermal overload protection. 36.5 Units shall have integral float switch control. 37. HOT WATER CIRCULATING PUMP 1 37.1 Bell and Gossett all bronze inline type, or approved equal, with bronze body, bronze impeller, stainless steel shaft, mechanical seal, resiliently mounted motor and flexible motor coupling. Size, capacity, operating conditions and electrical characteristics shall be as shown on the drawings. 38. DRAINS AND FLOOR SINKS 38.1 General: Manufacturer's figure numbers specified are for type and construction. Types specified below shall be installed in construction with waterprrof membrane, drains shall be provided with flashing clamp device with corrosion - resistant clamping bolts. Smith, Josam, Zurn, or equal. 38.2 Drains: 38.2.1 FD -1 Floor Dre.in: J.R. Smith No. 2010 -A with flashing clamp, seepage openings, with 5 diameter polished nickel bronze adjustable strainer. 38.2.2 FD -2 Floor Drain: J.R. Smith 2415 with flash- ing clamp, heavy duty grate, sediment bucket. PLUMBING L 15B -20 0 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 38.3 Floor Sinks: 38.3.1 J.R. Smith No. 3430 with flange with seepage holes, 12" square, acid resisting enamel inside, "Lumaloy" dome bottom strainer, acid resisting enameled cast iron full top grate. 39. PLUMBING FIXTURES 39.1 General: Fixtures shall be American Standard or equivalent of approved manufacturer. All fixtures shall be white unless otherwise specified. All brass work, traps, and exposed piping used in conjunction with fixtures shall be polished chromium plated, unless otherwise specified. All supplies and traps shall have polished chrome plated escutcheons.' 39.2 Fixtures: Furnish and install, complete, the follow- ing items as located on the drawings and as specified. C 39.2.1 WC -1 Water Closet: American Standard 2206.027 "Afton ", vitreous china, floor mounted, Isiphon jet, complete with: ` 1' " top spud. 5320.114 white open front seat. Setting gasket and flange. l Sloan Royal 110 -YO flush valve with screwdriver stop, vacuum breaker. I 39.2.1.1 Urinal: American Standard 6500.011 "Washbrook ", vitreous chinea, wall hung, complete with: Wall hanger. 3/4" top spud. L 2" threaded outlet. Sloan Royal No. 186 -11 flush valve with screwdriver stop, vacuum Lbreaker. 39.2.1.2 L -1 Lavatory: American Standard L 03 -1.072 "Lucerne ", 20 "x18 ", vitreous china, wall hung, complete with: 2303.154 supplies with angle stop Land flexible tube risers. LPLUMBING 15B -21 C CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 1; "xl-Y" 17 guage brass tubing P -trap. L PLUMBING 15B -22 (2) 2295.062 self closing faucets, indexed. 2411.015 grid strainer with 14" tail- piece. 39.2.1.3 L -2 Lavatory: American Standard 0470.021 "Ovalyn ", vitreous china, countertop, complete with: Mounting frame. Mounting kit. 2303.154 supplies with angle stop and flexible tube risers. 134 "xl�" 17 guage brass tubing P -trap. 2248.623 faucet with pop -up drain and 1;" tailpiece. 39.2.1.4 L -3 Wash Fountain: Bradley type KFC precast terrazzo Corner type with powdered soap dispenser, spray - 1 head, bee hive strainer, supply pipes, mixing valve, volume control valve, pedestal, P -trap, and required ac- cessories. 39.2.1.5 L -4 Wash Fountain: Bradley "Duo" foot operated with sun tan bowl and beige panels, P -trap, all standard equipment. i'39.2.1.6 S -1 Sink: American Standard 6002.331, 24 "x21 ", stainless steel countertop type, single compartment, complete with: 4146.155 faucet. 4331.013 crumb cup strainer. E 1'V "xl3-," 17 guage tubing P -trap. 2303.154 supplies with angle stops Land flexible tubing. 39.2.1.7 S -2 Sink: American Standard 6002.331, 24 "x21" stainless steel countertop L type, single compartment, complete with: L PLUMBING 15B -22 1 L L L L L L L 0 40. EQUIPMENT CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4150.132 faucet. 4331.013 crumb cup strainer. 1' "xl�" 17 guage tubing P -trap. 2303.154 supplies with angle stops and flexible tubing. 39.2.1.8 Service Sink: American Standard 7692.049 "Lakewell" enameled cast iron, 22 "x18 ", complete with: Wall hanger. Rim guard. 7798.044 trap standard, 2" outlet, with strainer. 8341.075 faucet with vacuum breaker. 39.2.1.9 Drinking Fountain:, General Electric. No. PS -8, floor mounted, electric, with integral refrigeration unit, U.L. listed. Provide 3/8" supply stop in supply line and 1; "xl4" P -trap. 39.2.1.10 Shower: American Standard 1200.310 with screwdriver stop; Smith 2010 -A floor drain. 39.2.1.11 Emergency Eye Wash: Bradley S 1923, wall mounted. 40.1 " R -1 and 'R =5 Overhead hose reel assemblies: 40.1.1 Each assembly units. Units Corporation. 40 feet of Y" cord for elec follows: shall consist of two four reel shall be as supplied by ARO Each reel shall be provided with Z.D. hose (40 feet of electric tric reel). Units shall be as 40.1.1.1 One four reel units shall serve air, water, transmission fluid and 90 weight gear oil. The unit shall consist of one 614010 air reel assembly with 2608 connector and 21( quick connect coupler; one 614012 water reel assembly; one 614006 PLUMBING 15B -23 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA ( transmission fluid assembly; one t 614475 reel mounting assembly; all required accessories for instal - lation and operation. 40.1.1.1 One four reel unit shall serve engine r oil, hydraulic fluid, chassis lube Iand electric drop cord. The unit shall consist of one 614007 engine oil reel assembly; one 614006 hyraulic fluid freel assembly; one 614008 chassis lube reel assembly; one 61571 ready ready light reel assembly; one 614475 reel mounting assembly; all required accessories for installation and operation. 40.2 R -2, R -3, R -4, R -6 Overhead hose reel assemblies: L PLUMBING 15B -24 40.2.1 Each assembly shall consist of one five reel unit. Units shall be as supplied by ARO Corporation. Each reel shall be provided with 40 feet of �" I.D. hose (40 feet of electric cord for electric reel). Each unit shall consist of one 614010 air reel assembly with 2608 connector and 210 quick connect coupler; one 614012 water reel assembly; one 614007 engine oil reel assembly; one 614008 chassis lube reel assembly; one 6151 ready light reel assembly; one 614475 reel mounting assembly; all required k._ t accessories for installation and operation. 40.3 R -7 Wall mounted air reel assembly shall be ARO Corp- oration. 614232 with 40 feet of ;" I.D. hose, 2608 connector and 210 quick connect coupling. Unit shall be suitable for wall mounting. Provide all required Laccessories for installation and operation. 40.4 R -8 Wall mounted air reel assembly shall be ARO Corp- oration. 614232 with 40 feet of 15" I.D. hose and 635129 radiator bibb. Unit shall be suitable for wall mounting. Provide all required accessories for installation and operation. 40.5 Overhead reel assembly at fuel pump island: Assembly shall consist of one three unit. Unit shall be as L L PLUMBING 15B -24 • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA supplied by ARO Corporation. Each reel shall be provided with 40 feet of Y' I.D. hose. 40.5.1 The unit shall consist of one 61401 air reel assembly; one 614012 water reel assembly; one 614007 engine oil reel assembly; one 614473 reel mounting assembly; all required I accessories for installation and operation. 40.6 Engine Oil Pumps: ' 40:6.1 Pumps shall be ARO Corporation. Model 612729 -425 series air operated stub pump complete with 640038 low level cut -off. L PLUMBING 15B -25 40.7 Product Pumps: 40.7.1 Pumps shall be as supplied by ARO Corporation and shall be as follows: ITransmission fluid pump: No. 662008 -D. Gear oil pump: No. 662008 -D. Hydraulic fluid pump: No. 662008 -D. Chassis lube pump: No. 612264 -D. 40.8 Hydraulic lifts shall be as scheduled and as shown on the drawings. 40.9 Gasoline dispensers shall dual hose type. 40.9.1 Meter -- Micro -- accurate, 2- piston positive (u displacement, rotary valve, exterior adjust- ment meter with aluminum case, stainless steel liners, and stainless steel operating parts. 40.9.2 Computer -- Computer with white numerals debossed on black metal wheels. Registers up to 99.9 L gal., totalizer shall register up to 99,999.9 gal. L40.9.3 Semiautomatic reset and switch shall be two separate operations. Interlock shall assure computer reset before each delivery. L40.9.4 Chassis -- Constructed of rugged, heavy gage steel. Designed for strength and simplicity. L L PLUMBING 15B -25 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 40.9.5 Housing - -Top panels and lower side panels shall be steel. Upper side panels of Rigidized steel. All panels shall be removable and replaceable for easy field maintenance. All housing joints shall be weather lapped to eliminate the need for gaskets. 40.9.6 Lower door panels shall be 1 -piece steel. Unit t shall be baked synthetic, gasoline- resistant enamel. 40.9.7 Upper bezels, covering dial face, shall be extruded aluminum with anodized finish. t :0.9.8 Hoses and Nozzles -- Gasoline- resistant hose shall i extend 11h ft. Nozzle shall be shockproof, variable flow, non - chattering type with anti- drain valve and shall have vapor recovery feature.1 40.9.9 Unit shall be Wayne or Bennett and shall be approved by Underwriters' Laboratories, Inc. LPLUMBING 15B -26 I L 40.10 Air compressor shall be two stage, mounted ASME rated and stamped tank. Each compressor shall be complete with compressor belt guard, operating pressure switches, pressure reducing valves, relief valve, oil and dirt removal filter, air dryer, guages, and all other access- ories required for complete and automatic operation. Provide starters and automatic alternator. 41. FIXTURE BACKING - I' 41.1 Except as otherwise specified, provide proper backing for each plumbing fixture requiring same, at the time j roughing -in is done. 41.2 On Stud Partitions: Backing shall be a "x8" steel plated welded or bolted to at least three studs. If welded, L not less than 3/16" electric arc fillet shall be made at the top and bottom edges of the plate and across the full width of the flanges at each stud that it touches. L The steel plate shall be drilled and tapped in each case as required to receive the fixture or fixture carrier mounting bolts. 41.3 On Masonry Walls: Securely fastened with heavy expansion bolts of required length. f L LPLUMBING 15B -26 I L CORPORATION YARD IMPROVEMENTS ` CITY OF NEWPORT BEACH, CALIFORNIA •tr 41.4 Fixture Bolts: All wall fixtures shall be hung or ` supported with 5/16" brass bolts of sufficient length to securely fasten the fixture to the backing. All exposed heads of bolts for fixtures shall be chrome plated. 42. THERMOMETERS 42.1 General: Thermometers shall be the vapor tension type, or as specified otherwise, 4h" diameter, corrosion resisting movement, black casing. Thermometers installed on insulated lines shall be provided with an extention piece. All thermometers shall be installed with separate sockets. Thermometers shall be Marsh Instrument Type 59, or approved equal. ' 42.2 Thermometers shall be installed for the following services: L L !_ L I L L 42.2.1 Outlet of each gas fired hot water heater. 43. INSULATION AND COVERING 43.1 43.2 General: All insulating materials required for piping shall be furnished and installed under this Section. The execution of the work shall be in accordance with the insulation manufacturer's recommendations and materials applied by their approved Contractor, in strict accord- ance with the best practice of the trade and the intent of these specifications. Pipe hangers and supports shall fit outside of insulation. Insulation protection shields shall be as specified under Article HANGERS AND SUPPORTS and shall be installed at the same time as insert sections and /or insulation is installed. Insulation shall not rest on bare hangers. All insulation shall comply with NFPA -90A, U.L. Standards 723, and shall have a maximum flame spread of 25. Insulation shall be applied as specified herein. Insulation shall meet the requirements of all authorities having jurisdiction. Owens - Corning, Johns - Manville, or equal. Pipe Insulation: 43.2.1 General: All above ground hot water supply and return piping shall be insulated with Owens -Corn- ing Fiberglass 25 C -P insulation jacketed with a vapor barrier laminate of aluminum foil and PLUMBING 15B -27 I I CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA presized glass cloth with self - sealing lap. End joints shall be sealed with manufacturer's joint sealing strip with pressure sealing ad- hesive. Insulation shall be of the following thickness: Hot Water Supply and Return: 3/4" thick. 43.2.2 Insulate valves, fittings, strainers, unions and flanges by either prefabricating or by fabricating fittings from mitered segments of pipe insulation to an equal thickness of ad- joining pipe insulation. where pipe insulation cannot be applied, point up to a smooth even finish with a plastic insulating cement and finish with fiberglass reinforcing cloth and a final coat of mastic. Contractor has the option of using Zeston fitting covers with factory precut "Hi -Lo Temp" insulation where applicable. Strainers shall be so insulated as to provide easy removal of strainer screens. 43.2.3 At hangers on piping 2'h" and larger, where the pipe is supported by the insulation, the Insulation Contractor shall install an insert section. Inserts shall be calcium silicate, cut to the same thickness as adjoining insulation, installed centered on hangers or supports. 44. PAINTING PLUMBING 15B -28 44.1 Protective Painting only shall be an obligation of the work of this Section. All finish painting shall be done under Section PAINTING. All apparatus or equipment furnished under this Section shall be provided with a shop coat or finish coat at the factory as specified. 44.2 Under this section, all uncoated pipe hangers in con- cealed locations shall be given one heavy coat of black asphaltum paint before being concealed. All uncoated cast iron or steel supports, etc., that will be concealed, L or will not be accessible when installation is completed, shall be given one heavy coat of black asphaltum. All pumps, motors, compressors, etc., with factory enamel L finish shall be carefully cleaned, oiled, and rubbed down before final acceptance. L PLUMBING 15B -28 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 44.3 All finish painting for hangers, piping, etc. shall be done under Section PAINTING. This Contractor shall co- operate by designating by tag or otherwise, the various services and items. 45. TESTS 45.1 General: After installation is complete, but before t piping is furred in or before insulation is applied, all piping and equipment shall be tested and proved tight under the following conditions. Each system may be tested in partial increments at the working �^ pressure required for that system but in no case less than 150 psi for all water systems. In addition to the partial system tests, the complete system shall be tested as a unit. 45.2 Pressure Tests: Use Bristol Recording Guage on all tests and turn over all test charts to the Engineer. Guage Pressure Guage Pressure After System At Start of 4 Hours of Test---- - Tested Test Not Less Than All Water 150 pounds 150 pounds Compressed Air 300 pounds 300 pounds Natural Gas 150 pounds 150 pounds Oil and Lubri- cation Systems 300 pounds 300 pounds Gasoline 150 pounds 150 pounds _. 45.3 Drain, Sewer, Soil, Waste, Vent Piping: Fill with water to top of highest vent or downspout, allow to stand two L (2) hours or longer as directed by the Contracting Officer. Testing may be done in sections. Each section tested shall include at least 10 feet of the upper portion of the L next preceeding section, to provide a minimum of 10 feet of head pressure at all points. All leaks shall be repaired before closing in of piping. Defective material shall be removed and replaced with new material. 45.4 Operating Tests: L 45.4.1 Tests shall be performed before final acceptance and under the supervision of the Owner's representative. Duration of the tests shall be for eight (8) hours. All labor and instruments L L PLUMBING 15B -29 I I li 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA for tests shall be furnished by the Contractor. 45.4.2 Tests shall demonstrate that there is free and equal circulation from each part of the piping systems, as well as satisfactory operation of all valves, pumps, equipment, automatic controls, etc. 45.5 Should the Contractor refuse or neglet to make any tests necessary to satisfy the Owner's representative that he has carried out the intent and meaning of the specifi- cation, the Owner may make such tests and charge the expense thereof to the Contractor. 46. CLEANING PIPING SYSTEMS 46.1 After the piping systems have been tested and proved tight, the Contractor shall clean the various systems of any dirt, scale, oil, grease or waste which may have accumulated during the process of installation. 47. WATER SYSTEM STERILIZATION 47.1 After testing and cleaning and before any use of system is made for domestic purposes, it shall be sterilized by slowly filling with water to which a sterilizing agent has been added, at a rate giving 50 PPM of chlorine, as determined by residual chlorine test at extremities of the line. After lines have been filled for a period of three hours, tests for residual chlorine shall show not less than 50 PPM. If less than 50 PPM is indicated, drain or flush out the line and repeat sterilization treatment until tests indicate at least 50 PPM of residual chlorine after three hours. The lines shall then be flusher: out until all traces of chemical have been removed. The sterilization method shall comply with all requirements of authorities having jurisdiction but in no case less than the minimum requirements described herein. All piping accessories, materials or appurtenances required to perform the above procedures shall be furnished as an obligation of the work of this Section. 48. ELECTRIC MOTORS 48.1 General: Furnish and install all motors for driving equipment furnished under this Section. Motors shall be of proper power and speed to suit specified makes Lof equipment. Motor HP, RPM and electrical character- PLUMBING 15B -30 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA istics shall be as shown on the drawings. Motors and accessories shall comply in all respects with ANSI, NEC and NEMA Standards. All motors to have a rating to provide a minimum of 15% over required B.H.P. 48.2 Motors: Motors shall be NEMA Design B, NEC Code F or lower inrush. 48.3 All motors shall be open drip -proof type, unless otherwise specified. Totally enclosed type motors shall be fan cooled. Except where specified or noted T.E.F.C. ` or "Weather Protected" all motors shall be NEMA Type I weather protected and shall be provided with special Class "B" moisture resistant insulation. Unless otherwise specified, all motors shall be continuous duty, 50 °C. rise type. All 3 -phase motors shall "have ball bearings. 49. STARTER, DISCONNECTS AND WIRING 49.1 Starters and disconnects will be provided under the work of Section ELECTRICAL except for special equipment as specified with the equipment. 49.2 Wiring: All power wiring, line voltage control wiring and all conduit will be furnished and installed under the work of Section ELECTRICAL. 50. OPERATING TESTS 50.1 After the entire plumbing installation has been completed, the Contractor shall operate all equipment under normal conditions, make all required adjustments to automatic controls and shall test all systems and equipment for proper operation, to the satisfaction of the Owner. 51. OPERATING INSTRUCTIONS 51.1 Upon completion of work, Contractor shall provide an experienced engineer to instruct Owner's operators in operating of entire installation. The Contractor shall } provide four (4) sets of typed operation instructions L suitably bound and shall provide two (2) sets of wiring diagrams of controls, mounted in framed glass and installed Lwhere directed by the Engineer. 52. WARRANTY L L I PLUMBING 15B -31 1 � • CORPORATION YARD IMPROVEMENTS { CITY OF NEWPORT BEACH, CALIFORNIA L L L 52.1 All materials, apparatus and equipment furnished and installed hereunder shall be new and free from all defects. Should any trouble develop within one (1) year from date of acceptance of the work, due to faulty or inferior material and/or workmanship, the trouble shall be corrected by the Contractor without expense to the Owner. The work shall be installed in such a manner that the operation of every part of each system shall be noisless to the extent that no sound of operation shall be heard outside the rooms enclosing the apparatus, equipment or piping. PLUMBING 15B -32 [ 1 1. SCOPE: I L 0 L L L L L • CITY NEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. SECTION 16 ELECTRICAL 1.1 This section describes furnishing and installing a complete, operable electrical system in accord- ance with these specifications and the accompanying drawings including the following principal items of work: 1.1.1 Electrical and Telephone Service Require- ments. 1.1.2 480/277 volt, 3 phase, 4 wire service. 1.1.3 480/277 volt, 3 phase, 4 wire distribution system. 1.1.4 120/208 volt, 3 phase, 4 wire distribution system. 1.1.5 Transformers, panelboards and switchboards. 1.1.6 Lighting fixtures. 1.1.7 Conductors, wiring devices, contactors, relays, and disconnect switches. 1.1.8 Grounding system. 1.1.9 Incidental items not indicated on the drawings or mentioned in the specifications that can legitimately and reasonably be inferred to belong to the work described or be necessary in good practice to provide a complete system shall be furnished and in- stalled as though called out here in every detail. 1.2 Related work specified elsewhere but not limited to: 1.2.1 Trench excavations and backfilling for the underground electrical lines shall be per- formed as a part of the work of this section in accordance with the applicable require- ments of Section covering Earthwork, « Electrical 16 -1 L_ CITY 0 NEWPORT BEACH CORPORATE YARD r NEWPORT BEACH, CALIF. i 1.2.2 Furnishing and installing all motors for the ventilating and air conditioning systems are a part of the work of Section 15. Connecting these motors and furnishing and i installing all other motor starters are as indicated on the drawings and are part of this section. 1.3 Reference Standards: The work of this section shall conform to the applicable requirements of the following reference standards: 1.3.1 Basic Electrical Regulations, part 3 of the Building Standards, Title 24 of California Administrative Code, published by the Documents Section, State of California !{ Department of General Services, Sacramento, California. 1.3.2 National Electrical Code, NFPA 70 -1981, published by National Fire Protection �. Association, Boston, Mass. 1.3.3 Standard for the Installation, Maintenance and Use of Remote Station Protective Signal- L ling Systems, NFPA 72C -1972, published by the National Fire Protection Association. 1.3.4 Standards of Installation, published by the National Electrical Contractors Associa- tion, Inc. of Washington D.C. 1.3.5 Requirements of CAL /OSHA and City of Newport Beach. L1.4 Ordinances and Regulations: The work of this section shall conform to the applicable requirements of all legal authorities having jurisdiction. Should the L specifications or drawings require higher standards or larger sizes than those required by an ordinance or regulation, the specifications or drawings shall f govern. Should the specifications or drawings contra- dict an ordinance or regulation, the ordinance or regulation shall govern. Any such conflict of re- quirements shall be called to the attention of the Owner prior to commencing the work of this section. 1.5 Permits, Inspections, Tests: The work of this section L shall include obtaining and paying for the required electrical permits, arranging, for the required electri- cal inspections, furnishing all instruments and L (;' Electrical 16 -2 Electrical 16 -3 CITY* NEWPORT BEACH t CORPORATE YARD NEWPORT BEACH, CALIF. r i and performing all tests for the work of this section required by the legal authorities having jur- isdiction and correcting all failures and replacing damaged portions of the work resulting from the r tests. [r 1.6 Temporary Service: The work of this section shall include providing electrical service for construct - tion. The extension cords for the light and power and the lamps shall be furnished by the contractor requiring such equipment. The electric current charges for the temporary service shall be paid by the Contractor. 1.7 Shop Drawings: In accordance with the requirements of the General Conditions, dimensioned shop drawings for the work of this section shall be submitted for: Panels Transformers Circuit Breakers Motor Starters Switchboards Lighting Fixtures 1.8 Record Drawings: In accordance with the require- ments of the General Conditions, a complete set of electrical contract prints shall be maintained in good order and all changes to the contract shall be clearly recorded on this set of prints. At the end of the project, all changes shall be submitted to the Owner. The first sheet of each set shall be signed by the electrical contractor as being a correct and accurate record of the installation. 1.9 Service manuals: Before the final acceptance of the job, the electrical contractor shall furnish 3 copies of a service manual for each major item of 1 electrical equipment such as panelboards. Each t manual shall contain a catalog cut for each item, identified to correspond to the drawings and specifi- cations. 1.10 Coordination: L1.10.1 The contract drawings indicate the general location and arrangement of the equipment, conduit and wiring, the lighting fixtures, equipment and outlets shall be located to avoid any interference with the architectural, mechanical and structural features of the L building. Further more, the lighting fixtures shall be symmetrically located according to the room arrangement. All locations for L Electrical 16 -3 1.12.3 All panel directories shall be typed and be installed under plastic covers. LElectrical 16 -4 CITY OWEWPORT BEACH CORPORATE YARD r NEWPORT BEACH, CALIF. i the work of this section shall be coor- dinated with the drawings of other trades. 1.10.2 Should any conflicts necessitate depart- ures from the contract drawings, the details of the departures and the reasons therefor shall be submitted as soon as practical for the written approval of the Architect and the fixture or equipment shall not be installed until such approval is received from the Architect. Ir 1.10.3 The necessary connectors and adapters shall be provided to insure that all electrical items and all items described in other sections of the specifications will mate with the electrical work. ( 1.11 Access to Equipment: All starters, switches, [ receptacles, controls, pull boxes, etc. shall be located to provide easy access for operation, repair, replacement and maintenance; should such items be concealed, access doors shall be provided. 1.12 Identification of Equipment and Wiring: 1.12.1 Appropriate nameplates with phenolic plastic engraved legends shall be provided to identify each power and lighting panel and the motors starters, disconnect switches, contactor, relays, control stations, junction boxes, etc. All name- plates shall be attached to the related equipment with brass machine screws, brass bolts or pop rivets. The legends on the nameplate shall clearly identify the service L and spell out the full name of the equip- ment. The panel nameplate shall state the panel indicated on the drawing and the L voltage. The mechanical equipment shall use the designations indicated on the mechanical drawings. L 1.12.2 All wiring shall be identified at each termination and splice with linen adhesive tags placed with 2" of the termination or L splice. 1.12.3 All panel directories shall be typed and be installed under plastic covers. LElectrical 16 -4 L L, L CITYlk NEWPORT BEACH CORPORATE YARD NEWPORT BEACH 1.12.4 Color coding of wiring: Wiring system shall be color coded throughout. Color coding shall be black, red and blue for hot legs of 120/208 volts system with white for neutral. Use brown, orange and purple for hot legs for 277/480 volts system with a grey neutral. 1.13 Testing: 1.13.1 Upon completion, the electrical contractor shall test the entire installation for continuity grounds and short circuits. The electrical contractor shall make all adjustments and demonstrate in the presence of the Owner that the work is in compliance with the drawings and specifications. 1.13.2 In the presence of the Owner, the electrical contractor shall perform all tests required by the legal authorities having jurisdiction. Providing all instruments, equipment, labor and materials to complete the tests is a part of the work of this section. 1.13.3 Should any of the tests or inspections reveal any defective materials, improper installations, poor workmanship or variations from the drawings or specifications, the electrical contractor shall make all changes necessary and correct all defects to the satisfaction of the Owner. 1.13.4 The work shall not be covered until it has been tested and inspected. 1.13.5 Prior to being energized, all switchboard and panelboard interiors shall be vacuum cleaned and be visually inspected in the presence of the Owner for evidence of missing parts or unusual or unsafe conditions. All buses, feeders, legs, breakers, and other connections shall be checked for proper tightness. I 1.13.6 The disconnect switches shall be checked L for freedom of movement, for proper con- tact surface mating and pressure and for L proper operation. The switches shall be lubricated as recommended by the switch manufacturer. The fuses shall be removed, L_ .'z Electrical 16 -5 ( • CITY 0FOEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. be checked for proper type and rating and be visually inspected. The fuse clips l shall be checked and adjusted for proper tension and seating. The switches, fuses and clips shall be checked for contact .resistance; the insulation resistance shall be checked with a me- ohmmeter from phase to phase and from each phase to ground. 1.13.7 Switchboards, and subpanels (lighting panels excluded) shall be tested and in- spected as follows: 1.13.7.1 All new circuit breakers shall be tested and inspected for proper trip operations on long delay, short delay and instant- aneous trip on all phases separ- ately. Test current for long i delay tripping shall be 300% of rated trip. All circuit breakers shall have contact resistance [ measured by a ductor. The in- sulation resistance shall be checked with a megohmmeter fom phase to phase and from each phase to ground. The breakers shall be tested for operation j and be checked for binding, L friction and loose connections. The breaker shall be manually operated at least 3 times. �. Breakers which do not test prop - perly shall be manually operated at least 3 times. Breakers which do not test properly shall be replaced. 1.13.8 All switches shall be checked for proper operation. Ductor readings shall be made on each phase. L1.13.9 All motor starters shall be checked for proper operation and condition and shall be cleaned. L 1.13.10 A complete bound and typed report of all switchboard and panelboard tests shall be submitted to the Owner for approval. Report L shall included manufacturer's circuit breaker curves and test data. Electrical 16 -6 1.14 Protection: All electrical equipment shall be kept clean, dry and protected during storage and construct- ion. All marked, scratched or otherwise damaged surfaces of the electrical equipment shall be replaced or refinished. 2. PRODUCTS 2.1 Materials: All electrical materials and equipment shall be new and be listed by Underwriter's Labor- ( atories, Inc., Chicago, Illinois, and bear the UL L listing mark wherever standards have been established by that agency, and shall comply with "ANSI ", "IEEE" and "NEMA" standards. All electrical materials [ used for the same purpose shall be of the same make and quality throughout. 2.1.1 Exterior raceways shall be galvanized rigid steel conduit, except schedule 40 PVC may be used below grade. 2.1.2 Interior raceways shall be galvanized rigid steel conduit except as follows: 2.1.2.1 EMT may be used in sizes 2" and smaller where exposed and in all sizes in concrete slabs. L2.1.2.2 Rigid Aluminum conduit may be used in sizes 2" and larger where Lexposed. 2.1.2.3 Schedule 40 PVC may be used in L fill under slabs on grade and in concrete walls. f Electrical 16 -7 L CITY * NEWPORT BEACH CORPORATE YARD i_ NEWPORT BEACH, CALIF. i 1.13.11 All bolted connections shall be torque tightened at the site in the presence of the Owner. Torque shall be as follows: ` Bolt Size Torque ` 5/16" 16 ft -lbs 3/8" 30 ft -lbs ( { 1/2" 72 ft -lbs 1.13.12 All motors shall be tested and reports shall be submitted with the switchboard [^ and panel board test reports. Motors for A/C equipment shall be tested after final air balancing is completed. Test report shall use the attached data sheet for compiling data. 1.14 Protection: All electrical equipment shall be kept clean, dry and protected during storage and construct- ion. All marked, scratched or otherwise damaged surfaces of the electrical equipment shall be replaced or refinished. 2. PRODUCTS 2.1 Materials: All electrical materials and equipment shall be new and be listed by Underwriter's Labor- ( atories, Inc., Chicago, Illinois, and bear the UL L listing mark wherever standards have been established by that agency, and shall comply with "ANSI ", "IEEE" and "NEMA" standards. All electrical materials [ used for the same purpose shall be of the same make and quality throughout. 2.1.1 Exterior raceways shall be galvanized rigid steel conduit, except schedule 40 PVC may be used below grade. 2.1.2 Interior raceways shall be galvanized rigid steel conduit except as follows: 2.1.2.1 EMT may be used in sizes 2" and smaller where exposed and in all sizes in concrete slabs. L2.1.2.2 Rigid Aluminum conduit may be used in sizes 2" and larger where Lexposed. 2.1.2.3 Schedule 40 PVC may be used in L fill under slabs on grade and in concrete walls. f Electrical 16 -7 L • CITY *NEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. 2.1.3 All conduit shall be delivered to the building in at least 10 -foot lengths with each length of conduit bearing the listing mark of Underwriters's Laboratories, Inc. Rigid steel conduit and electrical metallic tubing shall be hot - dipped galvanized or sherardized. 2.1.4 All conduits shall be run concealed except in certain approved and indicated locations. No raceways smaller than 3/4" shall be used except 1/2" may be used for switch legs, �^ where exposed and above suspended ceilings. Exposed raceways shall be run in straight lines at right angles to or parallel with the walls. 2.1.5 In general, the conduits shall be anchored and strapped to the building structure Iand not rest on ceiling furring channels. i 2.2 Conduit Raceways: 1. 2.2.1 All wiring shall be installed in UL listed raceways, concealed except where indicated 1 otherwise on the drawings. 2.2.2 The raceways shall be substantially supported ` by suitable straps, clamps or hangers to Lprovide a rigid installation. Perforated strap hangers and twisted wire attachments will not be acceptable. In no case shall the raceways be supported on or be fastened = to other pipes or be installed in a manner that will prevent the ready removal of a t pipe for repair. The supports shall not L be more than 8 feet apart nor be more than 3 feet from the terminations of the conduit. 2.2.3 Couplings and the threaded connections in L threaded conduit shall be made up water- tight. The joints shall be cut square, be L reamed smooth and be properly threaded. No running threads will be permitted. All box connections shall be fitted with an approved lock nut and steel bushing forming an approved tight bond with the box. Conduits entering outlet boxes, junction boxes, cabinets or any piece of electrical equip- ment, except those having threaded hubs, shall be fitted with galvanized lock nuts L Electrical 16 -8 ` L CIAF NEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. inside and outside and with bushings. 1 2.2.4 Each empty raceway shall contain a 1/8" diameter nylon pull cord. 2.2.5 All ends of conduits shall be provided with insulated bushings and have a metal body and molded phenolic insulation. 2.2.6 The EMT fittings shall be the compression ring type. Those installed in concrete shall be listed accordingly. 2.2.7 Connections to the motors shall be made with at least 2 -foot long flexible conduit, properly grounded. In exterior or damp locations, liquid tight flexible conduit shall be used. �. 2.2.8 Where raceways pass through building expansion joints above the lowest floor line they shall allow for expansion and contraction through the use of an O.Z. type "A X 8" expansion fittings. Holes shall clear conduit by 2" on all sides and shall be caulked with sealant as specified elsewhere. 2.3 Outlet Boxes and Pull Boxes: L 2.3.1 Outlet boxes and pull boxes shall be the galvanized pressed -steel knockout type at ' least 4" square by 2 -1/8" deep unless in- " dicated otherwise on the drawings. Exter- ior boxes shall be the FS series with a suitable cover and neoprene gasket. The outlet boxes shall comply with code require- ments for the allowable fill. Approved L manufactured knockout seals shall be used in all boxes where the knockouts are not intact. 2.3.2 A removable cover shall be provided on the largest access side of the box. The determination of the exact locations, L quantity and size of the pull boxes shall be based on actual field conditions. The wires and cables of each circuit in the L pull boxes shall be cabled together, be neatly arranged and be clearly identified with adhesive linen tags. L LL, Electrical 16 -9 CITY *NEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. 2.3.3 The outlet boxes and pull boxes shall be protected with temporary covers during construction. All outlet boxes shall be supported independently of the raceway system. 2.3.4 Telephone outlet boxes shall have metal two (2) gang split line covers. Hole diameter to be determined by cable require- ments. 2.4 Conductors: 2.4.1 Wire shall be 600 -volt insulated conductors L2.5 Wiring Devices and Plates: 2.5.1 Wiring devices shall be specification grade Las manufactured by Arrow -Hart, Bryant, t Electrical 16 -10 L consisting of 98% conductivity copper. The wire and cable shall be delivered to the job in full coils or reels, each bearing a tag containing the Underwriters' ( Laboratories, Inc., listing mark, the t name of the manufacturer, and trade name and code type of wire and the month and year when manufactured. The conductors shall have type THW, THWN or THHN insula- tion; where called for, use wire insulation specifically called for on drawings. 2.4.2 No wire smaller than #12 AWG shall be used unless specifically indicated otherwise on the drawings. 2.4.3 Splices and tags shall be properly -taped Hy -Press compression type connectors. Splices in wire #10 AWG or smaller may be made with twist -on connectors. Wiring in panels and terminal cabinets shall be neatly laced with lacings not more than 3" apart. 2.4.4 The joints shall be taped using a vinyl plastic tape of a thickness equal to the insulation of the conductors. 2.4.5 Lubrication for pulling the conductors, if required, shall be a compound specifically prepared for that purpose that does not f contain products which will have a deterior- ating effect on the conductor insulation. L2.5 Wiring Devices and Plates: 2.5.1 Wiring devices shall be specification grade Las manufactured by Arrow -Hart, Bryant, t Electrical 16 -10 L L Electrical 16 -11 L • CITAF NEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. Harvey Hubbell, Sierra or Slater and be equal to the following items: 2.5.1.1 20- ampere, 250 volt, grounded outlet, Hubbell 2410 with Satin Stainless Cover Plate. 2.5.1.2 20- ampere, 250 volt,grounded outlet, Hubbell 2320 with Satin Stainless Cover Plate. f 2.5.1.3 20- ampere, 120 -volt grounded ►` duplex outlet; Sierra 1460 with S line Satin Stainless Cover Plate. 2.5.1.4 30- ampere, 250 volt grounded out- ` let, Sierra 2535 with S line l! Satin Stainless Cover Plate. 2.5.1.5 20- ampere, 277 -volt, SPDT switch: Sierra 5721 with S line Satin Stainless Cover Plate. 2.5.1.6 20- ampere, 277 volt, SPDT switch: Sierra 5722, with S line Satin Stainless Cover Plate 2.5.1.7 20- ampere, 277 volt, 3 -way switch, Sierra 5773, with S line Satin Stainless Cover Plate. [, 2.5.1.8 15- ampere, 120 -volt grounded clock outlet: Seirra 2123. L 2.5.1.9 20- ampere, 120 -volt, weatherproof grounded receptacle for exposed service: Harvey Hubbell 5262 in L FS with 7420 weatherproof plate. 2.5.1.10 15- ampere, 120 -volt, weatherproof ground receptacle for flush mount- ing: Sierra WP -8 receptacle and plate. t2.5.2 Weatherproof covers shall have neoprene seals for the plate and outlet covers. L 2.6 Safety Switches: Safety switches shall be the NEMA HD, quick -make, quick -break type in a NEMA 1 enclosure L Electrical 16 -11 L L2.7.2 The overload relays shall be of bimetal . construction and be interchangeable. The starter shall be inoperative should any relay be removed. Overload heaters shall be rated @ 100 -115% of motor FLA. . CITY • NEWPORT BEACH The disconnect handle used on combination CORPORATE YARD NEWPORT BEACH, CALIF. i disconnect device with the door opened or with lockable, interlocking door and be the NEMA 3R type for exterior use unless indicated otherwise on the drawings. The ly marked as to whether or not the disconnect switches for motor circuits shall be horsepower rated. The switches shall be L manufactured by General Electric, ITE or All combination magnetic starters shall be Westinghouse. 2.7 Magnetic Motor Starters: 2.7.1 The combination starters shall be manu- NEMA size with 3 overload relays, a NEMA 12 factured in accordance with the latest NEMA standards, sizes and horsepower L ratings. Switched fuse type combination selector switches as indicated on the drawings. starters shall consist of a fused switch and a motor starter. Combination starters L shall be mounted in general - purpose enclo- Electric, ITE - Imperial or Westinghouse. sures unless indicated otherwise on the 2.8 Manual drawings. The starters shall be furnished L with 3 overload relays and a 120 -volt Fractional— horsepower manual starters control transformer. L2.7.2 The overload relays shall be of bimetal . construction and be interchangeable. The starter shall be inoperative should any relay be removed. Overload heaters shall be rated @ 100 -115% of motor FLA. Electrical 16 -12 2.7.3 The disconnect handle used on combination C starters shall always be in control of the disconnect device with the door opened or closed. The disconnect handle shall be clear - ly marked as to whether or not the disconnect device is on or off. L 2.7.4 All combination magnetic starters shall be the 3 -pole, 3 -phase type of the applicable NEMA size with 3 overload relays, a NEMA 12 enclosure, start -stop pushbuttons or H -O -A L selector switches as indicated on the drawings. The starters shall be Allen- Bradley, General L Electric, ITE - Imperial or Westinghouse. 2.8 Manual Motor Starters: L 2.8.1 Fractional— horsepower manual starters shall consist of manually- operated toggle - switch- equipped overload relay. The relay shall be.of bimetal construction and be L interchangeable. The starter shall be Electrical 16 -12 • CITOOF NEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. inoperative should the terminal unit be ( removed. L L. L. Electrical 16 -13 2.8.2 Manual line - voltage type starters shall be constructed and tested in accordance with the latest NEMA standard. The manual starter shall consist of a manually operated switch equipped with overload relays. The overload relay shall be trip -free and the starter shall be inoperative should the overload relay be removed. The overload shall be of bimetal construction. The starters will be furnished in a NEMA 1 general purpose enclosure unless indicated on the drawings. 2.8.3 The manual starters shall be Allen- Bradley, ITE- Imperial, Westinghouse,Square D or General Electric. 2.9 Fuses: Where required, the fuses shall be dual- element Bussman Fusetrons for disconnect, combination starters and panelboards. Fuses installed in motor circuits shall be rated at 125% of the motor full -load current. t.. 2.10 Contactors and Relays: Mechanically -held contactors and relays shall have the number of poles and current ratings indicated on the drawings as required. The L enclosures shall be the NEMA 1 type for interior use. The relays and contactors shall have self - f: clearing contacts and be Allen- Bradley or Asco. 2.11 Photoelectric Control: Shall be Tork 2100, 1000 watt, 277 volt. 2.12 Grounding: L 2.12.1 In addition to the line conductors indicated on the drawings, an insulated copper grounding conductor shall be provided in all conduits and raceways throughout the L electrical distribution system. The grounding conductors shall be sizes as Lfollows: L L. L. Electrical 16 -13 Electrical 16 -14 l.. CITY O &EWPORT BEACH I CORPORATE YARD rr NEWPORT BEACH, CALIF. t Trip Setting of Protective Device in Amperes Copper AWG 15 14 20 12 30 -60 10 61 -100 8 101 -200 6 { 201 -400 3 I 401 -600 1 601 -800 0 801 -1000 00 1001 -1200 000 1201 -1600 0000 1601 -2000 250 MCM 2001 -2500 350 MCM 2501 -3000 400 MCM 3001 -4000 500 MCM �. 2.12.2 All equipment such as switchboards, panel - boards, transformers, lighting fixtures, cabinets, conduits, outlet boxes, etc. shall be properly grounded by the use of an appropriate grounding conductor.. All terminations of the grounding conductor L shall be in accordance with the applicable codes and be made in such a manner that the conductor will not be disturbed or discon- nected during the maintenance of the equipment. 2.12.3 The grounding conductors and the neutral conductors shall be insulated from each other throughout the system. The only interconnection between the grounding and L neutral conductors shall be in the incoming pull section of the main switchboard. 2.13 Lighting Fixtures: 2.13.1 The lighting fixture shall be Underwriter's Laboratories, Inc. listed and be complete L with the proper lamps. The fluorescent lamps shall be General Electric, Watt Mizer II, lite white. Hight intensity discharge Llamps shall be GE multi- vapor. 2.13.2 The ballasts for fluorescent fixtures shall be the high power factor, CBM -ETL approved L type with class P nonresettable built -in protection in accordance with the applicable L Electrical 16 -14 l.. i 2.14.4 The panelboards shall be enclosed in a code- gauge steel cabinet. The cabinets shall be equipped with a spring latch and a tumbler lock door with all locks keyed alike. 2.14.5 All panelboards shall be equipped with an Lequipment ground bus. L LElectrical 16 -15 • CIT *F NEtTP0RT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. codes. The noise rating shall be the best listed by the ballast manufacturer. The ballasts shall be manufactured by General Electric or Maxi -Mizer II, Universal Wall Reducer, or Advance Mark III. 2.13.3 Ballast for HID fixtures shall be Advance, General Electric or Jefferson and shall be the best noise rating manufactured by the f manufacturer. 2.13.4 All plastic lenses and diffusers shall be made of pure 100% virgin acrylic. 2.14 Panelboards, Distribution Panels, Circuit Breakers: 2.14.1 The panelboards shall be surface mounted or flush mounted as indicated on the drawings. All panels shall be of the same manufacturer, be bonderized and factory painted and have a common lock. 2.14.2 The panelboard bus shall be copper. The bus structure and main lugs or main protective device shall have the current ratings indicated on the panelboard schedule on the drawings. Such ratings shall be established by heat rise tests with a hot spot temperature on any connector or bus bar of a maximum 500C rise above ambient temperature. The heat rise test shall be conducted in accordance with Underwriter's Laboratories, Inc. Standard UL 67, Panelboards. 2.14.3 The panelboards shall be of the dead front safety type. The panelboard interior assembly shall be dead front with the panel front removed. The panel mains shall be L barriered on 5 sides and the ends of the bus structure opposite the mains shall be barriered. i 2.14.4 The panelboards shall be enclosed in a code- gauge steel cabinet. The cabinets shall be equipped with a spring latch and a tumbler lock door with all locks keyed alike. 2.14.5 All panelboards shall be equipped with an Lequipment ground bus. L LElectrical 16 -15 . CITY NEWPORT BEACH CORPOFME YARD (( NEWPORT BEACH, CALIF. 1 2,15 Switchboard: The 480/277 volt, 3 phase, 4 wire and f 208/120 volt, 3 phase, 4 wire switchboard bus shall have the capacity indicated on the panel schedule. The board shall be equipped with quick -make, quick- break, thermalmagnetic, bolt on, molded case circuit breakers of the frame size trip rating and number of poles indicated on the panel schedule. Provide separate neutral and ground busses. The breakers shall have an interrupting capacity as indi- cated on the drawings. The panelboard shall be ITE- Imperial CDP, Square D, Westinghouse or General Electric. 2.16 Panelboards: The panelboards shall have the bus ampacity indicated at the panel schedule on the drawings. The panelboards shall be equipped with quick -make, quick- break, thermal magnetic, bolt on molded case circuit breakers of the frame size, trip rating and number of poles indicated on the panel schedule. The multipole breakers shall be the common trip handle type; ties are not acceptable. The breakers shall have an interrupting capacity as indicated on the drawings. The panelboards shall be ITE- Imperial NAB for 480/277 and ITE- .ImperialNLAB for 208/120 or equal by Square D, Westinghouse, or General Electric. 2.17 Main Switchboards: 2.17.1 Furnish and install, as shown on the drawings, a main switchboard'MS'277 /480 volt, 3 phase, 4 wire service and distribution switchboard as specified herein. 2.17.2 The switchboard shall be of dead - front, L indoor design and bolted -frame construction, fabricated from code -gauge steel, with all sections joined to form a single assembly. L All side, front, and rear cover plates shall be constructed with 3/4 inch flanges and shall be field removable. L 2.17.2.1 Main branch units shall be front - connected. L 2.17.3 Switchboards shall be constructed in accord- ance with the latest NEMA PB2 and UL 891 standards, and shall be of the Gould FC II L type, or approved equal by Westinghouse, Square D or General Electric. 2.17.3.1 Individual sections shall be front l accessible, not less than 20 inches `L Electrical 16 -16 L 1 CITY 0 NEWPORT BEACH CORPORATE YARD ( NEWPORT BEACH, CALIF. 1 deep, and the rear of all sections shall align. All bolts used to join current - carrying parts shall be installed so as to permit servicing from the front only so that no rear access is required. An unobstructed conduit entry area at least 32" X 15" shall be provided at the top and bottom of each standard distribution section. i 2.17.4 Underground Service: To isolate incoming underground service conductors an underground pull, or auxiliary, section shall be used. This section shall be of the top- bussed type, and shall be sealable per local utility requirements. ` 2.17.5 Service Section: The service section shall have a metering compartment per utility requirements and shall include the main pro- tective device. 2.17.6 Distribution Sections: Distribution sections j shall be of the NEMA panel- mounted type with L louvres at the front, both top and bottom. The wiring gutters for the branch devices shall be per NEC 373 -6 (a) as a minimum, with re- movable cover plates. The panel base shall be designed so that molded -case circuit breakers, fusible switches, and motor starters may be f installed in the same distribution section. 2.17.7 Bus Requirements: Switchboards shall be bussed with rectangular bus bars made of copper, and braces for 100,000 amperes symmetrical. All non - insulated bus bars, including branch neutral L connections, shall be a minimum of 10" off the floor. 2.17.7.1 All sections shall have full length Lground bus. 2.17.7.2 The through bus on the end section shall be extended and pre - drilled L to allow the addition of future sections with standard splice plates. L2.17.7.3 Grade 5 bolts shall be used at bus joints. L Electrical 16 -17 L L r Electrical or-low., • CITY NEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. 2.17.8 Main Protective Device: The main protective device, to be installed in the service section, Ishall be as indicated below: 2.17.8.1 Molded -case circuit breaker of the quick -make, quick- break, trip -free type. It shall be 3 -pole, 600 volt breaker with a trip current as called for on drawings, and an interrupting capa- I city as shown on drawings. Provide ground fault relaying. 2.17.9 Ground Fault Protection: 2.17.9.1 Main ground fault protection shall consist of a ground sensor encircling all phase conductors including neutral in a 4 -wire system connected to a solid -state ground relay which ini- tiates tripping of the circuit - interrupting device. Ground protect- tion shall be adjustable from 200 to 1600 primary amperes. Circuit- interrupter shunt trip and relay shall operate from a 120 volt ac. I 2.17.9.2 Relay case shall be of the fixed type for front of panel mounting. Time- current characteristic shall be adjustable to provide 4 time settings ranging from 0.1 to 0.5 seconds operation at about 10 times pickup. Relay shall be provided with shock -proof operation indicator which retains memory with loss of control power. Relay shall include L a built -in, push -to -test button. Set ground fault relays as indicated on plans. 2.17.10 Metering: The following customer metering equipment shall be furnished as shown on the Lplans. Main Bus: Voltmeter with 3 phase transfer switch. Ammeter with 3 phase transfer switch. 2.17.11 Branch Protective Devices: All molded -case circuit breakers, and /or motor starter units L r Electrical or-low., C • CITISF NEWPORT BEACH CORP RATE YARD NEWPORT BEACH, CALIF. used as a protective device in a branch circuit 1, shall meet the requirements of the appropriate II paragraph below. 2.17.11.1 Switches shall be of the quick -make, 4 quick- break, trip -free, type with F ampere rating and voltage ratings, either 2 -pole or 3 -pole, as indicated on the plans. All switches shall be ' removable from the front of the switch- board without disturbing adjacent units. The switchboard shall have (~ space or provision for future units, as shown on the drawings. 2.17.11.2 NEMA rated magnetic starters shall be furnished of the type and horsepower ratings indicated on the plans. Thermal overload relays on starters shall be ambient temperature compen- sated bimetallic type with selector for either auto or manual resets. Three overload relays shall be furnished t t on each starter. The overload heater elements shall be sized from the actual motor nameplate data. 2.17.11.3 The following accessory features shall e be furnished on each starter: tIndividual control power transformers Pilot lights (Red- Green) Auxiliary interlocks (2 No. 2 NC) 2.17.11.4 Pushbuttons, selector switches and L other pilot devices shall be furnished as indicated on the plans. L2.17.11.5 The disconnect device shall be mounted immediately above its associated starter and the unit doors shall L be mechanically interlocked to prevent access without first de- energizing the unit. (The inter- locking means shall be voidable by L qualified personnel.) L L Electrical 16 -19 1 • CITY OWEWPORT BEACH CORPORATE YARD (( NEWPORT BEACH, CALIF. i I 2.17.11.6 The complete switchboard shall be finished with light grey, ASA -61 baked -on enamel, applied over a t primer approved by the paint manu- facturer. t 2.17.11.7 Each switchboard section shall have Ia metal nameplate permanently affixed to it, listing the following infor- mation: 1 Name of Manufacturer System Voltage Ampacity Type Manufacturer's shop order number and date 2.17.11.8 Each section of switchboard will bear a U.L. listing mark, where qualified, and a short circuit withstand rating label. If used for service entrance, the service section will be "suitable for service entrance" labeled. 2.17.11.9 In addition, the front, side, rear and top of each switchboard section shall have a DANGER nameplate, in accordance with NEMA Standard PB -2. (,g 2.18 Dry Type transformers: - 2.18.1 The transformers shall be the 3- phase,.60- Mertz, 4 2- winding type with class H insulation, 80 Lrise, 480 -volt, delta connected primary and 208/120 volt wye- connected secondary with a grounded neutral. The rated capacity shall be as indicated on the L drawings. The transformer shall have two 2 -1/2% taps above normal and four 2 -1/2% taps below normal. Single phase secondaries to be 240/120 volt 1 phase with taps as described. 2.18.2 The transformer decibel levels shall not exceed 50 Db and the transformer shall be mounted on Lvibration dampers. All conduit connections shall be made with flexible conduit. L2.18.3 The transformers shall be manufactured by General L i Electrical 16 -20 C• CITA NEWPORT BEACH CORPORATE YARD NEWPORT BEACH,CALIF. Electric, Hevi -Duty, ITE- Imperial or Westing- house. 2.18.4 Transformer impedance shall be between 3 -4 %. 3. INSTALLATION: 3.1 Installation of materials, equipment and apparatus shall Electrical 16 -21 be in an orderly and neat manner, with like elements and appurtenances in similar location, position and elevation. The installation shall be adjusted for air diffusers, mechanical or plumbing devices, and other architectural or structural elements interferences. 3.2 Operation, maintenance and access shall be arranged for in all installations in accordance with good practice. 3.2.1 Access shall be provided to all outlet and junction boxes, controls, operable devices, and other apparatus which will or may require operating or servicing. This includes fire rated access doors of adequate size and panels as required. Access doors shall be as manufact- ured by Milcor, and shall be furnished under { this Division. Access doors shall be furnished and located for installation under other Divisons of the work. 3.2.2 Relocation of equipment for access shall be accomplished as part of the work under this Division. �..: 3.3 Flexible conduit shall be used to connect to all trans- formers (primary and secondary,) all motors and any other vibrating or moving device. The motor connections shall L be liquid tight. 3.4 Conduit Systems: L 3.4.1 All wiring shall be installed in rigid steel conduit, or in electrical metallic tubing within the building. No electrical metallic tubing shall be used for feeders, nor shall such tubing be imbedded in concrete or run under- ground. Conduits carried to locations beyond the building of origin in non - metallic ducts and conduits shall be provided with an insulated copper ground, as required by the N.E.C. for interior raceways and equipment. Short lengths of flexible metal conduit may be used to connect motors, control switches and similar equipment. Where rigid steel is buried underground under slab, it shall be watertight. Electrical 16 -21 . CITY OWEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. 3.4.2 Installation on Conduits: Where possible, con- duit shall be concealed within the walls, ceilings, roof insulation, and floors. Conduit shall be at least 6 inches from flues or hot pipes. Runs of conduits and raceways shall be supported on centers not greater than 8 feet. Expansion fittings, or other approved devices, shall be used to provide for expansion and contraction at points where conduit crosses expansion joints. Conduits shall be supported using approved types of galvanized wall brackets, ceiling trapezes, strap hangers, or pipe straps. Exposed conduits shall be run parallel or perpendicular to walls, ` ceiling or floor. [ 3.4.3 Installation of Outlets: Outlets shall be in- ' ! stalled in the location shown. The Contractor shall carefully study the general building drawings in relation to the space surrounding [ each outlet in order that this work may be coordinated with other work required by these Specifications. When necessary to avoid inter - . ference with other work the Contractor may recommend relocation of outlets, to the Archi- tect, so that fixtures and other fittings will remain symmetrically located according to room layout. t ( 3.5 Mechanical Work (Including Plumbing): 3.5.1 Switchgear, motor control, motor disconnect switches, pushbutton stations (including pilot - lights,) and all line voltage conduit and wiring for power and control shall be furnished, in- stalled and connected, complete and operable. Motors shall be connected as required. Control devices, including remote starters, float, flow and pressure switches, solenoid valves and other devices shall be installed and connected as L required. Motor starters shall be adjusted in size or over -loads to suit the motors actually furnished under other Divisions of the work. Furnish and install low voltage wiring where shown on Electrical plans or required by mechanical drawings. L3.6 Nameplates: 3.6.1 Each major component of equipment shall have as a minimum the manufacturer's name, address, catalog number, model and serial number, style or type, watts, voltage, phase, current, frequency and connections, on a plate securely and conspicuously attached to the equipment. ;< L Electrical 16 -22 C • CITY OWEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. 3.4.2 Installation on Conduits: Where possible, con- duit shall be concealed within the walls, ceilings, roof insulation, and floors. Conduit shall be at least 6 inches from flues or hot pipes. Runs of conduits and raceways shall be supported on 1 centers not greater than 8 feet. Expansion fittings, or other approved devices, shall be used to provide for expansion and contraction at points where conduit crosses expansion joints. Conduits shall be supported using approved types of galvanized wall brackets, ceiling trapezes, strap hangers, or pipe straps. Exposed conduits shall be run parallel or perpendicular to walls, ceiling or floor. [ 3.4.3 Installation of Outlets: Outlets shall be in- ! stalled in the location shown. The Contractor shall carefully study the general building ( drawings in relation to the space surrounding } each outlet in order that this work may be coordinated with other work required by these Specifications. When necessary to avoid inter- ! ference with other work the Contractor may recommend relocation of outlets, to the Archi- tect, so that fixtures and other fittings will (- remain symmetrically located according to room t layout. 3.5 Mechanical Work (Including Plumbing): 3.5.1 Switchgear, motor control, motor disconnect switches, pushbutton stations (including pilot �'- lights,) and all line voltage conduit and wiring for power and control shall be furnished, in- stalled and connected, complete and operable. Motors shall be connected as required. Control devices, including remote starters, float, flow and pressure switches, solenoid valves and other devices shall be installed and connected as required. Motor starters shall be adjusted in size or over -loads to suit the motors actually furnished under other Divisions of the work. Furnish and install low voltage wiring where shown on Electrical plans or required by y mechanical drawings. L 3.6 Nameplates: 3.6.1 Each major component of equipment shall have as a minimum the manufacturer's name, address, catalog number, model and serial number, style or type, watts, voltage, phase, current, frequency and connections, on a plate securely and conspicuously attached to the equipment. L Electrical 16 -22 • CITA NEWPORT BEACH CORPORATE YARD r NEWPORT BEACH,CALIF. Electric, Hevi -Duty, ITE- Imperial or Westing- house. 2.18.4 Transformer impedance shall be between 3 -4 %. 3. INSTALLATION: 3.1 Installation of materials, equipment and apparatus shall be in an orderly and neat manner, with like elements and appurtenances in similar location, position and elevation. The installation shall be adjusted for air diffusers, mechanical or plumbing devices, and other architectural or structural elements interferences. 3.2 Operation, maintenance and access shall be arranged for in all installations in accordance with good practice, 3.2.1 Access shall be provided to all outlet and junction boxes, controls, operable devices, and other apparatus which will or may require operating or servicing. This includes fire ( rated access doors of adequate size and panels as required. Access doors shall be as manufact- ured by Milcor, and shall be furnished under t this Division. Access doors shall be furnished L and located for installation under other Divisons of the work. 3.2.2 Relocation of equipment for access shall be accomplished as part of the work under this Division. �.:. 3.3 Flexible conduit shall be used to connect to all trans- formers (primary and secondary,) all motors and any other vibrating or moving device. The motor connections shall be liquid tight. 3.4 Conduit Systems: 3.4.1 All wiring shall be installed in rigid steel conduit, or in electrical metallic tubing within the building. No electrical metallic tubing shall be used for feeders, nor shall such tubing be imbedded in concrete or run under- ground. Conduits carried to locations beyond the building of origin in non - metallic ducts and conduits shall be provided with an insulated copper ground, as required by the N.E.C. for interior raceways and equipment. Short lengths of flexible metal conduit may be used to connect motors, control switches and similar equipment. Where rigid steel is buried underground under slab, it shall be watertight. Electrical 16 -21 3.10 Cutting and Patching: f 3.10.1 Cut existing construction where required for L Electrical 16 -23 CITAF NEWPORT BEACH CORPORATE YARD l NEWPORT BEACH, CALIF. 3.7 Prevention of Rust: ` 3.7.1 Surfaces of ferrous metal shall be given a rust - inhibiting coating. The treatment shall withstand 200 hours in salt -spray fog test in accordance with Method 6061 of Federal Standard No. 141. Immediately after completion of the test the specimen shall show no signs of wrinkling or cracking and no signs of rust creepage beyond 1/8 inch on either side of the scratch mark. Where steel is specified to be hot -dip galvanized, mill galvanized sheet steel [ may be used provided all raw edges are painted with a zinc - pigmented paint. 3.8 Verification Dimensions: 3.8.1 Verify any and all dimensions in the field and advise the Architect in writing of any discrep- ancy. 3.9 Cutting of Structural Members: 3.9.1 Cut no beams, girders, columns, or other structural members, or run any conduits, in any way through same unless specifically shown on the drawings, or unless written approval is obtained from the Architect. 3.9.2 Cutting of walls, floors, or other parts of the building, or repairing of any work due to neglect to properly direct the location of the necessary openings and framing beforehand, shall be paid for under this Section. 3.9.3 Where conduits are indicated as passing through structural steel beams, openings through beams will be made by the supplier of the steel beams at locations and dimensions as noted on the electrical and structural drawings and as verified by the installer of the electrical equipment involved. Work under this Division shall include complete responsiblity for coor- dinating the location openings required by the electrical installation with the steel supplier, and such openings shall be shown on the steel erection and fabrication drawings. 3.10 Cutting and Patching: f 3.10.1 Cut existing construction where required for L Electrical 16 -23 CITY OF &WPORT BEACH CORPORATZ YARD NEWPORT BEACH, CALIF. the installation of the electrical system shown on the drawings and described herein. All cutting of existing concrete shall be done with I rotary diamond drilling equipment and /or cement saws. The use of impact tools for cutting is prohibited except by the express written per- mission of the Architect. Electrical 16 -24 3.10.2 Use barriers, vacuum cleaners, and /or similar apparatus to collect dust and chips resulting from cutting construction to prevent spread of dust and dirt to occupied portions of the building. 3.10.3 Cut walks, paving and similar construction where required. Coordinate work to keep cutting to a minimum. 3.10.4 Patch cut surface to match adjoining uncut construction as directed by the Architect. j t_ 3.11 Protection: 3.11.1 Protect all work, equipment and materials against loss of damage. Close all conduit openings with caps or plugs during installa- tion, and until connections are made thereto. 3.11.2 Protect all stored pipe; prevent dirt or debris from entering pipe prior to installation . 3.11.3 House or cover equipment to protect same against weather, adverse construction conditions, dirt or injury caused by water, chemicals, or mechan- ical accident. 3.12 Cleaning: 3.11.1 Equipment, switchgear, cabinets, conduits, out - lets, and devices shall be thoroughly cleaned prior to final acceptance of work. Discolora- tion or damage to systems or building finish or furnishings resulting from failure to properly clean respective systems shall be L repaired or replaced at no additional expense to the owner. 3.12.2 Conduits shall be cleaned inside where passing L through concrete encasement or moist locations. Conduit exterior shall be cleaned of all plaster and miscellaneous dirt and oil, and left clean and neat. 3.12.3 Switchboards, panelboards, cabinets, and Electrical 16 -24 . CITY& NEWPORT BEACH CORPORATE YARD ( NEWPORT BEACH, CALIF. transformer or other enclosures shall be thoroughly cleaned of plaster, dirt, oil, etc., and shall be given touch up paint wherever scratches or nicks occur. 3.12.4 Remove all tags and shipping labels. ` 3.13 Painting: 1 3.13.1 Conduits and supports, where exposed in util- ity or public spaces, shall be given one coat of primer and one coat of enamel of approved Icolor. Equipment which is not satisfactorily finished shall be prime coated and given two finish coats of approved enamel. 3.14 Vibration and Sound Isolation: 3.14.1 All dry type transformers, and other sound pro- ducing equipment shall be isolated from the structure by means of resilient isolators unless otherwise noted. All isolators and supporting bases shall be as recommended by equipment manufacturer. Isolation shall be as manufactur- ed by Consolidated, Kinetic, or Korfund. Conduits shall be connected to equipment through flexible couplings. 3.15 As -Built Drawings: 3.15.1 The electrical contractor shall purchase two sets of reproducible ozalids of the electrical drawings from the Architect, on which the contractor shall draft all outlets, devices and L equipment, all conduits installed and wires installed in conduits. Contractor shall make changes on this ozalid where installation of equipment, devices or outlets differ or have been modified during construction. Two sets of ozalid vellum type prints shall be supplied to the Architect upon completion of the work. 3.15.2 Features shall be located by measured dimensions at right angles to finished face of construction. The contractor shall keep tracings up to date L and available at all times for job site inspec- tion by the representative of the Company during the construction of the work. L LElectrical 16 -25 • CITY OVEWPORT BEACH CORPORATE YARD NEWPORT BEACH, CALIF. 3.16.3 Under no circumstances will free hand dimen- sioned line or pipe indication be acceptable. All drafting shall be by competent draftsmen and of a quality equal to that on the reproducible. 3.16.4 Prints and reproducibles will be furnished by the Architect at the cost of reproduction. * * * END OF SECTION * * * Electrical 16 -26 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA ( SECTION 22 t EARTHWORK L I':: L 1. SCOPE 1.1 Provide all labor, materials and equipment required to complete earthwork as shown on the project drawings and /or as specified herein, including, but not limited to: 1.1.1 Excavation required to accommodate construction of project at finished elevations shown. 1.1.2 Placement of fill, backfill, soil sterilant and base as required to accommodate construction of paving, concrete work, buildings and other faci- lities. Provide imported fill necessary. 1.1.3 Compaction of .subgrades, fill, backfill and base. 1.1.4 Disposal of excess soil, if any, and refuse off t site. 1.1.5 Pay cost of required permits and fees necessary to complete earthwork. 1.1.6 Earthwork necessary to receive and adjoin other work. ( (;- 1.1.7 Related work in other sections. 1.1.7.1 Trenching and backfilling for utility systems. L 1.1.7.2 Excavations for footings. 1.1.7.3 Landscaping, earthwork required only for landscaping and not a part of general site grading, and placement L of topsoil. 2. CONDITIONS 2.1 Nothing in the division of these specifications into LEARTHWORK 22 -1 L I':: L t CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA sections relieves the Contractor of the responsibility of examining all sections for interrelated items of work. L L L I L L U 2.3.5 1979 Edition of Standard Specifications for Public Works Construction (SSPWC). 2.3.6 Geotechnical Investigation- Existing Corporation Yard, Superior Avenue, City of Newport Beach, California, dated April 16, 1981, prepared by D.A. Evans, Inc. D.A. Evans, Inc. Job No. 80- 132 -00. Copies available at Public Works Department. 2.4 Project Soil Engineer; D.A Parkway, Suite j -10, Laguna Telephone: (714) 770 -8528. EARTHWORK Evans, Inc. 23011 Moulton Hills, California 92653. 22 -2 2.2 The work of.this section is subject to the provisions of the General. Suplementary General, and Special Conditions of these specifications. 2.3 Earthwork shall conform with all applicable provisions, requirements and recommendations; not in conflict with the project design drawings and /or these specifications; of the following standards. Note that the project design drawing and /or specifications are sometimes more restrict- ive than the requirements and /or recommendations of corre- sponding portions of an applicable standard. 2.3.1 City of Newport Beach Building Code, hereinafter referred to as the "Code ". The Code is City Ordinance No. 1773 which is an amended version of the 1976 Uniform Building Code. 2.3.2 1976 Edition of the Uniform Building Code Standards (U.B.C. Std.) as referenced. 2.3.3 American Society for Testing and Materials (ASTM) Standards referenced. 2.3.4 City of Newport Beach Public Works Department Standard Special Provisions (Std. Provisions) For Use In Conjunction With The Standard Speci- fications For Public Works Construction. Copies I.; available at Public Works Department. L L L I L L U 2.3.5 1979 Edition of Standard Specifications for Public Works Construction (SSPWC). 2.3.6 Geotechnical Investigation- Existing Corporation Yard, Superior Avenue, City of Newport Beach, California, dated April 16, 1981, prepared by D.A. Evans, Inc. D.A. Evans, Inc. Job No. 80- 132 -00. Copies available at Public Works Department. 2.4 Project Soil Engineer; D.A Parkway, Suite j -10, Laguna Telephone: (714) 770 -8528. EARTHWORK Evans, Inc. 23011 Moulton Hills, California 92653. 22 -2 a i CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.5 Public Works Department: Public Works Department Director Benjamin B. Nolan or his designated represent- ative. 2.6 The Contractor shall be responsible for the accuracy of all lines, levels, and grades. The Contractor shall retain, at his expense, a land surveyor, licensed to practice in California, to establish all lines, levels and grades necessary to complete earthwork. 2.7 Maintain and protect existing active utility lines, valves and related facilities. Notify Public Works Department when active existing utilities; such as water, drainage, sewer, gas, electrical, telephone, etc. facilities; are encountered. Do not proceed with work in areas near such utilities until receipt of written instructions from Public, Works Department. Protect and maintain existing inactive utilities encountered during performance of earthwork. Do not remove, relocate, or modify existing inactive utilities until receipt of written instructions from the Public Works Department. 2.8 Maintain site, including excavations, free from water during period of construction. Provide temporary measures such as pumping, curbs, dams, and ditches as required. L 2.9 Provide and maintain protection for existing banks and for grades and structures on adjoining property. Protect and maintain all existing buildings, property and facilities on site and on adjacent site from damage while performing work of this section. Where modifications to existing Ibanks, grades, buildings and /or facilities are indicated on the project design drawings, or are required by these specifications, the protection requirements of this sub- section apply to such banks, grades, buildings and /or facilities before, during, and after modifications. L 2.10 Do not scarify and recompact subgrade or place fill, backfill, or base until results of necessary preparatory work such as clearing, stripping, and (where involved) L excavating have been inspected and approved, in writing, by the Public Works Department. Notify Public Works Department 24 hours in advance of time preparatory work will be completed and ready for inspection. Cost of inspect- ion shall be paid by the Owner. LEARTHWORK 22 -3 L L CORPORATION YARD IMPROVEMENTS r CITY OF NEWPORT BEACH, CALIFORNIA 2.11 Scarification and recompaction of subgrades and place- s ment and compaction of fill, backfill, and base shall be continuously inspected by the Public Works Depart- ment. Notify the Public Works Department 24 hours in t advance of beginning of work requiring continuous !!! inspection. Cost of inspection shall be paid by the r Owner. 2.12 The density of recompacted subgrades, fill, backfills, and base shall be determined in the field by the Sand - Core Method, ASTM D 1557 -64. At least one field density [" test shall be made for each 2 feet vertical layer of fill, backfill, but not less than one such test for each 500 S cubic yards of material placed nor one such test for each !l 2,000 square feet of site area receiving base. Cost of field density tests shall be paid by the Contractor. 2.13 Elevations shown on the project design drawings are elevations of the finished surfaces of the completed project construct- ion. Excavate the site to sufficient depth to allow for placement of fill, backfill, base, paving, slabs, and I other construction shown on the project design drawings. 2.14 Steepness of cut and fill slopes shall not exceed two horizontal to one vertical. 2.15 Whenever, in the opinion of the Public Works Department, an unstable condition is being created, either by cutting or filling operations, the work shall not proceed in that area until investigation has been made and the project design drawings revised if found necessary. 2.16 Remove any existing septic tanks, cisterns, wells, etc. encountered. Prepare surface of void created thereby as required for areas to receive new construction. 2.17 Backfill and compact any overexcavated areas of site. L Preparation, backfilling and compaction shall conform with requirements herein for site backfilling. L3. MATERIALS 3.1 Fill and backfill: Soil from the site if approved, L in writing by the Public Works Department or granular, non - expansive import if approved, in writing, by the Public Works Department. Fill and backfill must be free of roots, vegetation, refuse, rocks, trash, debris, or L EARTHWORK 22 -4 L L CORPORATION YARD IMPROVEMENTS i CITY OF NEWPORT BEACH, CALIFORNIA other deleterious materials. Do not place fill or back - fill until material has been approved, in writing, by Public Works Department. 3.2 Base: Crushed aggregate base complying with subsection ` 200 -2 of the SSPWC. Do not place base until material has been approved, in writing, by Public Works Department. 3.3 Sand: Concrete sand per SSPWC Section 200 - 1.5.3. 3.4 Soil sterilant: U.S. Borax Company's "Poly -Bor Chlorate ". 4. EXECUTION 4.1 Examine surfaces and work to receive earthwork before beginning earthwork. Beginning work constitutes accept- ance of existing conditions as satisfactory. 1 4.2 Site preparation: 4.2.1 Remove all vegetation from portions of site to be improved except as otherwise directed by Public Works Department. 4.2.2 Remove all existing paving, fill, refuse, trash, l remnants of abandoned construction, debris, delet- erious materials, and surface obstructions in areas of site denoted as Earthwork Condition A. Extend (. L removal down to undisturbed natural ground. 4.2.3 Remove all existing paving, trash, remnants of I abandoned construction, debris, deleterious f., material, surface obstructions, and upper portion of existing fill and /or refuse, in areas of site denoted as Earthwork Condition B. Upper portion L of fill and /or refuse to be removed shall be 8 inches, minimum, thick or as required to accom- modate placement of a layer of base below all new construction. Thickness of layer of base below new construction shall be 8 ", minimum, thick after compaction. 4.2.4 Excavate soil, bedrock and all other materials encountered as required to accommodate construct - ion of paving, buildings, and other improvements 1 as shown on the project design drawings in areas LEARTHWORK 22 -5 I LEARTHWORK 22 -6 L CORPORATION YARD IMPROVEMENTS f CITY OF NEWPORT BEACH, CALIFORNIA 1 of site denoted as Earthwork Condition A. 4.2.5 Compact surface of areas of site denoted as Earthwork Condition B after removals described in Sections 4.2.1 and 4.2.3 above. Compact by rolling with sheepfoot roller three times. 4.2.6 Scarify and recompact top 12" of areas of site denoted as Earthwork Condition A. Do not scarify and recompact until associated site preparation work has been approved, in writing, by Public 1 Works Department. 4.2.7 Place and compact fill and backfill as required to receive base, paving, walks, building slabs, and all other improvements shown on the project design drawings in areas of site denoted as Earthwork Condition A. Do not place fill and backfill until fill and backfill material and associated site preparation work and subgrades have been inspected and approved, in writing, by Public Works Department. 4.2.8 Apply soil sterilant to grade (in areas denoted as Earthwork Conditions A and B) established by earthwork operations described above at a rate of one gallon sterilant solution per 25 square feet of subgrade surface. 4.2.8.1 Sterilant solution: One pound dry concentrated sterilant per one gallon water. 4.2.9 Place and compact base as required to receive paving and slabs as shown on the project design L drawings in areas of site denoted Earthwork Condition A and as required to receive all new L construction in areas of site denoted as Earthwork Condition B. Do not place and compact base until associated preparatory work has been inspected and approved, in writing, by Public Works Depart- ment. 4.2.10 Place fill, backfill, and base in layers whose { uncompacted thickness does not exceed 6 ". LEARTHWORK 22 -6 L CORPORATION YARD IMPROVEMENTS ! CITY OF NEWPORT BEACH, CALIFORNIA 4.2.11 Compact fill and backfill to 90% of the maximum density obtainable at optimum moisture content as determined by ASTM D 1557 -78. 4.2.12 Compact base to 95% of the maximum density obtainable at optimum moisture content per ASTM D 1557 -78. 4.3 Surface elevation of completed earthwork shall not vary from that indicated on the project design drawings by more than 0.1 feet. 4.4 Remove all soft, spongy or otherwise unsuitable material down to approved compacted fill or approved natural grade in all areas which are to receive subsequent construction. Replace with compacted fill. Replacement fill shall be constructed in conformance with requirements above for general site filling and backfilling. 4.5 At all times, while earthwork is being performed, take precautions necessary to prevent dust or dirt from (, becoming a nuisance to the general public or to adjacent property owners. Conform with Section 7.8 of SSPWC. 4.6 Stockpile excavated material approved for backfill in locations as directed by Public Works Department. 4.7 Upon completion of earthwork, remove all excess soil, refuse bedrock, base and debris from site. Leave site in clean, neat condition, ready to receive subsequent work. L �, EARTHWORK 22 -7 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA i SECTION 23 SANITARY SEWERS 1. SCOPE: Provide all labor, materials and equipment, perform all operations to complete the construction of the sanitary sewer for the project site, as indicated on the drawings and specified 1 in this section. 2. CONDITIONS 2.1 Nothing in the division of these specifications into i sections relieves the Contractor of the responsibility !! of examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General and Special Conditions of these specifications. f 3. MATERIAL 1 3.1 Material Pipe and fitting shall be "Speed Seal- Mainline- ( Extra Strength" vitrified clay pipe as manufactured by L Gladding McBean & Company (factory made plastisol joints) or approved equal. 3.2 Manholes shall be precast concrete conforming to ASTM Specification C -478 or AASHO Standard M -199. Joints between precast concrete risers and tops shall be full bedded in cement mortar and shall be smoothed to a �t.. uniform surface on both interior and exterior of the structure. Concrete shall be a minimum of 3000 psi at 28 days. 3.2.1 Frame and Cover shall be cast iron conforming to Federal Specification QQ -I -652 with tensile strength not less than Class 25. Covers shall have word "SEWER" cast in raised letters on cover. L 3.2.2 Mortar shall be composed of one part Portland cement and two parts sand by volume. Sand shall be well - graded and with 100% passing the No. 8 sieve and L conforming to strength requirements of AASHO designation M -45. It shall be used within 30 minutes after the mixing water has been added. Approved admixtures may be added to improve workability. L SANITARY SEWERS � L 23 -1 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4. EXECUTION 4.1 Sanitary Sewers and appurtenance shall be placed in the locations as shown on the project design drawings and as set forth in these specifications. 4.2 Pipe Laying 1 4.2.1 All excavating, trenching and backfilling shall be in accordance with the EARTHWORK section of these specifications. All pipe shall be laid up -grade from structure without breaks and with bell ends up- grade. Foundation for pipe shall be unyielding and true -to -line and on a uniform grade as indicated. Bell holes shall be excavated to provide uniform bear- ing under full length of pipe barrel. All pipe shall have a minimum cover of 30- inches. Backfilling by flooding or jetting will not be permitted. Backfill shall be compacted to a minimum of 90% of optimum density, determined as set forth in the section } entitled EARTHWORK. 4.2.2 Walking on or disturbing pipe in any manner after joint work is completed will not be permitted. Open ends of pipe shall be temporarily closed with loose fitting stoppers whenever work ceases and at openings until completion of the work. Joints for "Speed- Seal" Mainline vitrified clay pipe shall be in strict conformance with the recommendations of the manufacturer. 4.3 Tests: Testing shall be performed by the Contractor in accordance with the requirements of the City of Newport Beach. All tests shall be at Contractor's expense. 4.4 Earthwork shall conform to the applicable requirements of LSection 22, EARTHWORK of these specifications. 4.5 Concrete Work shall conform to the applicable requirements Lof Section 33, CONCRETE WORK of these specifications. 4.6 Shoring shall be used in all cases where required by "State of California Safety Orders ". �. 4.7- Clean Up: Upon completion of the installation of the Sanitary Sewers and appurtenance all debris and surplus { materials resulting from the work shall be removed. LSANITARY SEWERS 23 -2 L CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA t SECTION 24 WATER LINES 1. SCOPE: Provide all labor, materials and equipment, perform all operations to complete the "Water Line" system and r appurtenant structures for the project site, as indicated on !1 the project design drawings and specified in this section. 2. CONDITIONS 2.1 Nothing in the division of these specifications into sections relieves the Contractor of the responsibility of examining all sections for interrelated items of work. ' 2.2 The work of this section is subject to the provisions of the General. Supplementary General and Special Conditions of these specifications. 3. MATERIALS (. 3.1 Pipe and Fittings: All pipe and fittings shall be cement Asbestos pipe Class l50 except where cast iron pipe is called for under buildings. Cast iron pipe shall be as specified in plumbing section of these specifications. 3.2 Valves: Gate valves shall be designed for a minimum water working pressure of not'less than 150 pounds /square inch. Valves shall have bell and spigot ends or screw joints as required for the piping in which they are installed. Valves 2" and larger shall be iron body, bronze mounted and shall conform to Federal Specification WW -V -58, Class 1, or to AWWA Standard C -500. 3.3 Valve boxes shall be prefabricated of a type acceptable to the Engineer. L, 4. EXECUTION 4.1 Water lines and appurtenances shall be placed in the L locations as shown on the project design drawings and as set forth in these specifications. 4.2 Trenching shall be in accordance with the section entitled, "Earthwork ", of these specifications. 4.3 Testing: Upon completion of the construction but prior to backfilling trench water lines shall be tested in WATER LINES 24 -1 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA accordance with the requirements of the Uniform Plumbing Code. All tests shall be at Contractor's expense. 4.4 Sterilization: Upon completion of the system the Water Line shall be sterilized in accordance with the require- ments of the Uniform Plumbing Code. 4.5 Clean Up: Upon completion of the installations of the Water Lines and appurtenances all debris and surplus materials resulting from the work shall be removed. WATER LINES 24_2 [ CORPORATION YARD IMPROVEMENTS 1 CITY OF NEWPORT BEACH, CALIFORNIA SECTION 25 CHAIN LINK FENCE & GATES 1. SCOPE: Provide all labor, materials and equipment, perform all operations to complete the construction of chain link fencing and gates for the project site, as indicated on the drawings and specified in this section. 2. CONDITIONS 2.1 Nothing in the division of these specifications into sections relieves the Contractor of the responsibility of examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General and Special Conditions of these specifications. 2.3 Earthwork shall conform to the section entitled "Earthwork ". 1.. 2.4 Concrete shall conform to the section entitled "Concrete ". 1 3. MATERIALS 3.1 Materials shall conform to the respective specifications and other requirements specified below. Fence shall have l fabric height of 7' plus one foot barb wire. Construct- ion shall conform to manufacturer's recommendations, and shall be "Cyclone- Fence" or equal. 3.1.1 Chain -Link Fabric: Fed. Spec. RR -F -191, part I, type I, 1.2 oz /sq. ft. coating, or type II, .40 oz /sq. ft. coating shall be 9 gage wire woven in a 2" mesh. 3.1.2 Concrete: ASTM C 94, using 3/4" maximum size aggregate, and having minimum compressive strength 3,000 psi at 28 days. Grout shall consist of one part Portland cement to 3 parts clean, well - graded sand and the minimum amount of water to produce a workable mix. Except as noted above, concrete shall be in accordance with section entitled "Concrete ". L3.1.3 Accessories: Fed. Spec. RR -F -191, part 4, zinc - CHAIN LINK FENCE & GATES 25 -1 l 11 I L L. L L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA coated, except as modified herein. 3.1.3.1 Gates shall be of the type and size shown on the project design drawings and shall be the standard product of the manufacturer. Shop drawings shall be submitted for approval of all sliding gates. Latches shall be arranged for padlocking so that padlock will be accessible from both sides of the gate regardless of the latching arrangement. Keeper shall be the manufacturer's standard located on gate or ground. 3.1.3.2 Barbed Wire: Zinc - coated for use with zinc - coated fabric and aluminum- coated for use with aluminum- coated fabric. 3.1.3.3 Reinforcing Wire: Minimum tensile strength of 80,000 pounds per square inch, zinc - coated for use with zinc - coated fabric and aluminum- coated for use with aluminum- coated fabric. Minimum weight of aluminum coating shall be 0.40 ounce of aluminum per square foot of wire. Bottom reinforcing wire shall be as speci- fied for top reinforcing wire. 3.1.3.4 Tie Wire: Aluminum alloy of 0.144" diameter for attaching fabric to top rail and to intermediate posts. Hog rings of 0.110" diameter aluminum wire shall be used for attaching fabric to top and bottom wires. Performed clips of 6 -gate zinc - coated steel wire may be used for attaching fabric to intermediate posts. 3.1.3.5 Post Braces and Truss Rods: For each gate, corner, pull, or end post. Truss rods shall be provided with turnbuckles or other equivalent provisions for adjustment. 3.1.3.6 Line Posts, Corner Posts and Gate Posts: Shall be of the size and weight as recom- mended by the fence manufacturers and shall match existing fence construction at the site. CHAIN LINK FENCE & GATES 25 -2 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4. EXECUTIONS 4.1 General: The fence shall be installed on the previously prepared surfaces to line and grade as indicated. Fence installation shall be in accordance with the fence manu- facturer's written installation instructions except as modified herein. 4.2 Excavation for concrete - embedded items shall be of the dimensions indicated. Post holes shall be cleared of loose material. Waste material shall be spread where indicated. 4.3 Post Setting: Posts shall be set plumb and in alignment. Posts shall be set in concrete bases of dimensions indicated except in bedrock. Concrete shall be thoroughly compacted so as to be free of voids and finished in a dome. Concrete and grout shall be cured a minimum of 72 hours before any further work is done on the posts. 4.4 Post tops and supporting arms where indicated upon the project design drawings, shall be installed as recommended by the manufacturer. In addition to manufacturer's standard connections, supporting arms shall be securely anchored to posts in such a manner that will prevent easy removal with hand tools. Studs driven by low- velocity explosive- actuated tools may be used with steel, wrought iron, ductile iron, or malleable iron. Studs driven by any explosive - actuated tool will not be used with gray iron or other material that will be fractured. 4.5 Top and bottom reinforcing wires shall be installed before installing chain -link fabric and shall be pulled taut. 4.6 Fabric shall be pulled taut and secured to the top wire and bottom wire close to both sides of each post and at intervals of not more than 24" on centers. Fabric shall be secured to `. posts using stretcher bars and ties or clips or by integrally IL weaving to integral fastening loops of end, corner, pull, and gate posts for the full length of each post. L L LCHAIN LINK FENCE & GATES 25 -3 I I CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA SECTION 26 ASPHALT CONCRETE PAVING SCOPE 1.1 Provide all labor, materials and equipment necessary for asphalt concrete paving work, complete, as indicated on the project design drawings and /or as specified herein, including, but not limited to: 1.1.1 Asphalt concrete paving. 1.1.2 Wood headers at perimeters of paved areas where paving does not abut concrete or masonry construct- i ion. L 1.1.3 Asphalt concrete paving work necessary to receive and adjoin 'other work of project. 1.1.4 Painted stripes for parking stalls and traffic control. 1.1.5 Related work in other sections. 1.1.5.1 Crushed aggregate base. L 1.1.5.2 Earthwork. 2. CONDITIONS 2.1 Nothing in the division of these specifications into sections relieves the Contractor of the responsibility of examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of L the General, Suplementary General and Special Conditions of these specifications. 2.3 Asphalt concrete paving work shall conform with all applicable provisions, requirements and recommendations; not in conflict with the project design drawings and /or these specifications; of the following standards. Note that the requirements of the project design drawing and /or specifications are sometimes imore restrictive than the requirements or recommendations of L- ASPHALT CONCRETE PAVING 26 -1 L' CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA 1 corresponding portions of an applicable standard. 2.3.1 City of Newport Beach Building Code, hereinafter referred to as the "Code ". The Code is City Ordinance No. 1773 which is an amended version of the 1976 Uniform Building Code. 2.3.2 1976 Edition of the Uniform Building Code Standards (U.B.C. Std.) as referenced. 2.3.3 American Society for Testing and Materials (ASTM) Standards referenced. 2.3.4 City of Newport Beach Public Works Department { Standard Special Provisions (Std. Provisions) t For Use In Conjunction With The Standard Specifi- cations For Public Works Construction. Copies available at Public-Works Department. 2.3.5 1979 Edition of Standard Specifications for Public Works Construction (SSPWC). 2.3.6 Standard Specifications of January 1978 (Caltrans) published by State of California Business and Transportation Agency, Department of Transportation. 0 L 2.3.7 Geotechnical Investigation- Existing Corporation Yard, Superior Avenue, City of Newport Beach, California, dated April 16, 1981, prepared by D.A. Evans, Inc. D.A. Evans, Inc. Job No. 80- 132 -00. Copy available for review at Public Works Department. 2.4 Project Soil Engineer: D.A. Evans, Inc. 23011 Moulton Parkway, Suite j -10, Laguna Hills, California 92653. LTelephone: (714) 770 -8528. 2.5 Public Works Department: Public Works Department Director Benjamin B. Nolan or his designated representative. 2.6 Submit mix design of asphalt concrete to Public Works Department. Do not construct asphalt concrete paving until L receipt of mix design, approved, in writing, from Public Works Department. Proposed unit weight of asphalt concrete shall be included in the mix design. L2.6.1 Aggregate shall Caltrans Section 39 -2.02. conform with LASPHALT CONCRETE PAVING 26 -2 0 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.6.3 Determine optimum amount of asphalt, for aggregate proposed, in asphalt concrete mixture as required by Caltrans Section 39 -2.02 using Test Method No. California 367. 2.6.3.1 Submit reports of results of tests of asphalt content of asphalt concrete mix - ture with mix design. 2.6.4 Unit weight of asphalt concrete shall be 144 pounds per cubic foot, minimum. 2.7 Construction of asphalt concrete shall be continuously in- spected by Public Works Department. Notify Public Works Department 24 hours prior to required inspections. L 2.8 Provide legible copies of licensed weighmaster's certifi- cates for each delivery of asphalt concrete to site. L2.9 Tests of completed asphalt concrete paving. 2.9.1 Drainage test. Flood surface of completed paving with water, using fire hose, as directed by Public LWorks Department. L P ASPHALT CONCRETE PAVING 26 -3 2.6.1.1 Perform tests listed in Caltrans Section 39 -2.02 of quality of combined aggregate. Test Methods numbered California 205, 211, 217, 302, and 303. [ 2.6.1.2 Submit report of results of tests combined aggregate with mix design. 1 2.6.2 The asphalt concrete mixture, composed of the aggre- gate proposed for use and the optimum amount of asphalt associated therewith, shall conform to the quality requirements of Caltrans Section 39 -2.02. 2.6.2.1 Perform tests listed in Caltrans Section 39 -2.02 of quality of asphalt concrete mixture. Test Methods numbered California 305, 307, and 366. 1 2.6.2.2 Submit reports of results of test of asphalt concrete mixture with mix design. 2.6.3 Determine optimum amount of asphalt, for aggregate proposed, in asphalt concrete mixture as required by Caltrans Section 39 -2.02 using Test Method No. California 367. 2.6.3.1 Submit reports of results of tests of asphalt content of asphalt concrete mix - ture with mix design. 2.6.4 Unit weight of asphalt concrete shall be 144 pounds per cubic foot, minimum. 2.7 Construction of asphalt concrete shall be continuously in- spected by Public Works Department. Notify Public Works Department 24 hours prior to required inspections. L 2.8 Provide legible copies of licensed weighmaster's certifi- cates for each delivery of asphalt concrete to site. L2.9 Tests of completed asphalt concrete paving. 2.9.1 Drainage test. Flood surface of completed paving with water, using fire hose, as directed by Public LWorks Department. L P ASPHALT CONCRETE PAVING 26 -3 I L L L L 2.9.2 3. MATERIALS CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.9.1.1 Remove and replace paving where water ponds to a depth exceeding 1/8 ". Alternatively, at the discretion of the Public Works Department, fill the depressions where ponding in excess of 1/8" occurs, as directed by Public Works Department, with asphalt concrete. Mix of asphalt concrete fill, if allowed, to be determined by Public Works Department. Tests of core drilled samples. 2.9.2.1 Public Works Department will take random samples of the completed paving. Con- tractor shall fill all core holes at his expense. Cores will be tested for compliance with requirements of project design drawing and /or specifications for density, stability and thickness. 2.9.2.2 Remove and replace asphalt concrete not complying with requirements of project design drawing and /or specification. 3.1 Asphalt concrete: Type A per Caltrans Section 39. 3.1.1 Asphalt: Viscocity grade AR 8000 paving asphalt per Caltrans Section 92. 3.1.2 Aggregate: 3/4 ", maximum, coarse graded as required by Caltrans Section 39 -2.02 for Type A asphalt con- crete. 3.2 Liquid asphalt for prime coat: MC -250 conforming with Cal - trans Section 93. 3.3 Paint binder: SSlh anionic asphalt emulsion per Caltrans Section 94. 3.4 Wood headers and stakes: Treated wood per U.B.C. Chapter 25 or Foundation Grade California redwood per U.B.C. Std. 25 -7. Retention of preservative for treated wood shall conform with requirements for "ground contact" use per Table No. 25 -12 -B of U.B.C. Std. 25 -12. 3.5. Parking stall and traffic control striping paint: Sherwin - Williams white flat finish, alkyd base, "Pro -Mar" traffic marking paint. Sherwin - Williams product number B 29W1. ASPHALT CONCRETE PAVING 26 -4 1 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA Apply at rate of one gallon per 320 lineal feet of 4" wide (14 mils, minimum, thick when wet) traffic stripe. Prepare surface and.apply paint in conformance with recommendations contained in Sherwin - Williams publi- cation entitled Painting Systems for Specifiers and Applicators, 1981 edition. 4. WORKMANSHIP 4.1 Examine surfaces and work before beginning asphalt con- crete work. Beginning work constitutes acceptance of existing conditions as satisfactory. 4.2 Scarify and recompact surface of base as required to provide smooth hard surface. Perform density testing of recompacted base as required in Section 22, Earthwork, of these specifications. Compacted base shall have density equal to 95% of maximum density obtainable at optimum moisture content as determined by ASTM D 1557 -78. 4.3 Do not construct asphalt earthwork and preparatio writing, by Public Works 4.4 Asphalt concrete mixing, ution and spreading, and Sections 203 -6 and 302 -5 concrete paving until associated 1 of base have been approved, in Department. storing, transportation, distrib- densification shall conform with of SSPWC. 4.5 Apply liquid asphalt prime coat to base at rate of 0.25 gallons per square yard. Prime coat shall be applied in advance of placing asphalt concrete paving as directed by Public Works Department. L 4.6 Apply paint binder to all vertical, or approximately L vertical, surfaces against which asphalt concrete paving will abut at rate of 0.10 gallons per square surface L covered, before placing asphalt concrete, as directed by Public Works Department. 4.7 Equipment used for compacting (densifying) asphalt con- L crete shall conform with Section 302 -5.5 of SSPWC. 4.8 Density of asphalt concrete paving after compaction shall f IL comply SSPWC Section 302 - 5.5.2. 4.9 Unit weight of constructed asphalt concrete paving shall be not less than 144 pounds per cubic foot. ASPHALT CONCRETE PAVING 26 -5 L L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.10 Surface of completed asphalt concrete paving shall be within ` 1/8" of the finished elevations indicated on the project design drawings. 4.11 Do not apply parking stall and /or traffic control striping t paint until asphalt concrete has cured 3 weeks, minimum. 4.12 Upon completion of asphalt concrete paving work remove all excess asphalt concrete materials, refuse, debris, and equip- ment from site. Remove asphalt concrete from surfaces of wall, walks, curbs, and other finished surfaces which will be exposed to view upon completion of Corporation Yard Improve- ments Project. Leave site in clean neat condition ready to receive subsequent work, where applicable, and ready for use j by owner. L 0 E L L L L LASPHALT CONCRETE PAVING 26 -6 L L CORPORATION YARD IMPROVEMENTS SECTION 33 CITY OF NEWPORT BEACH, CALIFORNIA CONCRETE 1. SCOPE 1.1 Provide all labor, materials, and equipment necessary for concrete work, complete, as shown on the project [ design drawings and /or specified herein, including but t not limited to: 1.1.1 Concrete footings, grade beams, caissons, piles, paving, pits, aprons, ramps, 'walks, gutters, curbs, catch basins, walls, retaining walls. lT 1.1.2 Reinforcing steel for concrete. l 1.1.3 Formwork for concrete. 1.1.4 All excavation, grading, filling, and backfilling required to place concrete work. 1.1.5 Installation of embeddments and sleeves, provided by others, such as anchor bolts, inserts; architectural, electrical and mechanical hardware. 1.1.6 Application of abrasive particles to surface of concrete steps and elsewhere as indicated on project design drawings. 1.1.7 Concrete work necessary to receive and adjoin other work. 1.1.8 Related work in other sections. I 1.1.8.1 Site grading. Section 22, Earthwork. a 2. CONDITIONS L2.1 Nothing in the division of these specifications into sections relieves the Contractor of the responsibility �. of examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General, and Special Cond- L itions of these specifications. 2.3 Concrete work shall conform with all applicable pro- visions, requirements, and recommendations; not in conflict with the project design drawings and /or these specifications; of the following standards. Note that the requirements of the project design drawings and /or these specifications are sometimes more restrictive than the requirements or recommendations of corresponding portions of an applicable standard. L CONCRETE 33 -1 a CORPORATION YARD IMPROVEMENTS r CITY OF NEWPORT BEACH, CALIFORNIA IIv 2.3.1 City of Newport Beach Building Code, hereinafter, referred to as the "Code ". The Code is City ordinance No. 1773 which is an amended version { of the 1976 Uniform Building Code. e 2.3.2 Uniform Building Code Standards (U.B.C. Std.), 1976 Edition, as referenced. 2.3.3 American Society for Testing and Materials (ASTM) Standards as referenced. 2.3.4 American Concrete Institute Building Code Require - ments for Reinforced Concrete (ACI 318 -77). 2.3.5 American Concrete Institute (ACI) Standards referenced. L 2.3.6 Structural Welding Code, Reinforcing Steel (AWS DI. 4 -79) of the American Welding Society. Do not weld reinforcing steel until welding pro - cedure has been approved, in writing, by the lEngineer. Welding procedure shall account for ` chemical composition of reinforcing steel as re- quired by AWS SI. 4 -79. 2.3.7 1980 Structural Welding Code -Steel (AWS DI. 1 -80), of American Welding Society. 2.3.8 Specifications for Structural Concrete for Building=_ of American Concrete Institute. ACI 301 -72 (Re- vised 1975). 2.4 Public Works Department: Public Works Director Benjamin B. Nolan or his designated representative. 2.5 Project Soil Engineer: D.A. Evans, Inc. 23011 Moulton Parkway, Suite j -10, Laguna Hills, California 92653. LTelephone: (714) 770 -8528. 2.6 Concrete work shall conform with all applicable recom- mendations, provisions, and requirements; not in conflict l with the project design drawings and /or these specifications of "Geotechnical Investigation - Existing Corporation Yard, L Superior Avenue, City of Newport Beach" by the Soil Engineer. Soil Engineer's Job 80- 132 -00. 2.7 Reinforcing steel delivered to job shall be accompanied L LCONCRETE 33 -2 L CONCRETE I 33 -3 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA by reports of mill physical tests and, where required, by reports of chemical analysis. Perform additional testing of reinforcing steel as required by building department. Cost of testing shall be paid by the Owner. i I 2.8 Do not pour concrete against soil until associated earthwork has been approved, in writing, by Public Works Department. 2.9 Concrete mix: Ready mixed conforming to U.B.C. Std. No. 26 -1_., Slump: 4 ". 2.9.1 Concrete for floor slabs, aprons at Building D, grade beams, and caissons: Concrete shall attain f ultimate compressive strength of 3,000 psi at 28 days. Provide 6.2 sacks cement, minimum, per cubic yard unless otherwise approved. Maximum ( size aggregate: 1 ". Establish mix design using 1 laboratory trial batches per U.B.C. Section 2604 (c) 2C. Submit proposed mix design and supporting compression test and slump test results to Engineer. Do not place concrete until mix design and associated laboratory tests have been approved, in writing, by the Engineer. Mix design shall be prepared by, and compression and slump testing supervised by, a licensed civil engineer, approved by the Building Department and by the Engineer, registered in California. Cost of mix design and compression and slump testing shall be paid by the Contractor. The Contractor shall be responsible for the yield i of the mix and the quality of all concrete con- } struction. 2.9.2 All concrete except for concrete for floor slabs, aprons at Building D, grade beams, and caissons: Concrete shall attain ultimate compressive strength of 2,000 psi at 28 days. Provide 5.4 sacks cement, minimum, per cubic yard, unless otherwise approved. Maximum size of aggregate: 1 ". Submit proposed mix design to Engineer. Do not place concrete until mix design has been approved, in writing, by Engineer. 2.10 Concrete delivered to the site shall be accompanied by delivery tickets on which is written or printed information concerning the concrete delivered. Information on the deli- very tickets shall conform with the requirements of Section 26 -1311 of U.B.C. Std. 26 -13 and shall include additional information as follows: CONCRETE I 33 -3 f • � CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.10.1 Time that water first introduced into mix. 2.10.2 Amount of water introduced into mix at batch plant. ft 2.10.3 Allowable amount of water, if any, that may be added to mix by receiver of ready mixed concrete. I 2.10.4 Time that water added to mix (if any) by receiver of ready mixed concrete. 2.10.5 Amount of water added to mix (if any) by receiver of ready mixed concrete. l 2.10.6 Type and amount (if any) of admixture in mix. 2.10.7 Indication that all ingredients are as previously certified or approved. 2.11 Should the Contractor desire to increase the workability of the concrete by use of an admixture he may do so at his own expense. Such admixture shall be a recognized standard brand and shall be used in strict accordance with ` #L the manufacturer's printed instructions. The brand of admixture, amount, and method of usage shall be as approved by the Engineer and the Building Department prior to the inclusion of admixture in concrete mix. The use of admixture shall not relieve the Contractor of the responsibility of providing concrete of the quality specified herein, and concrete compatible with surface { sealer and hardener, floor covering, electrical conduit, or any subsequent work. 2.12 Testing by a recognized testing agency, approved by the L Engineer and by the Building Department, is required for all concrete. t 2.12,1 At least three compression test cylinders shall be L taken in accordance with U.B.C. Std. 26 -10 for each 150 cubic yards, or fraction thereof, of concrete j poured each day. One cylinder shall be tested at L 7 days, two at 28 days. Tests shall be made in accordance with U.B.C. Standard 26 -10. Seven day tests shall show concrete attaining a minimum of 60% of required 28 day strength. 2.12.2 Test cylinders shall be stored at site in a manner which approximates the curing conditions of the CONCRETE 33 -4 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA r ,.: concrete represented by the test cylinders. 2.12.8 Repair concrete work to match existing when coring is done. 2.12.9 Costs of coring, testing of cores, and all necessary repairs pertaining thereto, shall be paid by the Contractor. 2.13 Excavation, earthwork, grading, fill, and backfill shall L comply with requirements of Section 22, Earthwork, of these Specifications and recommendations of geotechnical report cited in subsection 2.6 hereinabove. L2.14. Concreting when the atmospheric temperature falls below 40 °F. shall be in accordance with the recommendations in ACI 305 -72. L CONCRETE 33 -5 V 2.12.3 One slump test for each required compression test cylinder shall be made in accordance with [ ASTM C143 -71 when cylinders are made. Do not f place concrete which exceeds the allowable slumps specified hereinbefore. r2.12.4 Compressive strength of test cylinders shall be equal to minimum specified strength. Concrete _ represented by understrength test cylinders which would be acceptable using the statistical evalu- ation criteria of U.B.C. Section 2604 (d) will a■ not be accepted. 2.12.5 Testing costs, for concrete meeting strength and slump requirements of these specifications, shall be paid by the Owner. 2.12.6 If the above 28 day tests fail to meet minimum ultimate compressive design strength concrete ( shall be considered defective and cores from selected areas may be taken in accordance with ASTM C42 -68 as directed by the Engineer. 2.12.7 If compressive tests of core specimens fail to meet specifications in design strength the related concrete work shall be assumed to be defective and L shall be removed and replaced or adequately strengthened in a manner acceptable to the Engineer, all at no extra cost to the Owner. 2.12.8 Repair concrete work to match existing when coring is done. 2.12.9 Costs of coring, testing of cores, and all necessary repairs pertaining thereto, shall be paid by the Contractor. 2.13 Excavation, earthwork, grading, fill, and backfill shall L comply with requirements of Section 22, Earthwork, of these Specifications and recommendations of geotechnical report cited in subsection 2.6 hereinabove. L2.14. Concreting when the atmospheric temperature falls below 40 °F. shall be in accordance with the recommendations in ACI 305 -72. L CONCRETE 33 -5 V f I f 3. r 1�Z 4. i. L L L 4. L L L L L 0 9 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.15 Concrete when atmospheric temperature rises above 80 °F, shall be in accordance with the recommendations in ACI 305 -72. MATERIALS 3.1 Portland Cement: ASTM C150 -78a, Type I. All cement shall be same brand from a single source and shall be tested per ASTM C150 -78a. Submit test reports for all cement used. 3.2 Aggregates: ASTM C33 -78. Aggregate shall be supplied from a single source and be provided by the same supplier. 3.3 Water: Clean and potable. 3.4 Waterproof sheet materials for curing concrete. ASTM C171 -69. (1975). 3.5 Reinforcing Steel: ASTM A615 -81, Grade 40. 3.6 Welded wire fabric: ASTM A185 -73 and ASTM A82 -76. 3.7 Admixture: Master Builders Company "Pozz- lith ", used per manufacturer's recommendations, or approved equal. 3.8 Concrete forming material: Concrete Plyform, Grade B -B per American Plywood Association and PS 1 -74 of National Bureau of Standards. 3.9 Expansion joint material: ASTM D994 -71 or ASTM D1751 -73 or ASTM D7152 -67 (1973). "Burke Fiber Expansion Joint" or approved equal. 3.10 Abrasive particles for nonslip finishes at stair treads and where shown on the project design drawings: Crushed ceramically bonded aluminum oxide per ACI 301 -72 (Re- vised 1975) Section 11.7.7. WORKMANSHIP 4.1 Examine surfaces and work to receive concrete work. Beginning work constitutes acceptance of existing cond- itions as satisfactory. 4.2 Do not add water to ready mixed concrete delivered to site unless approved by Engineer. Water may be added to concrete at point of delivery as approved by the Engineer, in writing. 4.3 Provide control and construction joints per plans except as approved by Engineer. CONCRETE 33 -6 4.8 Grout: 1 part Portland Cement, 2 parts sand per ASTM C33. Add the minimum amount of water necessary to produce flowable consistency. 4.9 Drypack: Mix as specified for grout with the minimum CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.4 Concrete curing: Maintain surface of concrete in moist 4.10 condition, continuously, until completion of finishing �. operation. Apply waterproof sheet materials for curing concrete immediately upon completion of finishing opera- tion to all exposed concrete surfaces. Completely cover 4.11 all exposed surfaces and seal sheet material to forms or as shown). other surfaces. Maintain curing sheet material in place and sealed for 7 days, minimum. f 4.5 All concrete work shall comply with all applicable requirements and recommendations of ACI 318 -77 and ACI 301 -72 nonslip (1975). Formed: 2 ". 4.6 Provide nonslip finish for exposed concrete ramp surf- aces and steps and as indicated elswhere on project design drawings. Apply abrasive particles per ACI 301 -72 (Revised 1975) Section 11.7.6. 4.7 Provide steel trowel finish for all other concrete surf- aces except as shown. 4.8 Grout: 1 part Portland Cement, 2 parts sand per ASTM C33. Add the minimum amount of water necessary to produce flowable consistency. LCONCRETE 33 -7 i 4.9 Drypack: Mix as specified for grout with the minimum t amount of water necessary for cohesion of mix added. [ IL 4.10 Lap reinforcing steel 24 diameters and 9" at splices except as shown. welded wire fabric 4.11 Concrete cover for reinforcing (except as shown). { 1. Concrete exposed to weather: 13�". 2. Concrete in contact with soil La. Formed: 2 ". b. Poured against soil: 3 ". j 3. Interior slabs and wall surfaces: 3/4 ". 4. All other: 1h ". 4.12 Remove and repair rock pockets, voids and other defects in concrete as directed by Engineer. L4.13 Remove projections, repair all defects and provide speci- LCONCRETE 33 -7 i r • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA fied finish for all exposed concrete surfaces. r4.14 Removal of forms: Per Code or as approved by Engineer. I 4.15 Fabricate and place reinforcing steel per recommendations of ACI 315 -74. 4.16 Welding of reinforcing steel: 4.16.1 All welding shall be accomplished by operations qualified per AWS D1.1 -80 and approved by Building Department. 4.16.2 All welding shall comply with AWS D1.4 -79. l 4.16.3 Do not weld reinforcing steel until written approval of welding procedure and applicable chemical analyses has been received from the [ Engineer. 4.16.4 All shop welding shall be performed in the shop of a licensed fabricator approved by Building De- partment. . Continuous inspection required for all field L welding. I4.17 Provide 3J4" chamfer at all exposed concrete edges except L as shown. 4.18 Concrete work tolerances: Per ACI 301 -72. 4.19 Excavation of every description and of whatever substances, including rock, encountered within the limits of the work shall be performed to the lines and grades required to complete the concrete work. Incorrectly located excavations shall be filled with concrete of the quality specified for Lthe element involved. 4.20 Backfill after completion of footings, slabs, grade beams, L walls, and other construction including pipe laying below the elevation of the final grade. 4.20.1 Prior to backfilling remove all forms and clean excavation of all trash and debris. Place back - fill symmetrically to prevent eccentric loading L upon or against structures.. Backfilling against unbraced elements shall be made against both sides LCONCRETE 33 -8 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA at the same time. If backfill is required on one i side only of unbraced elements, provide bracing t on the other side of the element as required to prevent loads being transferred to the unbraced element. Bracing shall not be removed until the concrete has attained the full specified 28 days strength and is capable of supporting the imposed loads. 4.21 Concrete finishes. 4.21.1 Exposed surfaces: Comparable to troweled finish �V per. ACI 301 -72 subsection 11.7.3 (for slabs) except as specified hereinabove. 4.21.2 All other: As formed. 4.21.3 Surface.of ramps and stair steps: See section 4.6 above. 4.22 Clean up: Upon completion of this work, the Contractor shall remove all tools, equipment, debris, unused materials and trash resulting from the work and dispose of them away from the site. Leave site in clean neat condition ready to } receive subsequent work. l t L L L CONCRETE L 33 -9 CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA ` SECTION 41 r CONCRETE MASONRY 1. SCOPE ` 1.1 Provide all labor, materials and equipment necessary for ` concrete masonry work, complete, as shown on the project design drawings and /or as specified herein in- cluding but not limited to: 1.1.1 Concrete block building walls and retaining a walls. 1.1.2 Reinforcing steel for all masonry work. 1.1.3 Installation of embeddments, provided by others, such as bolts, wall anchors, sleeves, and architectural, /electrical, mechanical hardware. 1.1.4 Waterproofing of exterior surfaces of masonry walls. [ 1.1.5 Concrete masonry necessary to receive and adjoin other work. 1.1.6 Related work in other sections. 1.1.6.1 Structural Steel. 1.1.6.2 Rough Carpentry. 2. CONDITIONS 2.1 Specifications L 2.1.1 Nothing in the division of these specifications into sections relieves the Contractor from examining all sections for interrelated items of L work. 2.1.2 The work of this section is subject to the pro- visions of the General, Supplementary General }L and Special Conditions of these specifications. 2.2 Concrete masonry work shall conform with all applicable i provisions, requirements, and recommendations; not in CONCRETE MASONRY 41 -1 L t 1 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA conflict with the project design drawings and /or Lspecifications; of the standards following: 2.2.1 City of Newport.Beach Building Code, hereinafter 2.3.2.1 Conduct one test for each 3,500 masonry units to be used. 2.3.2.2' Each test shall be conducted by testing three concrete masonry units and report- ing the average valves obtained thereby. L 2.3.2.3 Tests shall be conducted by a testing agency selected by the Engineer and approved by the Owner and the Contract- or. 2.3.2.4 Costs of testing shall be paid by the LOwner. CONCRETE MASONRY 41 -2 L L referred to as the "Code ". The Code is City l 1 Ordinance No. 1773 which is an amended version of.the 1976 Uniform Building Code. 2.2.2 1976 Edition of the Uniform Building Code Standards (U.B.C. Stds.). (' 2.2.3 American Society for Testing and Materials (ASTM) standards referenced. 2.2.4 Specifications for Concrete Masonry Construction (Long Form) published in 1969 by the Masonry Design Manual. f I. 2.3 Samples of. concrete masonry delivered to the site shall be tested as follows: l.. 2.3.1 For moisture content, compressive strength, absorption, weight, and dimensions per ASTM ` IL C 140 -75. Submit report of tests to Engineer. Do not begin masonry construction before receipt of test reports, approved in writing, from the Engineer. 2.3.2: For drying, shrinkage per ASTM C 426. Submit reports of tests to Engineer. Do not begin masonry construction before receipt of test I, reports, approved in writing, from the Engineer. 2.3.2.1 Conduct one test for each 3,500 masonry units to be used. 2.3.2.2' Each test shall be conducted by testing three concrete masonry units and report- ing the average valves obtained thereby. L 2.3.2.3 Tests shall be conducted by a testing agency selected by the Engineer and approved by the Owner and the Contract- or. 2.3.2.4 Costs of testing shall be paid by the LOwner. CONCRETE MASONRY 41 -2 L L i- • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.4 Test mortar and grout proposed for masonry construct- ion per U.B.C. Std. No. 24 -22. Do not begin masonry construction before results of tests have been approved, in writing, by the Engineer. 2.4.1 Conduct one mortar and one grout test for each 3,100 square feet of masonry wall surface to r be constructed. 2.4.2 East test shall be conducted by testing two specimens and reporting the average valves obtained thereby. 2.4.3 Tests shall be conducted by a testing agency selected by the Engineer and approved by the Owner and the Contractor. 2.4.4 Costs of testing shall be paid by the Owner. ` 2.5 Provide written 5 year warranty against leakage of water fthrough masonry walls. t.. 2.6 Submit full size concrete block sample, to Engineer, with colored waterproofing sealer applied, for approval. L Apply colored waterproofing sealer to sample in conform- ance with these specifications and the manufacturer's recommendations. Do not apply colored waterproofing ` sealer to building walls until receipt of approval, Lin writing, of sample from Engineer. Color and texture of completed walls shall match sample. Completed building walls which do not match sample shall be sand- blasted and resealed. 3. MATERIALS 3.1 Concrete masonry: ASTM C 90 -75, Grade N -1. L3.2 Reinforcing steel: ASTM A 615 -78, Grade 40. 3.3 Mortar: Type M per U.B.C. Add waterproofing ad- mixture per manufacturer's recommendations. L3.4 Aggregate for mortar: ASTM C 144 -70. } 3.5 Cement for mortar: U.B.C. Std. 24 -16. L 3.6 Lime for mortar: U.B.C. Std. 24 -17 or U.B.C. Std. 24 -18 and U.B.C. Std. 24 -19. L 3.7 Grout: Coarse grout per U.B.C. Add waterproofing ad- LCONCRETE MASONRY 41 -3 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA mixture per manufacturer's recommendations. ' 3.8 Aggregate for grout: U.B.C. Std. 24 -23. [{ 3.9 Cement for grout: ASTM C 150 -78a, Type I. 3.10 Waterproofing admixture: "Hydrocide Powder ", as manufactured by Sonneborn - Contech. 3.11 Exterior waterproofing sealer: Colored "Super -Kote Clear- Heavy" by Ven -Chem Co., Inc. of Santa Barbara, California. Telephone: (805) 967 -7600. Color to be selected by Engineer. i L CONCRETE MASONRY 41 -4 4. WORKMANSHIP j 4.1 Examine surfaces and work which are to receive concrete masonry work. Beginning work constitutes acceptance of existing conditions as satisfactory. 4.2 Lay joints in uniform running bond with slightly con - cave tooled vertical and horizontal joints at all surf- aces exposed to weather and flush tooled vertical and horizontal joints at interior surfaces protected from weather. 4.3 4.3 Each piece of vertical reinforcing in masonry walls shall be held in its indicated position by positive mechanical ties. Provide ties at the top, bottom and at intervals not farther apart than eight feet, zero inches for each piece. 4.4 Erection tolerances. 4.4.1 Exposed surfaces of concrete masonry units shall not deviate from, inwardly or outwardly, the wall surface indicated on the drawings by more than 1/16 ". L4.4.2 Completed masonry work shall conform with the applicable dimensional tolerances specified 1 for formed concrete surfaces set forth in L Table 4.3.1 of Specification for Structural Concrete for Buildings (ACI 301 -72, Revised 1975), of the American Concrete Institute. 4.5 Concrete masonry delivered to the site shall be stored off the ground and shall be completely covered in a Ldry, ventilated location. i L CONCRETE MASONRY 41 -4 r • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.6 Welding of reinforcing steel shall conform with r Structural Welding Code - Reinforcing Steel (AWS D1.4 -79) of the American Welding Society. Do not weld rein- forcing steel until receipt of, in writing, approved �- welding procedure. 4.7 Fill all concrete masonry cells with grout. 4.8 Waterproof exterior surfaces of masonry building walls with exterior waterproofing sealer. Apply sealer in conformance with manufacturer's recommendations. Apply two coats of waterproofing sealer. Allow first coat to dry 12 hours before applying second coat. Coverage: 4.8.1 First coat: 100 square feet per gallon, minimum. 4.8.2 Second coat: 130 square feet per gallon, minimum. 4.9 Construct concrete masonry wall using low lift grouting method. Do not use high lift grouting techniques. 4.10 Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of concrete masonry work. Leave site in clean condition ready for subsequent work by others or occupancy by the Owner, whichever applies. L I L L CONCRETE MASONRY 41 -5 L L L L r CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA has been approved by manufacturer of roofing. 4.3 Construct roofing in compliance with manufacturer's printed recommendations. 4.4 Attach rigid board insulation with "Roofgrip" fasteners and "Roofgrip" plates in conformance with manufacturer's recommendations. Provide four fasteners and plates for each piece of rigid board insulation. 4.5 Do not solid mop or sprinkle mop built up roofing base course. Apply base course by properly spaced roofing nails or spot mopping. 4.6 Apply roof walkways only to clean, smooth, surface of cap sheet. Bond.to roof surface with flood coat of hot mop applied at a rate of 0.6 pounds per square foot of contact surface. Separate adjacent 2 ", approximately, to allow drainage between panels. 4.7 Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of built up roofing work. Leave site in a clean condition ready for sub- sequent work by others or occupancy by the Owner, which- ever applies. ROOFING 75 -5 CORPORATION AVD LV,PROVEN,ENTS • CITY OFNEWPOTr BEACH, C ALIFORNIA SECTION 82 METAL DOORS 1. s6COPE 1%1 Provide all labor, materials, and equipment requirEcd for rretal doors work, complete, as shown on the project design drawings and /or as specified herein including but not tin-dted to•. 1.1.1 Hollow metal doors and metal frames 141 .2 Metal doors work necessary to receive and adjoin other work 1,1.3 Related work in other sections 1.1.3,1 Finish hardware r 1.1,3,2 Painting, 2 CONDITIONS 2.1 Specifications: 2 (1,1 Nothing in the ,division of these specifications relieves the contractor from examining all sections for interrelated items of work 2.1.2 The work of this section is subject to the provisions of the General, Supplementary General and Special Conditions of these specifications. 2.2 Metal door work shall conform with all applicable provisions, require- ments, and recommendations; not in conflict with the project design drawings and /or project specifications; of the standards following: 2.2.1 1979 Edition of the Uniform Building Code (U. B.C. ) and Uniform Building Code Standards (U. B.C. Std.) as referenced. 2.2.2 American Society for Testing and Materials (ASTM) standards referenced. 2.2.3 Federal Specifications (F. S. ) referenced. METAL DOORS 82 - 1 CORPORATION ?D IMPROVEMENTS • CITY OF NEW BEACH, CALIFORNIA f SECTION 82 i METAL DOORS 2.3 Submit 4 copies of shop drawings of all doors and frames called for and specified showing sizes, details of construction and installation fand finishes. Do not install metal doors until receipt of shop I drawings approved, in writing, by Structural Engineer. 2.4 Deliver all metal door and frame work and materials under i protective cover and store in dry, enclosed spaces at the site. 2.5 Coordination work: Coordinate with the supplier of finish hardware and the supplier of other doors to be installed in hollow metal frames. Templates will be furnished by the hardware supplier for use in preparation of shop drawings and for preparation and reinforcement of doors and frames to receive the hardware. 2.6 Labeled openings: Where labeled openings are scheduled or are �. required by codes, construct doors and frames in strict accordance With the requirements of Underwriter's Labotatories and attach (( labels for the indicated classification, Comply with U.B.C. Std. 1 43 -2. 3. MATERIALS 3.1 Steel for hollow doors and windows: 18 gauge cold rolled, pickled { and double annealed furniture steel. Steel for door faces shall be stretcherleveled. METAL DOORS 82 -2 3.2 Approved Manufacturers-. Hollow metal doors, welded frames and - knockedown frames: Overly Mfg. , Kreiger Steel Products Co. , Security Metal Products Corp., Amweld, Ceco Corp., Steel Craft and T boor, Slimfold Manufacturing Company, Inc. (Rediframe). 3.3 Framer: 3.3.1 Materials and fabrication: Frames to be combination type with integralstop and trim. Ship frames to job site in Lknock -down condition; job assemble. 3.3.2 Reinforcements: [lead assemblies to be reinforced internally fat each mitered joiht with a 16 gauge channel shaped reinforceme= L Mortise and reinforce frames to receive all hardware. Drill and tap as required. 3.3.3 Provide one welded -in floor anchor each jamb and three field inserted snap -in anchors each jamb spaced a maximum of L 24'' o. c. Anchors to be of the proper type for the particular construction involved. METAL DOORS 82 -2 { CORPORATION YAFMMPROVEMENTS • CITY OF NEWPORTAC3j CALIFORNIA 3, 3. 4 V rames.to conform with all applicable codes and with ` 20- minute Underwriter's Laboratories Listing requirements. Frames shall conform with U.B.C. Std. 43 -2 for 20- minute fire rating. 3.4 Flush hollow metal hinged doors: 1, 3.4.1 Doors to be flush type, constructed of two plates of at least 18 gauge steel assembled with interlocking "Z" bars or I channels, at least 20 gauge 6" O.C. Reinforce doors at top bottom and both edges as standard with the manufacturer. All parts of doors shall be welded and dressed smooth. Provide mineral wool or other installation as standard ` with the manufacturer to make the doors free of metallic ring. Provide for all mortise door hardware; doors to be mortised, reinforced 3/16" hinges, 12 gauge for locksets, drilled and tapped in accordance with templated or physical hardware. Provide 12 gauge reinforcement plates, at least 6" long by 3-1/4" wide, for surface applied hardware, except I for kickplates and escutcheon plates. Doors shall be 1 -3/4" thick of sizes and types indicated. Seal tops of all door with a flush metal channel and metal putty, dressed smooth. Bottoms of doors shall clear finish floor coverings and thresholds by 1/4"/ 3.4.2 Astragals: Provide full height astragals per hardware schedule on all pairs of doors. Use hranufacturers standard L astragal, unless otherwise shown on hardware schedule, if it conforms with the requirements of the hardware schedule. 3. 5 Door louvers: L 3. 5.1 Stationary Type: Sightproof, steel, 20 gauge minimum thickness. Furnish with metal mouldings, both sides of opening. Louvers in exterior doors,to be non - removable from the exterior side. L Furnish louvers and moulding with factory applied prome coat as specified for metal doors. Provide removable aluminum mesh hardward cloth insect screen in standard folded aluminum L frame on the interior face of all louvered doors located at building exterior. L 3. 5.2 Fusible link louvers (when indicated): Conform to U. B.C. requirements for type and location. LMETAL DOORS 82 - 3 L.. L CORPORATION YARI,IMPROVEMEi\TS. C• CITY OF NEWPORTIVACII, CALIFORNIA 3.6 Hollow metal door and frame finish: 3.6.1 Clean all doors and frames thoroughly. 3.6.2 Apply one coat of rust - inhibiting primer in uniform film thickness over all surfaces of doors and frames. 3.6.3 Primer to be as formulated and manufactured for use as an exterior metal primer and shall be rust inhibitive industrial primer. Primer shall comply with or exceed requirements of Fed. Spec. TTP -57B, Type II, zinc chromate and red oxide primer. 4. WORKMANSHIP I 4.1 Examine surfaces and work which are to receive metal door work. Beginning work constitutes acceptance of conditions as satisfactory. 4.2 Fabricate doors to sizes shown; provide necessary clearances and bevels to permit operation without binding and to accommodate thresholds where required. 1.. 4.3 Include reinforcements, drilling, and mortising for all required hard- ware. Reinforce all butt cutouts with minimum 3/16 inch thick steel plate, drilled and tapped and welded in place. Use templates furnished by hardware supplier for preparation of door to receive hardware. L 4.4 Clean thoroughly, fill joints smooth and prime with factory baked -on neutra4ay rust inhibiting industrial primer. 4.5 All metal doors specified herein shall be installed under the require- ments of this section. Hang doors accurately, with clearances shown and adjust for tolerances. Provide 1/16" to 1 /8'' max. , clearance Lat jambs, head and threshold. 4. 6 Installation in prepared openings: Openings shall be sized to provide L a 1/4" open joint between outside edge of frame and adjacent construction to receive caulking. Provide dimpled holes centered on stop and "z" type spacers spot welded to frame at each point of anchorage. Anchorag frames with #12 oval head or flat head machine screws in approved expansion shields. Caulk joints in accordance with Caulking and Sealants Section. L . L LMETAL DOORS 82 - 4 L CORPORATION YA IMPROVEMENTS • CITY OF NEWPORT B CII, CALIFORNIA 4.7 Frame installation: 4.7.1 General: Install in drywall partitions, and in other areas specifically detailed. 4.7.2 Installation: Frames shall be anchored in concrete floors with powder actuated bolts. Installation shall be plumb, straight and true, rigidly secured in place and properly braced. Frame installer to be responsible for squareness ' of frames in place and filling mitered joints. 4.8 Door installation: 4.8.1 Doors: Obtain butts and locksets from finish hardware supplier, and hang metal doors in position and adjust for uniform clearance on all sides. Install hardware at the site, properly adjusted and place in good working order. Install labeled doors (when indicated) in compliance with requirements of Underwriter's Laboratories, Inc., for the class indicated. 4.9 Caulking: 4.9.1 Where frames are required by the drawings to be installed with caulking, provide watertight and weathertight construct- ion. Conform to the requirements of Caulking and Sealants Section for both materials and workmanship. 4.10 Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of metal door work. Leave site in a clean condition ready for subsequent work by others or occupancy by the owner whichever applies. L L L LMETAL DOORS 82 - 5 L CORPORATIO ARD IMPROVEMENTS, • CITY OF NEW1WRT BEACH, CALIFORNIA SECTION 88: GLAZING 1. SCOPE 1.1 Scope of work: Provide all labor, materials, and equipment required for glazing work, complete, as shown on the project design drawings and /or as specified herein including but not limited to: 1.1.1 Glass and glazing materials for curtain wall. 1.1.2 Glass and glazing materials for entrance door. Door number 36. 1.1.3 Glass and glazing materials for visionpanels in personnel doors. 1.1.4 Glazing work necessary to receive and adjoin other work. 1.1.5 Related work in other sections. 1.1.5.1 Entrance door and curtain wall framing system. Section 89. 1.1.5.2 Metal doors. Section 82. 1.1.5.3 Wood doors. Section 81. 2. CONDTIONS 2.1 Specifications: 2.1.1 Nothing in the division of thses specifications into sections relieves the contractor from examining all sections for interrelated items of work. 2.1 .2 The work of this section is subject to the provisions of the General, Supplementary General, and Special Conditions of these specifications. 2.2 Glazing work shall conform with all applicable provisions, require- ments, and recommendations; not in conflict with the project design drawings and /or project specifications of the standards following: 2.2.1 1979 Edition of the Uniform Building Code (U.B.C.) and Uniform Building Code Standards (U . B . C . Std.) as referenced. GLAZING 88 - 1 • CORPORATION &HD IMPROVEMENTS CITY OF CNEWP T BEACH, CALIFORNIA 2..2.2. American Society for Testing and Materials (ASTM) standards referenced. i 2.2 3 Federal Specifications (F.S.) referenced. 2.2.4 American National Standard Institute (ANSI) standards referenced. 2.3 Each piece of glass shall be labeled with manufacturer's name and identified as to type. 3. MATERIALS I3.1 Insulating glass at exterior curtain wall: Comply with Sealed Insulating Glass Manufacturers Association (SIGMA) "Specifications for Sealed Insulating Glass Units, " SIGMA No. 65 -7 -2, 1973. 3.1.1 Tempered float glass at first story windows: Per F.S. DD- G -451D. F.S. DD- G- 14038, and ANSI Z97.1 -1975. 3.1.1.1 Exterior (outboard) light: ;" tinted reflective. PPG Industries "Solarcool" (gray), or equal, [ as approved in writing by Structural Engineer. 3.1.1.2 Interior (inboard) light: " Clear. 1_ 3.1.2 Float glass at second story windows: Per F.S. DD- G -451D, Land ANSI Z97.1 -1975. 3.1.2.1 Exterior (outboard) light: 4" tinted reflective PPG Industries "Solarcool "(gray), or equal, as approved in writing by Structural Engineer. L3.1.2.2 Interior(inboard)light: !" Clear. 3.2. Spandrel glass at exterior curtain wall: Conform with SIGMA r No. 65 -7 -2, 1973 (see 3.1 above) and with F.S. DD- G -1403G and with L ANSI 297.1 -1975. L3.2.1 At first story floor line and at second story floor line: 4" tempered, colored, float glass. PPG Industries,Inc. "harmony Solargray Spandrelite 6401 ", or equal as Lapproved in writing by Structural Engineer. 3.2.2 At roof line: '' " colored float glass, PPG Industries, Inc. L"Harmony Solargray Spandrelite 6401 ", or equal, as approved in writing by Structural Engineer. LGLAZING 88 - 2 CORPOR ON YARD IMPROVEMENTS CITY OF WPORT BEACH, CALIFORNIA 3.3 Glass at entrance doors: Doors numbered 36 and 64. 4'' fully tempered, tinted, float glass conforming with F.S. DD -G -1403 B and ANSI. 297.1 -1875. PPG Industries, Inc. gray "Solarcool ", or equal, as approved in writing by Structural Engineer. 3.4 Wired glass at lights in corridor doors: 4" clear polished float glass with polished 25 gauge(ASW) wire with 1" x 1" (approximately) square mesh pattern. Confdrm with F.S. DD- G -45 -1D and ANSI Z97.1 -1975. Combustion Engineering "Misco ", or equal, as approved in writing by Structural Engineee. 3.5 All other glass: Double strength clear sheet glass conforming to F.S. DD- G- 45 -1D. 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive glazing work. BegiTming, work constitutes acceptance of existing conditions as satisfactory. 4.2 Accurately cut and install glass in accordance with manufacturer's instructions wnd with applicable requirements of "Glazing Manual ", issued by Flat Glass Jobbers Association. Set glass in rebates, using manufacturer's standard glazing fittings, chairs, channels, stops, and glazing gaskets. 4.3 Gaskets: Install in strict accordance with manufacturer's directions and as detailed. 4.4 Class shall be accurately cut to completely fill the opening within tolerances recommended by the manufacturer for expansion and contraction. Glazing which does not make full contact with glass rebate on all sides will be rejected. L4.5 Calking and sealants section forms part of these specifications, where applicable for type and quality of calking materials and method of installation. Provide materials and labor conforming in all L respects to the requirements of Calking and Sealants Sections. 4.6 Upon completion of the glazing, thoroughly clean and polish glass surfaces, Remove and replace broken, scratched, chipped or otherwise defective glass with new materials and leave the entire installation in a neat, clean and acceptable condition. I 4.7 Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of work. Leave site in a clean condition ready for subsequent work by others or occupancy by the owner whichever applies. GLAZING 88 - 3 L I' i h i t_ L CORIDWArriol, ARP IMPROVEh.ENTS CITY Oi: NEV( *RT BEACH, CALIFORNIA SECTION 89 ENTRANCE D00fi ANL CURTAIN WALL FRAN.ING SYSTEM 1. SCOPE 1.1 Scope of work: Provide all labor, materials, and equipment required for entrance door, and entrance door framing,, and curtain wail framing system work, complete, as shown on the project drawings and/or as specified herein includinc�,but not limited to the following . 1..`1.1 Entrance door, entrance doors fram.inE, and all appurtenances including entrance doors hardware. Doors number 30" and 54. 1.1 .2 Curtain wall framing system and all appurtenances. 1.1.3 Entrance door, and curtain wall framing, system work necessary to receive and adjoin other work. 1.1.4 Related work in other sections. 1.1.4.1 Glass and glazing. 1.1.4.2 Finish hardware. 1.1.4.3 Drywall. 1.1.4.4 Sheet rnetalflashin . 2. CONDITIONS 2.1 Specifications: 2.1 .1 Nothing in the division of these specifications into sections relieves the contractor fron examining all sections for interrelated items of work. 2.1 .2 The work of this section is subject to the provisions of the General, Supplementary General and Special Conditions of these specifications. 2.2. Entrance doors, and curtain wall framing system work shall conform with all applicable provisions, requirements, and recommendations; not in conflict with the project design drawings and /or project specifications; of the standards following; ENTRANCE DOOR AND CURTAIN WALL L FRAMING SYSTEM 89 - 1 CORPORATION YARD IMPROVEMENTS SECTION 51 CITY OF NEWPORT BEACH, CALIFORNIA I { STRUCTURAL STEEL 1. SCOPE 1.1 Provide all labor, materials, and equipment required for structural steel work complete as shown on the ' drawings and /or as specified herein including but not limited to the following: 1.1.1 All structural steel shown on the drawings and/ IT or specified herein. 1.1.2 Provide steel bolts, anchors, inserts, connect- ` ion clips, etc. as shown on the plans and /or as specified herein which are to be installed by others. 1 1.1.3 Provide shop coat of paint on all structural steel surfaces except those which are to be field welded. Field paint all field welds and adjacent structural steel surfaces except those I which are to be incased in concrete. t 1.1.4 All structural steel work necessary to receive L and adjoin other work. 1.1.5 Clean up. - 1.1.6 Related work in other sections. 1.1.6.1 Prefabricated steel building components. 1.1.6.2 Miscellaneous iron such as handrails, louvers, grates, etc. 2. CONDITIONS 2.1 Nothing in the division of these specifications into sections relieves the Contractor from the responsibility of examining all sections for interrelated items of work. L2.2 The work of this section is subject to the provisions of the General, Supplementary General, and Special Condi- tions of these specifications. 2.3 Structural steel work shall conform with all applicable provisions, requirements, and recommendations; not in L_ STRUCTURAL STEEL 51 -1 L L C CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA conflict with the project drawings and /or specifi- cations; of the standards following: 2.3.1 City of Newport Beach Building Code, herein- after referred to as the "Code ". The Code is City Ordinance No. 1773. Which is an amended version of the 1976 Uniform Building Code. 1 2.3.2 Uniform Building Code Standards, 1976 Edition (U.B.C. Std.) referred. 2.3.4 American Institute of Steel Construction Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings (RISC Spec.) of November 1, 1978. 2.3.5 American Institute of Steel Construction Code l of Standard Practice for Steel Buildings and 1 Bridges (AISC Code) of September 1, 1976, i L 2.3.6 Structural Welding Code, Steel 1980 (AWS D1. 1 -80) of the American Welding Society. 2.3.7 Structural Welding Code, Reinforcing Steel (AWS D1.4 -79) of the American Welding Society. L 2.4 Structural.steel shall be identified by heat number. Steel delivered to the site shall be accompanied by L L reports of mill chemical analyses and mill physical tests in compliance with the applicable ASTM Standards. Submit copies of such mill reports to the Engineer before (, fabrication. If mill reports are not available steel may be identified by appropriate tests conducted by a testing agency approved by the Engineer and the Building Depart- ment. Approved reports of such tests may be substituted for the required mill reports. 2.5 Submit shop drawings of all material to be furnished as specified in the Special Conditions. Submit 5 copies of shop drawings to Engineer. Do not begin fabrication until Lreceipt of shop drawings approved in writing by Engineer. 2.6 Provide continuous inspection for all field welding ` tL and all field high strength bolting. Inspection agency shall be approved by the Building Department and the Engineer. Cost of inspection shall be paid by the Owner. 2.7 Welding shall be performed by certified welders and LSTRUCTURAL STEEL 51 -2 i L 1 L L L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA welding operators, approved by the Building Department as prescribed in AWS D1.1 -80. 2.8 Structural steel fabrication shall be performed in the shop of a licensed fabricator approved by the Building Depart- ment. 3. MATERIALS 3.1 Structural steel: ASTM A 36 -77a. 3.2 Pipe: ASTM A 53, Grade B, Type E or S or ASTM A 36 -77a, or ASTM A 501 -76. 3.3 Rectangular or square steel tubes: ASTM A 500 -78, Grade B. 3.4 Galvanizing: 3.4.1 Structural steel: ASTM A 123 -63. 3.4.2 Bolts: ASTM A 153 -78. 3.4.3 Galvanize after fabrication. 3.5 Ordinary bolts: ASTM A 307 -78. 3.6 High strength bolts: ASTM A 490 -78. 3.7 Welding electrodes: Per applicable AWS specification as shown in table 4.1.1 of AWS D1.1 -80. 3.8 Paint: Sherwin - Williams Company "Kromik" metal primer. Sherwin - Williams product description number E 41 N1. 4. WORKMANSHIP 4.1 Examine surfaces and work to receive structural steel work. Beginning work constitutes acceptance of existing cond- itions as satisfactory. 4.2 Structural steel work shall conform to all applicable standards as specified in subsection 2.3 above. 4.3 Apply shop coat of paint in conformance with recom- mendations contained in Sherwin - Williams publication entitled Painting Systems for Specifiers and Applicators, 1979 Edition. 4.4 Do not fabricate structural steel in field except as STRUCTURAL STEEL 51 -3 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA approved in writing by the Engineer. Do not burn holes or drift unfair holes in field. 4.5 Welding of concrete reinforcing steel shall conform with requirements of AWS D1.1 -80. Submit proposed welding procedure to Engineer. Do not weld rein- forcing steel until receipt of welding procedure approved in writing, from the Engineer. Welding pro- cedure shall account for chemical composition of reinforcing steel per AWS D1.1 -80. 4.6 Erect structural steel straight, plump, and true and within tolerances of AISC Code and as required so as ` not to impair the strength, safety, serviceability Il and /or appearance of the structure as designed. 4.7 Groove welds: Full penetration except as shown. 4.8 At completion of work remove trash, excess materials, falsework, etc. from site. Leave site in clean condition ( ready to receive subsequent construction. L I L L STRUCTURAL STEEL 51 -4 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA SECTIO14 55 MISCELLANEOUS METAL 1. SCOPE 1.1 Provide all labor, materials and equipment for miscellaneous metal work complete as shown on the project design drawings and /or as specified herein t including but not limited to: ``1.1.1 Metal stairs, treads and risers and ladders. l� 1.1.2 Grates, and cover trenches and pits. 1.1.3 Handrails and guard rails. 1.1.4 Louvers. 1. 1.1.5 Formed sheet and bent plate heavier than 10 gauge and not a part of structural steel sheet Imetal or rough carpentry work. 1.1.6 All miscellaneous metal work is not individu- ally described herein. Provide other work as indicated or as necessary for the completion of the project if not included in other sections of these specifications. 1.1.7 Miscellaneous metal necessary to receive and adjoin other work. 1.1.8 Related work in other sections. L 1.1.8.1 Structural steel work. 1.1.8.2 Sheet metal work. L1.1.8.3 Rough carpentry work. 2. CONDITIONS 2.1 Nothing in the division of these specifications into sections relieves the Contractor from examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, and Special Conditions of these Lspecifications. L L MISCELLANEOUS METAL 55 -1 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.3 Miscellaneous metal shall conform with all applicable provisions requirements and recommendations not in �. conflict with the project design drawings and or project specifications of the standards following. t 2.3.1 1979 Edition of the Uniform Building Code (U.B.C.) complete and the 1979 Edition of the Uniform Building Code Standards (U.B.C. Std.) as referenced. 2.3.2 American Society for Testing and Materials (ASTM) standards referenced. r 2.3.3 AWS Structural Welding Code 1980 (AWS D1.1 -80) i- of American Welding Society. 2.4 Job measurements. Verify all dimensions and conditions at site before proceeding with miscellaneous metal work. Report any discrepancies between drawing and field conditions to Structural Engineer. Complete work in such instances per Structural Engineer's instructions. 2.5 Submit shop drawings for miscellaneous work as required by Special Conditions. Submit five sets of shop draw - ings to Engineer. Do not begin miscellaneous metal work until receipt of shop drawings approved in writing by Engineer. 3. MATERIALS 3.1 Steel shapes and plates:. ASTM A 36 -77a. LMISCELLANEOUS METAL 55 -2 L, 3.2 Steel sheet: ASTM A 446 -76, Grade A, unless indicated otherwise for specific items. 3.3 Raised pattern plate: "Multigrip" as manufactured by United States Steel or approved equal. t L 3.4 Steel tubing: ASTM A 501 -76. 3.5 Steel pipe: ASTM A 53, Type E or S, Grade B maximum, Lor ASTM A 36 -77a. 3.6 Bolts: ASTM A 307 -78, Grade A. 3.7 Arc welding electrodes: Per Table 4.1.1 of AWS D1 1 -80 of American Welding Society. L LMISCELLANEOUS METAL 55 -2 L, r • • CORPORATION YARD IMPROVEMENTS iCITY OF NEWPORT BEACH, CALIFORNIA 3.8 Prime coat of paint for steel: Sherwin - Williams Company "Kromik" metal primer. Sherwin - Williams product description number E 41 N1. 3.9 Nonshrink grout: Master Builders "embeco ". 4. WORI(MANSHIP 4.1 Examine work and surfaces which are to receive miscellaneous metal work. Beginning work constitutes acceptance of existing conditions as satisfactory. l 4.2 General: All fabricated metal shall be true, plumb and level, neatly and rigidly formed in accordance with details in a first class workmanlike manner. Fabrication shall include all operations such as shearing, punching, bending, forming or welding. Limit bolt clearances to 1/16 ". Size bolts to provide full- thread on nut. Weld all joints unless t l other methods are specifically called for. 4.3 Galvanizing: Do galvanizing after fabrication with work assembled in as large sections as can be handled. Hot dip galvanize all exterior ferrous metal work after fabrication unless otherwise indicated. 4.4 Contacting surfaces of aluminum and steel shall be heavy cadmium- plated or surfaces shall be coated with vinyl mastic or adhesive - backed vinyl film or tape. Do not construct aluminum and steel members involved until method of isolation proposed has been approved, in writing by Structural Engineer. Y 4.5 Workmanship shall be in accordance with the best standard practices of the trade, and shall be performed by mechanics particularly skilled in the type of work required. 4.6 Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of miscellaneous metal work. Leave site in a clean condition ready for L subsequent work by others or occupancy by the Owner whichever applies. I L 1 MISCELLANEOUS METAL 55 -3 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA SECTION 61 ROUGH CARPENTRY 1. SCOPE 1.1 Provide all labor, materials and equipment required for rough carpentry work, complete, as shown on the project design drawings and/or as specified herein including T but not limited to: 1.1.1 All wood framing. I 1.1.2 Plywood wainscots. 1.1.3 All metal clips, fasteners, and framing hard- ; ware necessary for a complete finished job. 1.1.4 Backing for fixtures, siding, and work of other ' sections as required for a complete project. 1.1.5 Rough carpentry work necessary to receive and adjoin other work. 1.1.6 Related work in other sections. t 1.1.5.1 Finish carpentry. L 1.1.5.2 Millwork. f 1: 2. CONDITIONS 2.1 Specifications: I L 2.1.1 Nothing in the division of these specifications into sections relieves the Contractor from e examining all sections for interrelated items L of work. 2.1.2 The work of this section is subject to the pro- visions of the General, Supplementary General, and Special Conditions of these specifications. 2.2 Rough carpentry work shall conform with all applicable provisions, requirements and recommendations; not in conflict with the project design drawings and /or project LROUGH CARPENTRY 61 -1 L V • 11 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA i� iF. ROUGH CARPENTRY 61 -2 specifications of the standards following: 2.2.1 City of Newport Beach Building Code, herein- ' after referred to as the "Code ". The Code is City Ordinance No. 1773 which is an amended version of the 1976.Uniform Building Code. 2.2.2 1976 Edition of the Uniform Building Code Standards (U.B.C. Std.) as referenced. 2.2.3 American Society for Testing and Materials (ASTM) standards referenced. 2.2.4 National Design Specifications for Wood Construction, 1977 Edition, published by National Forest Products Association. 2.2.5 Specifications numbered AITC 101 -72, AITC 102 -78, AITC 104 -79, AITC 108 -80, AITC 109 -79, AITC 110 -80, AITC 111 -79, AITC 113 -80, AITC 117 -79 -- Design and AITC 117 -79 -- Manufacturing as published by the American Institute of Timber Con- L struction. (AITC Spec.) 2.2.6 No. 16 Standard Grading Rules for West Coast Lumber published by the West Coast Lumber L Inspection Bureau (WCLIB No. 16). 2.2.7 International Conference of Building Officials (ICBO) Research Committee Reports as referenced. 2.3 Each piece of lumber and plywood used for structural framing shall be graded and marked with the appropriate grade and trademark of the West Coast Lumber Inspection Bureau or the American Plywood Association. L2.4 Each piece of glued laminated timber shall be identified by a Certificate of Inspection issued by an agency approved by the Building Department and by the Engineer. L Submit certificates of Inspection to the Building Department and copies to the Engineer. Do not erect glued laminated framing members before receipt of Certificate of Identification approved, in writing, L from the Engineer. Each piece of glued laminated timber delivered to the site shall be identified by a tag attached thereto or by a mark stamped thereon. The tag or stamped i� iF. ROUGH CARPENTRY 61 -2 r CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 3. MATERIALS 3.1 Lumber: Coast (See Wood Handbook. U.S. Department of Agriculture, Forest Products Laboratory, Forest Service. L Agriculture Handbook No. 72 of August 1974) Douglas fir: 3.1.1 Sawn lumber: L 3.1.1.1 Members 2" to 4" thick and 2" to 4" wide: No. 1 Structural Light Framing. r3.1.1.2 All other: No. 1. 3.1.2 Glued laminated lumber: L L L ROUGH CARPENTRY 61 -3 mark shall display an identifying notation correspond- ing to a matching notation on the Certificate of Identification. 2.5 All wood in contact with concrete or masonry shall be treated wood complying with U.B.C. Std. 25 -12. 2.6 Lumber, including glued laminated timbers, shall be dry and well seasoned, with no piece having a moisture content of more than 19 %, when installed in its perm- anent location. .Maintain lumber in dry condition, with no piece having a moisture content of more than 198, until completion of construction of project. 2.7 Lumber delivered to site shall be stored off the ground and shall be completely covered in a dry, ventilated location. 2.8 Submit shop drawings for glued laminated members to be furnished as specified in the Special Conditions. Submit 5 copies of shop drawings to Engineer. Do not begin-fabrication before receipt of shop drawings approved, in writing by the Engineer. L2.9 Provide all wood backing, furring, stripping or block- ing as required for installation and attachment of work L of all other trades. Cut and frame all openings re- quired by other trades. Structural members shall not be cut, notched, or drilled except as shown or noted on drawings, and as allowed in areas of low stress as specified hereinafter. 3. MATERIALS 3.1 Lumber: Coast (See Wood Handbook. U.S. Department of Agriculture, Forest Products Laboratory, Forest Service. L Agriculture Handbook No. 72 of August 1974) Douglas fir: 3.1.1 Sawn lumber: L 3.1.1.1 Members 2" to 4" thick and 2" to 4" wide: No. 1 Structural Light Framing. r3.1.1.2 All other: No. 1. 3.1.2 Glued laminated lumber: L L L ROUGH CARPENTRY 61 -3 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 3.1.2.1 Beams and girders: Combination 24F -V4 per Table 1 of AITC 117 -79 -- Design. 3.1.2.2 Columns and posts: Combination 5 per Table 2 of AITC 117 -79 -- Design. 3.1.2.3 Laminating adhesive: Wet -use phenol resorcinol based adhesive per Volunt- ary Product Standard PS 56 -73, "Structural Glued Laminated Lumber" of the National Bureau of Standards, U.S. Department of Commerce. 3.1.2.4 Appearance grade: Industrial Appearance Grade per AITC 110 -80. Surfaced on all four sides. 3.1.2.5 Protection: Per AITC 111 -79 including but not limited to sections cited here - inbelow. 3.1.2.5.1 End sealer: Per Section 2.2.1. ( 3.1.2.5.2 Surface sealer: Per Sections 3.1.2.1 (a) and 3.1.2.1 (b) of AITC 111 -79. 3.1.2.5.3 Wrapping: Individual wrap- ping per Section 4.3.1. 3.1.1 Plywood: Structural 1 per U.S. Product Standard PS 1 -74 by the National Bureau of Standards, Grade C -C unless otherwise shown. 3.1.4 Treated wood: No. 1 Coast Douglas fir conforming with U.B.C. Std. No. 25 -12. When treated members L are cut to special shape or size such cutting or shaping shall be performed before treatment. Where members are inadvertantly cut or countersunk for flush installation of bolt heads, after treat- ment, the cut surfaces shall be painted with two saturating coats of hot (200 °F) creosote before installation. 3.2' Bolts and lag screws: ASTM A 307 -78, Grade A. ROUGH CARPENTRY 61 -4 i r • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 3.3 Nails: Conform with U.B.C. Std. No. 25 -17. 3.3.1 Flooring nails: "Screw -rite" common pallet nails as manufactured by The Independent Nail Corporation, Bridgewater, Massachusetts. 3.3.2 All other: Common wire nails. 3.4 Framing hardware such as joint hangers, post bases, nails,.etc.: "Strong Tie Connectors" as manufactured f by the Simpson Company or equal, as approved in writing, ti' by the Engineer. Framing hardware is identified on the project design drawings by alphanumeric notations which ( are taken from Simpson's Catalog No. 81 H -1 and are called Model Nos. therein. 3.5 Steel plates and shapes: ASTM A 36 -77a. 3.6 Light gauge steel: ASTM A 446 -76, Grade A, unless otherwise indicated. 3.7 Powder driven fasteners: Comply with I.C.B.O. Research Committee Recommendations contained in Report No. 1639 and Report No. 1147. 3.8 Sheathing paper: 15 pound asphalt saturated organic felt per Section 32.103 of U.B.C. Std. No. 32 -1. Install sheathing paper at exterior wall sheathing and as indicated on the project design drawings. ( 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive rough L carpentry work. Beginning work constitutes acceptance of existing conditions as satisfactory. 4.2 Install all wood framing making proper provisions for L work of other trades. Do all cutting of wood required to accommodate plumbing, heating and ventilating, electrical and other trades. Fit neatly around all exposed items such as outlet boxes, conduit, pies and ducts. L 4.3 Install plywood sheathing with long dimension perpend- icular to joists. Install wall sheathing with long dimension vertical. All plywood sheathing shall have all edges blocked and nailed. All plywood shall be 'L LROUGH CARPENTRY 61 -5 i 0 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA f layered with or best face on exposed side. 4.4 Rough framing: Fit closely; set accurately to required lines and levels and secure rigidly in place. Set horizontal and inclined members with crown edge up. Structural members shall provide full contact at all bearing surfaces. Small holes equal in diameter to ' a or less, of the dimension of the member involved may be drilled in the middle ; of the depth of and the middle 3/4 of the span of any member. 4.4.1 Studs: Make walls and partitions of nominal 2x4 studs at 16 inches on center. Unless otherwise indicated or required to be larger to accommodate mechanical or electrical equipment, piping and fixtures or equipment of any other trade. Unless otherwise specified, all panels, valve covers, cleanouts, devices, access doors, recessed cabinet boxes, etc. shall be mounted flush with the adjacent wall surface. When any such item is of a depth where it is not practical to use solid studding to the full thickness of the wall, the wall shall be furred. When furring is required it shall extend the full width of the room on the wall in which it occurs and from floor to roof or ceiling joists. The studs comprising all interior partitions and the wall material affixed to them shall extend from floor to ceiling joist framing except as otherwise indicated. 4.4.2 Top plates in bearing partitions shall be doubled and lapped at each intersection with walls or partitions. Stagger joints in upper and lower members of top plate not less than 4 feet. Provide blocking not less than 2 inches in thickness of same width as studs as follows: L Stud partitions or walls more than 8 feet, but not more than 14 feet in height shall have one row of blocking fitted snugly and nailed into L mid - height of stud. Walls or partitions over 14 feet in height shall have two or more rows of blocking. Locate rows of blocking so that in no case will the distance between sole or top plates and blocking or between lines of blocking exceed 8 feet. L4.4.3 Frame corners solid where stud walls or part- ROUGH CARPENTRY 61 -6 j • • CORPORATION YARD IMPROVEMENTS �. CITY OF NEWPORT BEACH, CALIFORNIA itions meet, or as indicated on drawings. L l t. LROUGH CARPENTRY 61 -7 4.4.4 Provide headers and side members at all wall openings larger than 4 feet in any dimension. 4.4.5 Wood backing and nailing strips: Provide all wood backing, furring or blocking indicated or required for proper installation and attachment of work of other trades. Form lumber which has been cleaned and is in sound condition may C be used, unless other material is indicated. 4.5 Do not suspend loads (weight) from 2x4 roof framing members except: 4.5.1 Acoustical tile ceilings in light metal rsuspension systems. t 4.5.2 Heating, ventilating, and air conditioning ducts which do not exceed two square feet in cross (( sectional area. 4.5.3 Sprinkler pipes with 3 inch, nominal, maXimum 4 diameter. ` 4.6 Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of rough carpentry work. Leave site in clean condition ready for subsequent work by others or occupancy by the Owner, whichever applies. L l t. LROUGH CARPENTRY 61 -7 1 i • CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA SECTION 62 FINISH CARPENTRY 1. SCOPE 1.1 Provide all labor, materials and equipment required for finish carpentry work, complete, as shown on the project design drawings and /or as specified herein including but not limited to: 1.1.1 Wood trim. 1.1.2 Finish carpentry work necessary to receive and adjoin other work. 1.1.3 Related work in other sections. 1.1.3.1 Cabinet work. 1.1.3.2 Hardware. 2. CONDITIONS 2.1 Specifications: 2.1.1 Nothing in the division of these specifications into sections relieves the Contractor from examining all sections for interrelated items of work. 2.1.2 The work of this section is subject to the �.v provisions of the General, Supplementary General, and Special Conditions of these Lspecifications. 2.2 Finish carpentry work shall conform with all applicable provisions, requirements, and recommendations; not in conflict with the project design drawings and /or project specifications of the standards following: L 2.2.1 1979 Edition of the Uniform Building Code (U.B.C.) and Uniform Building Code Standards (U.B.C. Std.) as referenced. L2.2.2 American Society for Testing and Materials (ASTM) standards referenced. L L L FINISH CARPENTRY 62 -1 f 0 • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.2.3 Woodwork Institute of California Manual of r Millwork ( WICMM) adopted January 1, 1978. 2.3 Wood trim finish: Transparent. 2.4 Wood trim grades: Custom grade except where Premium grade called for on drawings. 2.5 Provide WICMM Certified Compliance Certificate for all finish carpentry delivered to site. 2.6 Submit samples and shop drawings of all finish carpentry work before installation. Do not install finish carpentry until samples and shop drawings approved, in writing, by Engineer. 3. MATERIALS 3.1 Materials specified herein per WICMM numbers refer to lumber grades listed and identified in WICMM. 3.1.1 Interior and exterior hardwoods: Section 4. j Select red birch. 3.1.2 Interior and exterior softwood plywood: Section 5 Douglas fir, grade A -A, except as shown otherwise. 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive finish carpentry work. Beginning work constitutes acceptance of existing conditions as satisfactory. 4.2 Deliver materials when project construction is ready for its immediate installation. Store in clean, dry locations until installed. 4.3 Backprime all finish carpentry work before installation with one coat of bailed linseed oil. 4 4.4 Finish carpentry work shall be facbricated and installed L only by qualified craftsman experienced in this trade. 4.5 Fabrication of finish carpentry shall be based upon field measurements of completed portions of project which are to receive finish carpentry work. L FINISH CARPENTRY 62 -2 If l l l C L E.. iL L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.6 Cleanup: Remove all unused materials, empty containers, trash and debris and tools and equipment associated with and resulting from execution of finish carpentry work. Leave site in a clean condition, ready for subsequent work by others or occupancy by the Owner whichever applies. FINISH CARPENTRY 62 -3 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA SECTION 63 CABINET WORK 1 1. SCOPE 1.1 Provide all labor materials and equipment required for cabinet work, complete, as shown on the project design drawings and /or as specified herein including but not limited to: w 1.1.1 Toilet room vanity tops. 1.1.2 Cabinets. �. 1.1.3 Cabinet work necessary to receive and adjoin other work. ( E 1.1.4 Related work in other sections. 1.1.3.1 Finish carpentry. 1.1.3.2 Painting. 1.1.3.3 Rough Carpentry. 2. CONDITIONS 2.1 Specifications: 2.1.1 Nothing in the division of these specifications into sections relieves the Contractor from [^; examining all sections for interrelated items of work. L 2.1.2 The work of this section is subject to the provisions of the General, Supplementary General, and Special Conditions of these Lspecifications. 2.2 Cabinet work shall conform with all applicable pro- visions, requirements and recommendations; not in conflict with the project design drawings and /or project specifications of the standards following: i 2.2.1 1979 Edition of the Uniform Building Code L (UBC) and Uniform Building Code Standards (UBC Std.) as referenced. t L CABINET WORK 63 -1 1 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.2.2 American Society for Testing and Materials (ASTM) standards referenced. 2.2.3 Woodwork Institute of California's Manual of �. Millwork (W.I.C.M.M.) 1978 Edition. 2.3 Provide shop drawings for all cabinet work. The W.I.C.M.M. Certified Compliance Grade Stamp indicating the grade specified shall be affixed to the casework shop drawings, certifying that the casework will be manufactured in accordance with the W.I.C.M.M. grade specified. 2.4 Field measure all construction which is to receive cabinet work. Detail and fabricate cabinet work as required to fit and be compatible with adjacent and supporting construction. 2.5 All millwork shall be manufactured in accordance with the standards established in the latest edition of the Manual of Millwork of the Woodwork Institute of { California in the Grade or Grades hereinafter specified { or as shown on the drawings.. 2.6 Before delivery to the job site, the millwork supplier I_ shall issue a W.I.C.M.M. Certified Compliance Certi- ficate indicating the millwork products he will furnish for this job and certifying that they will fully meet all the requirements of the Grade or Grades specified. 2.7 Each unit of casework shall bear the W.I.C.M.M. Certi- fied Compliance Grade Stamp indicating the grade specified. L2.8 Each plastic laminate counter top shall bear the W.I.C.M.M. Cerified Compliance Grade Stamp indicating the grade specified. 2.9 All cabinet work shall be W.I.C.M.M. Custom Grade, flush overlay construction except where Premium Grade is called for on drawings. 3. MATERIALS L3.1. Lumber and plywood shall be new clean stock of the species and W.I.C.M.M. grades shown below for the L various uses. i L i CABINET WORK 63 -2 r • • CORPORATION YARD IMPROVEMENTS ICITY OF NEWPORT BEACH, CALIFORNIA 3.1.1 Use Custom Grade rotary cut Red Birch, with a transparent finish for all cabinet work, where solid wood is indicated. 3.1.2 Use Grade A -A Douglas fir with a transparent finish where plywood is indicated. 3.2 Cabinet Hardware: 3.4 Provide 4" thick prefinished Marlite Designer Colors L wall panels at locations where " Marlite" is indicated on drawings. Trim all panel edges, corners and joints with extruded aluminum moldings in colors to match Lpanel colors. Colors shall be as selected by Engineer L CABINET WORK 63 -3 3.2.1 Finish: US 10 Dull Bronze of US 26D Dull Chrome as selected by Owner's designated representative. 3.2.2 Hinges: 2 -'h ", five knuckle, loose pin, wrap around type made of .093" thick steel. 3.2.3 Catches: Magnetic type all metal construction, no plastic E.B. Bradley, Stanley, or Epco Magna -Tite No. 591. 3.2.4 Locks: 0737 x 2540 MK by Corbin, Eagle or National Lock. 3.2.5 Elbow catches: Plated cast iron - Stanley, B.B.W., or Ives No. 2F15. L 3.2.6 Drawer guides: K &V, Garcy, or Grant No. 335; load rating of 100 lbs. for a 22 inch guide. 3.3 Laminated plastic counter tops and splashes shall be W.I.C.M.M. Custom Grade, with fully formed edge .- covering with 4" splash. Each top shall bear the �y W.I.C.M.M. Certified Compliance Grade STamp indicating the grade specified, and the top fabricator shall furnish a W.I.C. Certified Compliance Certificate certifying L the tops he will furnish for the W.I.C. grade specified. Fabricate in the shop. Apply to 3/4" thick, stable wood base material which will not photograph through the plastic. Adhesive for laminating shall be Urea Form- L aldehyde type, water resistant, to conform with Feb. Spec. MMM -A -188. Conform to W.I.C. standards for r Custom Grade. Self -edge all work, unless otherwise indicated on drawings. 3.4 Provide 4" thick prefinished Marlite Designer Colors L wall panels at locations where " Marlite" is indicated on drawings. Trim all panel edges, corners and joints with extruded aluminum moldings in colors to match Lpanel colors. Colors shall be as selected by Engineer L CABINET WORK 63 -3 4.6 Installation of Plastic Laminate Counters: L 4.6.1 Install all work in accordance with best trade practice. Scribe all counters and backsplashes, where they occur, to adjacent walls to preclude the use of caulking or joint fillers. Securely LCABINET WORK 63 -4 L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA from manufacturer's standard colors. (' 3.4.1 Submit brochures, and color samples for approval and color selections. [. 3.4.2 Install materials in accordance with manufacturer's recommendations. 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive cabinet work. Beginning work constitutes acceptance of existing i, conditions as satisfactory. 4.2 Take such field measurements as may be required for cabinet work, and be responsible for same. Report any major discrepancy between plan and field dimensions to the Engineer through proper channels. I4.3 All installation shall be done by experienced craftsmen under direct factory supervision. All fixed cabinets shall be plumb, level and securely attached to the wall I or floor using established methods which meet all legal requirements. 4.4 Filler panels and scribe strips or mouldings, as required, shall be properly scribed to adjacent work and securely attached to the cabinets. 4.5 Installation of cabinet work: 4.5.1 Perform work in accordance with the best standards of practice to the trade, and under supervision of competent foremen, who shall carefully plan and lay out work as required to carry out the intent of the drawings, and to properly accommodate work of other trades. Accurately scribe and fit cabinet work into the L respective locations, plumb and level. Perm- anently secure in proper position with the current fasteners, in concealed manner wherever possible. 4.6 Installation of Plastic Laminate Counters: L 4.6.1 Install all work in accordance with best trade practice. Scribe all counters and backsplashes, where they occur, to adjacent walls to preclude the use of caulking or joint fillers. Securely LCABINET WORK 63 -4 L r CORPORATION YARD IMPROVEMENTS } CITY OF NEWPORT BEACH, CALIFORNIA r attach counters to the base cabinets in a ` rigid and permanent manner, plumb and level. 4.7 The entire installation shall present a workmanlike appearance, without open joints, tool marks or other blemishes. r 4.8 Cleanup: Remove all unused materials, empty containers, ! trash and debris, and tools and equipment associated with and resulting from execution of cabinet work. Leave site in a clean condition ready for subsequent work by others or occupancy by the Owner whichever applies. L L I L L L CABINET WORK 63 -5 r 9 • CORPORATION YARD IMPROVEMENTS 1 CITY OF NEWPORT BEACH, CALIFORNIA as adopted by the City of Newport Beach, California. 2.3.2 Uniform Building Code Standards (U.B.C. Std.) 1979 Edition as referenced. 2.3.3 American Society for Testing and Materials (ASTM) Standards as referenced. { 2.3.4 American National Standards Institute stand- ards referenced. 2.4 Weather and Temperature Conditions: 2.4.1 Perform no exterior caulking work when ![ raining or when surfaces involved are moist or damp. [ 2.4.2 Install caulking and sealants only when ambient ( temperatures are within the limits of 50 to 80 degrees F. 2.5 Certificate of Compliance: Upon completion of work of this section a Certificate of Compliance shall be issued by the caulking and sealant manufacturers attesting that project drawings and specifications were faithfully followed. 2.6 Descriptive Data: Submit at the same time samples are I submitted. 2.7 Samples: Submit cured samples of materials. Do not install caulking and sealants until descriptive data and samples have been approved in writing by Engineer. L 2.7.1 Colors shall be selected by the Engineer to match adjoining surfaces. L 2.8 Delivery and Storage of Materials: Deliver caulking and sealant in factory labeled, unopened containers. j Store on site, under cover. L2.9 Extended Guarantee: Furnish a written guarantee covering materials and workmanship for a period of Two Years from date of acceptance. �- 3. MATERIALS ( 3.1 Primers: Non - staining type, as recommended and furnished LCAULKING AND SEALANTS 72 -2 i L 1 • 0 f CORPORATION YARD IMPROVEMENTS 1 CITY OF NEWPORT BEACH, CALIFORNIA by sealant manufacturer for each material and condition. 3.2 Back -up Material: In joints deeper than recommended depth of sealnt, provide non -oily, non - staining, neoprene, or other filler completely compatible with the measured width of joint so sufficient pressure is exerted by filler against joint sides to provide substantial resistance against desplacement. 3.3 Exterior Sealants 3.3.1 Acrylic Terpolymer Sealant: One part, non - sag type. "Mono", by The Tremco Mfg. Co., or "60 +Unicrylic" by the Pecora Corp. 3.3.2 Polyurethane Sealant: Two -part, non -sag (gun- grade). Conform to or exceed Federal Spec. TT- S- 00227E, Type II, Class A. 3.4 Interior Sealants: 3.4.1 Interior Sealants shall be the low odor type. Use one of the following in interior areas only: 3.4.1.1 AC -20 Acrylic Latex Calk by Pecora Corp. 3.4.1.2 BC -158 Butyl Rubber Sealant by the Pecora Corp. 4. WORKMANSHIP 4.1 Examine surfaces and work to receive caulking and sealants work. Beginning work constitutes accept- ance of existing conditions as satisfactory. 4.2 Preparation: 4.2.1 Submit sealant manufacturer's printed preparation and application instruction to the Engineer and Lfurnish copies to all trades concerned. 4.2.2 Joint preparation: L4.2.2.1 Do not start joint preparation work in concrete or masonry until concrete Lhas fully cured. j r i i i i �r L L L L rr;} CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.2.2.2 Clean surfaces free of dirt. Brush out and remove dust with compressed air. 4.2.2.3 Areas to receive polyurethane sealant. Clean surfaces with mineral spirits and allow to dry. 4.2.2.5 Where priming is required, prime in accordance with sealant manufacturer's recommendations. 4.3 Backing Material Installation: 4.3.1 If joints have no backing or are over 3/4" in depth, install backing material so that joint depth, unless otherwise recommended by sealant manufacturer, does not exceed 50% of joint width if ;" or more, 100% joint width if joint width of less than a ". 4.4 Installation: 4.4.1 Protection: Carefully protect adjoining surfaces from staining. Where necessary to maintain clean lines and protect adjoining surfaces, install a removable type of masking material. Remove masking 5 to 10 minutes after joint is filled and tooled. Sealant shall be immediately removed from unmasked surfaces not requiring the caulking; restore the finish as required. Where cleaning and restoration is not acceptable, remove the affected work and provide new work conforming to the original specifications for new undamaged materials, as directed by the Structural Engineer at no extra cost to the Owner. 4.4.2 Apply sealants with hand - pointing tools, hand - operated pressure guns, or air - operated guns with reciprocal pumps and hoses. 4.4.3 Fill joints completely flowing into joint to backup material, spreading laterally without voids to full contact with joint sides. 4.4.4 Tool joint surfaces smooth with water or sol- vent of type and in manner recommended by sealant manufacturer. CAULKING AND SEALANTS 72 -4 r • � CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.5 Sealant Installation: 4.5.1 Except as noted above, apply sealant to all locations noted on drawings or where required to provide watertight building. 4.5.2 Acrylic - Terpolymer Sealant: Use for caulking vertical and miscellaneous work. Joints - Maximum of �" wide x 35" deep. Maximum of 1/8" side, metal to metal. rrMaximum of 4" wide for all others. le 4.5.3 Polyurethane Sealant: Use for caulking joints in control joints; expansion joints for floors; exterior and interior horizontal work; else- where subject to foot and wheeled traffic, except as shown. Joints - Maximum of 1" wide x %" to h" deep. Maximum of k" wide x 4" deep. 4.6 Sealants, General: Ldepth 4.6.1 Where joints exceed the specified maximum of sealant, install the specified back -up material in the void. 4.6.2 Where joints exceed 31" width, or joint width L L is shown or required to exceed depth, provide compatible plastic tape covering to prevent bonding of sealant to back -up material. 4.6.3 Apply sealant under sufficient pressure to completely fill the joint. Finish exposed joints smooth, flush with surface or recessed where indicated. 4.7 At completion of work, remove trash, excess materials, falsework, etc. from site. Leave site in clean cond- ition to receive subsequent construction. L L L L 1 CAULKING AND SEALANTS 72 -5 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA ( SECTION 71 INSULATION 1. SCOPE ( 1.1 Provide all labor, materials, and equipment required t for insulation work, complete, as shown on the project design drawings and /or specified herein including but not limited to: 1.1.1 Blanket insulation. 1.1.2 Batt insulation at exterior walls and at interior partitions. 1.1.3 Insulation work necessary to receive and adjoin other work. 1.1.4 Related work in other sections. 1.1.4.1 Board insulation under built up roofing. �- 1.1.4.2 Rough framing. 1.1.4.3 Window wall. 2. CONDITIONS 2.1 Specifications: 2.1.1 Nothing in the division of these specifications into sections relives the Contractor from examining all sections for interrelated items of work. 2.1.2 The work of this section is subject to the provisions of the General, Supplementary r General, and Special Conditions of these rL Specifications. 2.2 Insulation work shall conform with all applicable provisions, requirements, and recommendations; not in conflict with the project design drawings and /or project specifications of the standards following: Li INSULATION 71 -1 r • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 2.2.1 1979 Edition of the Uniform Building Code (U.B.C.) and Uniform Building Code Stand- ards (U.B.C. Std.) as referenced. 2.2.2 American Society for Testing and Materials (ASTM) Standards referenced. 2.2.3 Title 24, Part 6, Division T -20, Chapter 2, Subchapter 4 of California Administrative Code. 2.2.4 Federal Specifications referenced. 3. MATERIALS 3.1 Blanket and Batt insulation: Conform to Federal Specifications H- H- 1 -521E. Type II. Owen- Corning f Fiberglass Corporation paper backed or approved [ equal. 3 -5/8" thick at partitions and 6" thick at ceiling. "R" valve for insulation: 19 at roof, 11 at walls and partitions. 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive in- sulation work. Beginning work constitutes accept- ance of existing conditions as satisfactory. 4.2 Install insulation in compliance with manufacturer's recommendations. 4.3 Deliver materials to job in manufacturer's original " unopened packaging. Adequately protect against damage while stored at the site. Deliver so that stocks of materials on the site will permit un- interrupted progress of the project. t 4.4 Take precautions to protect all insulation, both L during and after installation from damage of any kind until covered. 4.5 Cleanup: Remove all unused materials, empty con- tainers, trash and debris, and tools and equipment associated with and resulting from execution of insulation work. Leave site in a clean condition ready for subsequent work by others or occupancy by the Owner whichever applies. L LINSULATION 71 -2 L C CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA ` SECTION 75 l,. ROOFING 1. SCOPE L G L ROOFING 75 -1 1.1 Provide all labor, materials, and equipment required for roofing work complete as shown on the drawings 1 and /or as specified herein including but not limited to the following: la 1.1.1 Built up composition roofing at Buildings A, B, D, K. 1.1.2 Rigid board insulation below built up compo- sition roofing at Buildings A, B, D, K. C 1.1.3 Flashing at parapets and roof penetrations and roof platforms. 1.1.4 Install roof walkways as required to provide [ access to roof hatches and to all sides of roof mounted mechanical equipment such as air conditioning machines, air handling units, i i L furnaces, etc. 1.1.5 All roofing work necessary to receive and ( t adjoin other work. 1.1.6 Clean up. 1.1.7 Related work in other sections. 1.1.7.1 Sheet metal. 1.1.7.2 Light weight insulating concrete. 2. CONDITIONS 2.1 Nothing in the division of these specifications into sections relieves the Contractor from the responsibility of examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions L of the General, Supplementary General, and Special Conditions of these specifications. L2.3 Roofing shall conform with all applicable provisions, L G L ROOFING 75 -1 2.4.4 That repairs or replacements necessary to correct lack of compliance with any of above mentioned conditions, will be made immediately without cost to Owner. f. 2.4.5 Guarantee shall be effective from date of accept- ance of work by Owner. L2.5 General: 2.5.1 All work shall be done in dry weather. All L under surfaces shall be dry before application of roofing materials and water - proofing. Moisture content of plywood decks shall not exceed 12 %. 2.5.2 All surfaces shall be smooth, dry and swept clean, LROOFING 75 -2 L CORPORATION YARD IMPROVEMENTS ( CITY OF NEWPORT BEACH, CALIFORNIA requirements, and recommendations; not in conflict ` with the project drawings and /or specifications; of 1 the standards following: `. 2.3.1 City of Newport Beach Building Code, herein- after referred to as the "Code ". The Code is City Ordinance No. 1773, which is an amended version of the 1976 Uniform Building Code. 2.3.2 Uniform Building Code Standards, 1976 Edition Y rj (U.B.C. Std.) referenced. 2.3.3 American Society for Testing and Materials f (ASTM) Standards referenced. 1 2.3.4 Federal Specifications referenced. (. 2.4 Guarantee: Before work will be accepted, Contractor shall deliver into hands of Owner a written guarantee for two years stating following: 1 2.4.1 That roofing including all metal and built -up flashings, counterflashings expansion joints, water - proofing membrane will be maintained watertight. 2.4.2 That any defective materials and /or workmanship which may become evident within two year guarantee period will be replaced with proper new materials. ' 2.4.3 That roofing will lay smooth and even. 2.4.4 That repairs or replacements necessary to correct lack of compliance with any of above mentioned conditions, will be made immediately without cost to Owner. f. 2.4.5 Guarantee shall be effective from date of accept- ance of work by Owner. L2.5 General: 2.5.1 All work shall be done in dry weather. All L under surfaces shall be dry before application of roofing materials and water - proofing. Moisture content of plywood decks shall not exceed 12 %. 2.5.2 All surfaces shall be smooth, dry and swept clean, LROOFING 75 -2 L r � • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA free of dust, debris or other loose materials. Inclined surfaces shall have been graded to drain to outlets. 2.6 Deliver materials to job site in manufacturer's original unopened packaging. Fully protected against wetness or damage while temporarily stored. .Materials designated for a specific application shall be the products of f one manufacturer. 2.7 Before delivery to job site roofing the manufacturer shall provide certificates indicating all materials fully meet ` or exceed requirements to the grade or grades specified. 2.8 Test cuts shall be taken at Contractor's expense. One test cut 4" x 36 ", shall be taken, as directed by the Engineer, for each 2000 square feet of roof area, or part thereof, but at least one cut shall be taken per building. Test cuts shall be taken prior to the final surfacing, where final surfacing is gravel. Test cuts shall be weighed and visually inspected on the job site and then removed for delivery to a testing laboratory I selected by the Engineer. Additional test cuts may be taken if the Engineer has reason to believe that specifi- cations have not been followed in completing the roofing l application. Areas from which test cuts have been taken shall be repaired in the following manner: Test cut procedure and analysis of test cut specimens shall con- form with ASTM D2829 -76 except as specified herein. 2.8.1 Coat area from which taken evenly, bottom plastic roof cement. and set in alternate cement to fill the c surrounding roofing. the test cut has been and sides with asphalt Cut roofing felts to fit layers of felt and plastic it -out flush with the L 2.8.2 Apply the same number of plies and types of roofing felts as used in the roofing specification over the repaired cut -out area. Extend first layer 4" beyond the cut -out on all sides. Extend L each succeeding layer 4" beyond the underlying layer, except that the final layer shall be full width of the roll, centered over the samples. Each ply shall be mopped solidly to the under- L lying plies, so that nowhere will felt touch felt. L2.8.3 On slopes greater t ±an �" and 12 ", nail the ROOFING L 75 -3 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA upper ply with appropriate fasteners, 6" down from the upper edge of the sheet. Fasteners shall be spaced not more than 4" o.c. After nailing is completed, the ( top two plies shall be folded back down ■ over the nail heads and mopped in solidly. ■ 2.9 Remove and replace roofing represented by test cuts which reveal non - compliance with project design drawings and/or specifications. 2.10 Remove and replace roofing where blisters, fish mouth, delamination, damaged roofing occur. 3. MATERIALS 3.1 Built up roofing: Conglas R1 -24P -CAP as manufactured by Consolidated Fiber -Glass Products Company, In- corporated of Bakersfield, California. See Conglas publication CG46 -81 5000. 3.2 Roof walkways: "Dek -Top" as distributed by Asphalt l., Products Oil Corporation, Long Beach, California. Roof walking material shall be h" thick x 3` -6" wide x 6' -0 ", maximum, panels. 3.3 Rigid board insulation: Johns - Manville "C -5 Fesco- Foam". See Johns - Manville publication BU -274A 8 -80 in 1981 Sweet's Catalog File. 3.4 Hot mop: ASTM D 312, Type IV. 3.5 Plastic roof cement: ASTM D 2822 -75. L 3.6 Fasteners for rigid insulation board: "Roofgrip" fasteners and "Roofgrip" plates as manufactured by the Building Division of Illinois Tool Works, Inc. 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive built - up roofing work. Beginning work constitutes accept- ance of existing conditions as satisfactory. ( 4.2 Roofing shall be constructed by a contractor approved L by the roofing manufacturer. Roofing manufacturer shall be notified 4 days prior to commencing installation of Lroofing. Do not begin roofing work until substrate L ROOFING 75 -4 f CORPORA'I "O\ YARD IMPROVEMEN-TS 1 i CITY OF AVORT BEACH, CALIFOR \IA 2..2.1 1979 Edition of the Uniforn: Building Codc (U.B.C.) and Uniform Building Code Standards (U. L.C.St,d. ) referenced. 2.2.2 American Society for Testing and Materials (ASTM) standards referenced. 2.2.3 American Standard Institute standards for Sealing. ( 2.2.4 Architectural Aluminum Manufacturers Association } (AAMA) standards referenced. i2.2.5 Aluminum Association (A.A.) standards referenced. 2.3 Submit shop drawings of all doors and windows called for and r specified herein showing sizes, details of joints, connections, construction and installation, and finishes. Submit 4 copies of shop drawings. Do not construct entrance doors or curtain wall framing system until receipt of approved shop drawings. 2.4 Deliver all entrance doors and curtain wall framing systems material under protective cover and store in dry, enclosed spaces at the site. 2.5 Submit two 12 -inch long samples of each entrance door framing �- members and each curtain wall framing system component. Include finishes specified herein showing maximum color variation. Resubmit any color variation samples required by Contractor. L Submit any special finish samples before treating quantities of metal for the Work. 2.6 All aluminum entrance door, entrance door framing, and curtain wall framing system components shall be supplied by a single manufacturer. L 2.6.1 Metal Curtain Wall, Window, Store Front and Entrance Guide Specifications Manual of the Architectural Aluminum Manufacturers Association (AAMA Specs.) L2.7 All exposed aluminum work shall be fabricated by a single fabricator. i L L 2.8 All exposed aluminum specified in this Section shall be free from alloy defects, die markings, scratches, blisters, "leave -off" marks or other surface blemishes. ENTRANCE DOOR AND CURTAIN WALL FRAMING SYSTEM CORPORATION #RD IMPROVEMENTS" CITY OF I T BEACH, CALIFORNIA 2 -9 Provision for Thermal Movements 2.9.1 Curtain wall framing system and entrance doors framing systems shall be designed to provide for such ` expansion and contraction of component materials as will be caused by a surface temperature ranging from 20° F. to 150° F. without causing buckling, stresses on glass, failure of joint seals, undue stress on structural elements, damaging loads on fasteners, reduction of performance, or other detrimental effects. Operating door shall function normally over this range. 2.10 Structural properties ( 2.10.1 Curtain wall framing system and entrance doors framing systems shall be designed to withstand the following wind loads acting normal to the plane of the wall. 2.10.1.,1 15 psf acting inward. 2.10.1.2. 15 psf acting inward. 2.10.2 The deflection Of any framing member in a direction normal to the plane of the wall when subjected to a L uniform load deflection test at design pressures specified- above, in accordance with the ASTM E 330 -70 shall not exceed 1/ 175 of its clear span. 2.10.2.1 The deflection of framing members adjaent to plastered walls shall not exceed y360 of the span involved. 2.10.2.2 Maxi!limm fiber stress shall be limited to that by Chapter 28 of the U.B.C. but greater than 5510 of the yield strength of the material of the curtain wall framing system or the entrance door or the entrance door framing systems. ,I I L LENTRANCE DOOR AND CURTAIN WALL FRAMING SYSTEM 89 - 3 L 2.10.2.7 1000 pounds normal to the plane of the wall representing the equipment load plus 1 /3rd of of the inward acting design wind load. L L ENTRANCE DOOR AND CURTAIN WALL I L FRAMING SYSTEM 89 - 4 L • CORPORAT ,*YARD IMPROVEMENTS CITY OF ORT BEACH, CALIFORNIA 2.10."2.3 Uniform load structural test shall be conducted in accordance with ASTM E 330 -70. Inward and outward acting test pressures shall be :equal to 1.5 times the inward and outward acting design wind pressures specified in 2.10.1. At the conclusion of these tests there shall be no glass breakage, permanent damage to fasteners or anchors, hardware parts or actuating l mechanisms. Windows, doors, and operating hardware shall function satisfactorily. Main curtain wall, store front and entrance framing members shall have no permanent deformation n in excess of 0.2% of their clear span. Window door, and panel members shall have no permanent deformation in excess of 0.4% of their span. 2.10.2.4 Deflection Measurements shall be made from gauges located on the vertical mullions and ' the horizontal members at the following points. 2.10.2.4.1 Mid- points of spans and at I support points. 2.10.2. 5 The deflection of any member in a direction parallel to the plane of the wall, when carrying its full dead load, shall not exceed an amount which will reduce the glass bite below 75% of the design dimension and the member shall have a 1/8" minimum clearance between itself and the top of the fixed panel, glass, or other fixed part f immediately below. The clearance between the member and an operable window or door shall be at least 1/16 ''. 2.10.2.6 Curtain wall framing members serving as guide rails for window cleaning equipment shall be L designed to carry the folbwing concentrated loads at mid -span. L 2.10.2.7 1000 pounds normal to the plane of the wall representing the equipment load plus 1 /3rd of of the inward acting design wind load. L L ENTRANCE DOOR AND CURTAIN WALL I L FRAMING SYSTEM 89 - 4 L ( CORPORATION RD IMPROVEMENTS 1 CITY OF NEWP BEACH, CALIFORNIA 2_10.2.8 300 pounds applied h ori zont ally Raralle I to the plane of the wall. 2.10.2.9 Under thses loads the maximum deflection normal to the plane of the wall shall be 1 % 360 of the clear span. Maximum fiber stress shall be as required by 2.10.2.2. 2.11 Water Penetration 2.11.1 Water penetration, in this specification, is defined as the appearance of uncontrolled water other than condensation on the indoor face of any part of the wall. 2.11.2 Provision shall be made to drain to the exterior face of t the wall any water entering at joints and /or any condensa- tion occurring within the wall construction. L L L L L I 2.11.3 No uncontrolled water penetration shall occurr when the curtain wall is tested in accordance with ASTM E 331 -70. The differential static pressure used in the test shall be 5 psf. 2.12 Air Leakage. 1 .12.1 Air leakage through the curtain wall shall not exceed 0.06 cfm per square foot of fixed wall projected area when tested in accordance with ASTM E 283 -73. 2.1Z • Thermal, Light and Sound Transmission Performance 2.13.1 Average calculated thermal transmittance of the composite wall shall not exceed a U -value of 0.5... Btuh /sqft / °F. U- values of components shall be determined by ASTM C 236 -66 (1971). 2.13.2 Glazed areas of the wall shall meet the following requirements: Light transmittance, average daylight 37% Thermal transmittance, U -value 0.5 Btuh /sgft / °F Shading coefficient 0.55 2.13.3 The average sound transmission loss through the composite wall shall be a minimum of 40db for the standard frequency range of 125- 4,OOOhertz. ENTRANCE DOOR AND CURTAIN WALL 1 FRAMING SYSTEM 89 - 5 • CORPORA YARD L.1PRC_. ='.'E_N S CITY OF N PORT BEACh, C -IrCiRNIA :ulations -es of structural calculation ma e by or _or the _ -- ractor to demonstrate compliance wi_. rase spec- ----ions shall be submitted to the �truc-. rat Engineer - approval. Do not construct curtain v. -all framing em until appropriate structural calc_::a tons have _- approved, in writing, by Structural En__neer. -.- _aural calculations shall be prezarec a = :_ =sed civil engineer registered in Ca'i :or -'_a. = z -ified copies of test reports of t:_e pe :fo=ance of :_= • CORPMATICAWARD IMPROVEMENTS CITY OF NE ART BEACH, CALIFORNIA ii 2.17 Warranty 1.. 2.17.1 This contractor shall warrant for two years from the date of substantial completion of the work related to curtain wall framing system entrance doors and entrance doors framing systems that the work is not [ defective in workmanship or materials and conforms' i to the final, approved shop drawings except for reasonable variances not impairing the usefulness or appearance thereof. This warranty applies to both patent and latent defects but does not include damage caused by acts of God, ordinary wear and tear or unusual abuse or neglect of. This warranty is in lieu of all other warranties expressed or implied. 3. MATERIALS 3.1 Aluminum Alloys f( !.. 3.1.1 Standard alloys shall conform to the requirements published in the Aluminum Association's , ( "Aluminum Standards and Data '', and to the l following standards: Sheet and plate ASTM B 209 -73 Extruded bars, rods, shapes and tubes ASTM B 221 -73 Bars, rods and wire ASTM B 211 -73 Standard structural shapes ASTM B 308 -72 Drawn seamless tube ASTM B 210 -73 Extruded structural pipe and tubes ASTIV B 429 -73 1 Sand castings ASTM B 26 -74 Permanent mold castings ASTM B 108 -73 Die castings ASTM B 85 -73 L Welding rods and bare. electrodes AWS A 5.10 3.2 Fastener metals for joining aluminum. L3.2.1 Aluminum to aluminum: aluminum or stainless steel. 3.2.2 Aluminum to steel: stainless steel. L3. 3 Stainless steel fasteners: American Institute of Steel and Iron Alloy 400 series cadmium plated. L LENTRANCE DOOR AND CliiiTAIN WALL FRAMING SYSTEM 89 - 7 C'ORPC)R ION YARD IMPROVII-YE:\TS CPP OF WPORT BEACH, CALIFOR \IA 3. 4 Anodic Coatings for Aluminum frarning mcmhers 3.,4.1 Coatings shall be continuous, fully sealed, free from powdery surfaces and confnrm to the following minimum requirements 1 for thickness and weight.. 1 Apparent Thickness Weight Density Architectural Class I 0.7 mil 27.,0 mgjin2 38 gln3 3.4.2 Anodic coating shall conform with Aluminum .Association Standard AA - N12 C22 A42. 3.4.3 Anodic color shall be black, 3. 5 Quality Control for Anodic Coatings. 3. 5. 1 Samples from production lots of finished materials shall be tested in accordance with the following methods: 3.5.1.1 Coating Thickness ASTN1 B 244 -72 3.5.1 .2 Coating Weight ASTiVI B 137-451.1972) 3. 5.2 Samples so tested shall meet the requirements of 3.4.1 3.6 Coatings of samples from production lost of finished materials shall be seal tested in accordance with Standard Iv'.ethod of Test for Resistance of Anodically Coated Aluminum to Staining by Dyes as described in Aluminum Association's "Standards for Anodized Architectural Aluminum." dated .July 1971. E..: 3, 6.1 No staining shall be visible after the test. I 3.7 Curtain Wall Framing System. 3. 7. 1 Curtain wall units and components shall he prodaced in L accordance with the Structural Engineer approved drawings and as specified herein and shall comply with all requirements hereinabove. L3.7.2 Curtain Wall System: Kawneer Company, Inc. 1602 Wall (inside glazed) or equal as approved in writing by the L Structural Engineer. Mullions and horizontal framing members shall he 2 -1'4" % 5 -3'4" as installed, I ENNTRA\C'L DOOR AND CCI;TMN' \4:11.. . FRAYING: SSSTE "M 89 - 8 L. ` CORPORAADN YARD IMPROVEMENTS 1 CITY OF NIT (PORT BFACH, CALIFORNIA 3. 7. 3 Vertical mullions shall each be one, unjointed continuous member I 3.7.4 Glazing opening dimensions: 3.7.4.1 Minimum bite: 1/2" 3.7.4.2 Minimum edge clearance: 1 '4" f 3.7.4.3 Minimum face clearance: 3/16" 1 3.7.5 Curtain wall framing system shall accommodate entrance door framing systems for doors numbered 86 and 64. l 3.7.6 Flashings and other materials used internally or externally shall be corrosion resistant non - staining, non - bleeding and compatible with adjoining materials. Black anodized aluminum matching curtain wall framing system except as shown. �- 3. 7. 7 The installed cutain wall framing cyctern shall meet the applicable performance requirements specified in L2. 8, 2. 9, 2. 10, 2. 11, & 2.12. 3. 8 Glazing materials. 3.8.1 Dense neoprene gaskets complying with AAMA S G -1 -75. 3. 8.2 Setting blocks, edge blocks and spacers: Section 2.10 of L the AAMA Specs. 3. 8. 3 Sealing Materials: Per Section 2.14 of the AAMA Specs. 4. WORKMANSHIP 4. 1 Examine surfaces and work which are to receive entrance doors and L curtain wall framing systems. Beginning work constitutes acceptance of existing conditions as satisfactory. L4.2 General Design and Fabrication Criteria: 4.2.1 Members shown on drawings are diagrammatic only: L maintain perimeter dimensions of members or finishes, warp, surface defects, welding halo or like, will result in rejection of the affected part by Structural Engineer. L Take care in the allocation of members during fabrication so approved extremes of light and dark color values do not occur adjacent to each other. No modifications of any part Lof structure to accommodate this work permitted. ENTRANCE DOOR AND CURTAIN WALL LFRAMING SYSTEM 89 - 9 CORPO TION YARD IVIPRO1EMESTS CITY II �WJDORT REACH, CALIFORNIA 4. 2.2 Seal members as necessary to make watertight. Make wide surfaces of members sufficiently thickened and reinforced to prevent warps or buckles. Make glazing rabbets U sufficiently deep to accommodate all glass or panels. 4.3 Install all work under direct supervision of manufacturer's representatives; use mechanics skilled in this type of work. Supervise installation of sealing work occurring in or adjacent to this work. Erect required supporting steel work per requirements of applicable Sections of Division 5. 4.4 Protect all work from corrosion or galvanic action which may be caused by any material adjacent. Prime any steel supporting work before installation. 4.5 Provide shims and anchors as required so Work is plumb, level, etc. firmly fastened. 4.6 Design joints between adjacent units to minimize and provide for expansion and contraction 4.7 Where units are stacked vertically, provide continuous condensate 1 gutter between with drainage holes and water -tight spices. 4.8 Calking and Sealants: Install as per Section Calking and Sealants. 4.9 Provide interior and exterior neoprene glasing beads as *required ` having a minimum of 1 12 inch grip sufface on glass. All glazing (. shall be flush type. Any individual light shall be accessible for removal or replacement from the interior without removing unit j unit frames, disturbing building structure or any finish surface. 4.10 Provide any flashing, drainage or drip systems as detailed or as required of same material as framing. Allow for weepage of infiltrated water and condensation from within members. 4.11 Allow for expansion and contraction due to temperature variation and building movement, taking into account the climatic conditions. 4.12 Connect to supporting structure so as to properly carry all vertical and horizontal loads. Design horizontal members so as to carry the vertical load tributary to them. L L ,L L 4.13 Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of entrance doors and curtain wall framing systems work. Leave site in a clean condition ready for subsequent work by others or occupancy by the owner whichever applies. ENTRANCE DOOli AND CURTAIN WALL FRAMING SYSTEM 89 -10 CORPORATIO. ARD IMPROVEMENTS CITY OF NEWWRT BEACH, CALIFORNIA SECTION 91 DRYWALL 1. SCOPE 1 . 1 Provide all labor, materials and equipment required for drywall work, complete, as shown on the project design drawings and /or as specified herein, including but not limited to the following: 1.1.1 All drywall work as shown on the drawings and /or specified herein including walls and ceiling finishes. 1.1.2 All drywall work necessary to receive and adjoin other work. 1.1.3 Clean up. 1.1.4 Related work in other sections. 2. CONDITIONS 2..1 Nothing in the division of these specifications into sections relieves the Contractor from examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General, and Special Conditions of these specifications. 2.3 Drywall work shall conform with all applicable provisions, requirements, and recommendations; not in conflict with the standards following. 2.3.1 Uniform Building Code (U.B.C.) 1979 Edition. 2.3.2 Uniform Building Code Standards (U. B.C. Std.) 1979 Edition referenced. 2.3.3 American Society for Testing and Materials ASTM) Standards as referenced. 2.4 All drywall is to be supplied by one manufacturer. 2. 5 Inspect surfaces to receive drywall before starting Work and do not start until surfaces are acceptable. Starting Work under this section implies acceptance of surfaces. 2.6 Store material off ground and cover against weather. Remove any damaged materials from the site. DRYWALL 91.-J CORPORATI . YARD 1NIPROVEMENTS CITY OF NE ORT BEACI3, CALIFORIIA 2.7 Comply with all applicable requirements of "American Standard ` Specifications for the Application and Finishing of Gypsum Wall- Board ", by the American Standards Association except where more stringent requirements are called for herein, in local Codes or by manufacturer f of wallboard. Do all cutting and patching required to accommodate work of other trades. 2.8 Maintain temperature of drywalled spaces in range of 55° to 90° F until building is entirely closed and ventilate to eliminate excessive c moisture. 3. MATERIALS 3.1 Gypsum Board: Conforming to ASTM C36 -76. 3.1.1 Use water resistant type where occuring in all toilets, showers, bathrooms, and other areas subjected to moisture. 3.1.2 Use fire resistant, Type X, at all corridor partitions and rated walls. 3.2 Trim and Edging: 26 gauge, electro- galvanized steel (ASTNI A 525) with knurled surfaces for bedding cement. Provide angle corner pieces with 1 -1 J4 inch legs at all external corners and channel type metal trim pieces as detailed at all gypsum board edges meeting dissimilar materials. 3.3 Corner - Guards: U.S. Gypsum Company or approved equal. "Dur -A- Bead" type, 22 gauge. Apply in strict accordance with manufacturer's written directions. 3.4 Nails: Annular, ring type, lengths as required by Gypsum board thickness. 3.4.1 For wood framing: Cement coated, of lengths as required. 3.4.2 For concrete: Concrete nails of case hardened steel of t lengths as required. 3.5 Screws: KW self- tapping sheet metal screws, blued steel, counter L sunk Phillips heads, of lengths as required to accommodate thicknesses of wall and ceiling construction Per AST1\+1 C 646. 3.6 Laminating Adhesives and Joint Tape: As recommended by manufacturer Lof gypsum board. Per ASTM C 474 and ASTNI C 475. 4. WORKMA \SHIP L4.1 Examine surfaces and work which are to receive drywall. Beginning work constitutes acceptance of existing conditions as satisfactory. DRYWALL 91 - 2 . CORPORATIO ARD IMPROVEDiE \T CITY OF NEWT BEACH, CALIFORNIA 4.2 Drywall work shall conform to applicable standards as Specified in subsection 2.3 above 4.3 Apply boards with long dimension to framing members with all abutting ends and edges over supports. Neatly fit and stagger all end joints. Make joints occur on different studs at opposite sides of partition. Cut and fit neatly around all outlets and switches. Space fasteners 8" on center along vertical edges, and 12" on center at midpoints, 3/8" from edge of board. Fasten boards to backings specified. 4.4 Erection technique shall result in plumb and straight surfaces with no waves or buckles, free of unevenness at joints. 4,5 Joints wider than 1/ 8" will be cause for rejection of board surface by Architect. 4.6 If framing members are out of alignment, bowed or warped, correct to make true surfaces before application of gypsum board. 'Use method of correction approved by Architect. Make finish walls or ceilings plumb and level without ridges, bows, or warps. 4.7 Taping and Finishing. 4.7.1 Mix joint and finishing compounds per manufacturer's directions. 4.7.2 Treat angles with reinforcing tape folded to conform to adjacent surfaces and straight true angles. 4.7.3 Center tape over joint and embed in uniform layer of joint compound of sufficient widty and depth to provide firm and complete bond. Apply skim coat while embedding rape. L4.7.4 Allow compound to thoroughly dry for at least 24 hours. 4.7.5 Over joint compound and tape apply coat of finishing compound. L Spread evenly and feather out beyond edge of board. After first finishing coat is thoroughly dry (at least 24 hours) cover with second coat with edges feathered out slightly Lbeyond preceding coat. 4.7.6 Give all dimples at fastener heads and all marred spots on L surface of board one coat joint compound and two coats finishing compound, spplied as each coat is applied to joints. L DRYWALL 91 - 3 L L CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA restrictive than the requirements or recommendations of corresponding portions of an applicable standard. 2.3.1 City of Newport Beach Building Code, here- inafter referred to as the "Code ". The Code is City Ordinance No. 1773 which is an amended version of the 1976 Uniform Building Code. 2.3.2 1976 Edition of the Uniform Building Code Standards (U.B.C. Std.) as referenced. 2.3.3 American Society for Testing and Materials (ASTM) standards referenced. 2.3.4 City of Newport Beach Public Works Department Standard Special Provisions (Std. Provisions) For Use In Conjunction With The Standard ( Specifications For Public Works Construction. Copies available at Public Works Department. 2.3.5 American National Standards Institute (ANSI) I standards referenced. L EQUIPMENT 118 -2 2.4 Submit shop drawings of all equipment work to be furnished as specified in the Special Conditions. Submit 5 copies of all shop drawings to Engineer. Do not manufacture, deliver, or install equipment work before receipt of shop drawings in writing, by Engineer. 2.5 Provide manufacturer's recommended methods of instal - lation which when approved by the Engineer will become the basis for accepting or rejecting actual instal - lations. 2.6 Provide manuals of operation for all equipment work upon completion of installation. L 2.7 Provide written 2 year guarantee against defective materials and /or workmanship for all equipment work. 3. MATERIALS 3.1 Hydraulic vehicle lifts: Include "all in piping and accessories for a complete and operable lift ". 3.1.1 8,000 pound capacity twin frame lifts: 4 L L EQUIPMENT 118 -2 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA Weaver Model EC -881 air - hydraulic. Provide 1 three lifts. 3.1.2 24,000 pound capacity twin post lifts: Weaver Model EC -108C electric -oil operated full hydraulic lifts with automatic lift locks. Electric power units with 7� horse power electric motor, pumps, starters included. Provide two lifts. 3.1.3 36,000 pound capacity twin post lifts: Weaver Model EC -106 BM electric -oil operated full hyrdaulic lift with lift locks. Electric power units with 7# horse power electric motors, pumps, starters included. Provide two lifts. 3.1.4 54,000 pound capacity triple post lifts: Weaver Model EC- 106 -3FS electric -oil operated full hyraulic lifts with lift locks. Electric power units with 7, horse power electric motors, pumps, starters included. Provide two lifts. 3.2 Corporation yard entrance gate operators. ` 3.2.1 At Superior Avenue entrance: Access Controls, LInc. Model SL -40 operators with all components required for a complete functioning system of two independently operable gates. Two operators 4 and four Access Controls, Inc. Model KS -20 L key switches. Mount key switches on masonry fences at each side of gate openings. L. U EQUIPMENT 118 -3 I 3.2.2 At Industrial Way entrance: Access Controls, Inc. Model SL -40 operator with all components required for a complete functioning operable gate. One operator and two Access Controls, Inc. Model KS -20 key switches. Mount key switches on masonry fence at west side of gate opening. 3.3 Pit -type wheel alignment rack: 3.3.1 Ammco Tools, Inc. Model 2285 pit racks. 3.3.2 Provide two foot rest platforms. Ammco Tools, Inc. part no. Model 2876.. 3.3.3 Provide two Ammco Model 2460 Turntables. L3.4 Monorail hoist and motorized trolley: L. U EQUIPMENT 118 -3 I CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 3.4.1 Yale Model Number BEW5- 20ST11D4 with 5 tons lifting capacity. 3.4.1.1 Hoist hook speed: 11 feet per minute. 3.4.1.2 Hoist trolley travel speed: 50 ` feet per minute. [[ 3.4.2 Electric motors for hoist and trolley: E� Wire to receive 60 hertz, 3 -phase electric 1 power at 460 volts. 3.4.2.1 Hoist motor: 5 horse power. 3.4.2.2 Trolley motor: � horse power. 3.4.3 Provide "Duct -O -Bar" figure 8 system; as manufactured by Duct -O -wire Company of Corona, California; to deliver power to hoist and trolley system. Attach insulated conductors to hanger clamps spaced at 4' -0" maximum. Provide structural steel angle (3 x 3 x 3/16) brackets, welded to monorail beam, to support hanger clamps. l 4. WORKMANSHIP 4.1 Examine surfaces and work before beginning equipment work. Beginning work constitutes acceptance of } existing conditions as satisfactory. 4.2 Install equipment work in accordance with the recommendations of the manufacturers involved 4 after stich recommendations have been approved by the Engineer. L 4.3 upon completion of equipment work remove all excess materials, refuse, debris, and equipment from site. Leave site in clean neat condition ready to receive subsequent work, where applicable, and ready for use by OwnF -r. EQU1 PMEN'T 118-4 r CORP013ATIO ARD IMPROVE CIE \TS 11 CITY OF NE RT BEACH, CALIFORNIA 4.7 -7 Install metal corner reinforcement at all external corners. ( Conceal flanges of metal reinforcement with at least two coats compound. When completed compound shall extend approximately 8 inches to 19 inches on each side of metal nosing. 4.7.8 After each application of joint or finishing compound has dried, lightly sand all joints. Leave all board and treated areas uniformly smooth and ready for painting. ' 4.8 At completion of work, remove all unused materials, empty: containers, trash and debris, and tools and equipment associated with and resulting from execution of drywall work. Leave site in a clean condition ready ` for subsequent work by others or occupancy by the Owner, whichever applies. L L L L DRYWALL 91 - 4 P l 1. SCOPE i L I L L 1. L L L . �'ku v.%Xl I.v.v it it 11 itvt r LSV Vr-.; ItS A'1J CITY OF&WPOR BEACH, CALIFORNIA SECTION 92 TILE WORK 1.1 Provide all labor, materials and equipment required for tile work, 'C'omplete, as shown on the project design drawings and/or as specified herein including but not limited to: 1.1.1 Supply and install Tile Work as shown on the drawings and/or specified herein. 1.1.2 All Tile Work necessary to receive and adjoin.other work. 1.1.3 Clean up. 2. CONDITIONS 2.1 Nothing in the division of these specifications into sections relieves the Contractor from examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General, and Special Conditions of these specifi- cations. 2.3 Tile Work shall conform with all applicable provisions, require- ments, and recommendations; not in conflict with the project design drawings and project specifications of the standards following: 2.3.1 Uniform Building Code (U.B.C.) 1979 Edition. 2.3.2 Uniform Building Code Standards,(U.B.C. Std.) 1979 Edition as referenced. 2.3.3 American Society for Testing and Materials (ASTi4l) specifications referenced. 2.3.5 1981 Handbook for Ceramic Tile Installation (H.C.T.I.) of the Tile Council of America, Inc. (T.C.A.). 2.3.6 Tile Council of America, Inc. (T.C.A.)specifications referenced. 2.4 Tile setting to be performed by expert journeyman tile setters. TILE W'OI ?K 92_1 e e,nrvxt liv.� YAxL IMPROVEMENTS • CITY OF NOPORT BEACH, CALIFORNI 2.5 Submit two samples to Structural Engineer of each type of tile I specified. Mark with manufacturer's name and space where tile is to be installed. ( 2.6 Deliver all manufactured materials in original unbroken containers j bearing name of manufacturer, brand and grade seals. Keep materials dry, clean and protected against deterioration in any form. 3. MATERIALS 3.1 Sand: ASTM C144 -76 3.2: Hydrated Lime: ASTM C206 -76, Type S. 3.3 Water: Potable. 3.4 Bond Coat: Latex - Portland Cement Mortar per ANSI A118.4 -1973 (1976). 3. 5 Grout: Sand - Portland Cement Grout. 1 :1 parts by volume of Portland Cement and fine graded sand. 3.6 Mortar: Portland Cement Mortar: 3.6.1 On floors: 1:6 parts by volume of Portland Cement and sand. 3.6.2 On walls: 1 :5:1/2 to 1 :7:1 parts by volume of Portland E Cement, sand and lime. 3.7 Tile: Standard Grade per TCA 137.1 -1976. 3.7.1 On floors: 1" x 1" of 2" x 2" machine made, dust pressed, natural clay. Unglazed, American Olean, or equal, as approved in writing by Structural Engineer. 3.7.2 On walls: 4-1/4 x 4-1/4 glazed units. Machine made, L dust pressed, white bodied, satin matte glazed. American Olean, or equal, as approved in writing by Structural Engineer. I— 3.8 Reinforcement: 2 inch x 2 inch 16/16 gauge welded wire mesh for floor plane and copper bearing flat expanded metal lath weighing 25 # /s.f for wall planes. 3.9 Cement: Portland Cement, ASTM C 150, Type 1, waterproof. L3.10 Membrane: 4 mil. polyethylene film. LTILE WORK 92 - 2 i L 1 9 4. WORKMANSHIP 0 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.1 Examine surfaces and work which are to receive tile. Beginning work constitutes acceptance of existing conditions as satisfactory. 4.2 Lay out all work so that where possible no tiles less than half -size occur. In any event, install no half tiles above I the first course up from the bottom or away from first vertical course at internal and external corners. Align all joints, vertically and horizontally. Cut and drill neatly without marring tile. Rub smooth any necessary cuts with a fine stone and set no cut edge against any fixture, cabinet, or other tile without a joint at least 1/16 inch wide. Cut, fit, adjust, and establish tiles neatly and accurately to accommodate accessories, inter- ruptions, chases, returns, mechanical and electrical out- lets, and finidh at their exact location (as determined by Job -site conditions). Maximum variation shall be 1/8 inch ± in ten (10) feet when straight -edge is laid on the surface in any direction. 4.3 Provide all required trim pieces for the various tile uses shown on the project design drawings. 4.4 Thoroughly wash out joints and saturate with clean water before grouting. Thoroughly grout into all joints to fill entire length and depth. Fill flush with face of tiles L making a neatly finished, smooth surface. Prevent stain- ing of grouted joints. 4.5 Installation: Per ANSI A 108.1 -1976. 4.6 L 4.7 L L 4.8 L L Wipe surfaces clean after grouting, remove all traces of mortar and grout. Do not use acid solution for cleaning glazed tile. Close spaces to traffic or other work until tile is firmly set. Protect from damage until acceptance. Repair damaged work at no additional cost to the Owner. Floor and Wall Setting Beds: 4.8.1 Floors: T.C.A. Method F121 -81. 4.8.2 Wainscots and Walls: T.C.A. Methods W231 -81 at stud walls and W221 -81 at masonry walls. TILE WORK 92 -3 4.9 • • CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA 4.8.3 Showers: T.C.A. Method B514 -81. Cleanup: Remove all unused materials, empty containers, trash and debris, and tools and equipment associated with and resulting from execution of tile work. Leave site in a_clean condition ready for subsequent work by others or occupancy by the Owner, whichever applies. TILE WORK 92 -4 1 CORPCA1TION YARD 1MPROVEIMENTS CITY NEWPORT BEACH, CALIFORNI_ SECTION 93 SCOPE HESI ALONT FLOORING; 1.1 Provide all labor, materials and equipment required for the resilient flooring work, complete, as shown on the project design drawings and /or as specified herein, including. but not limited to the following: 1.1.1 All resilient flooring shown on the drawings and /or specified herein. 1.1.2 All resilient flooring work necessary to receive and adjoin other work. 1.1.3 Cleanup. 2. CONDITIONS 2.1, Nothing in the division of these specifications into sections relieves the Contractor from examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General and Special Conditions of these specifications. 2.3 Resilient flooring shall conform with all applicable provisions, requirements, and recommendations; not in conflict with the project design drawings or project specifications of the standards following: 2.3.1 Uniform Building Code Standards (U. B.C. Std.) 1979 Edition as referenced. 2.3.2 Uniform Building Code, (U.B.C.), 1979 Edition. 2.3.3 American Society for Testing and Materials (ASTM) Standards referenced. 2.3.4 Deliver materials to job site in manufacturer's original unopened packaging and adequately protect against damage while stored in dry location at the site. 3. MATERIALS 3.1 Vinyl Asbestos Tile: 9 inches x 9 inches x 1/8 inches Federal Specification L- T- 00345, color as selected. 3.2 Coved Rubber Base: Burke Rubber Co. 4 inches high x 1/8 inches thick, top set, black color. Include pre - formed external corner pieces. RESILIENT FLOORING 93 - 1 ( 0 CORPORA #ON YARD INIPROVEME \TS CITY OF . VPORT BEACH, CALIFOR.\ 3.3 Edging Strips: Molded rubber or vinyl, 1 -1/2 inches x 1/8 inch ( thick, with exposed edge 1/41' rounded, in color as selected by Architect. 3.4 Feature Strip: 1 inch wide where shown, same thickness as flooring and color as selected. 3.5 Primers and Adhesives: Shall be only those product specified or recommended by manufacturers of the particular tile and base furnished. Ad hesived shall be cut -back type where required.' 3.6 Additional Materials: Provide Owner with an additional 100 square feet pf the of type, color and pattern used in the Project for I his future use. Tile shall be boxed and sealed. Include 10 gallons of cut -back adhesive, 2 full boxes of base and 6 each of exterior pre- formed corners. 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive resilient flooring. Beginning work constitutes acceptance of existing conditions as satisfactory. 4.2 Subsurfaces shall be thoroughly dry (Verify by moisture meter { tests), free of uneveness, foreign material (oil, grease, paint, etc L and broom - clean. Maintain temperature recommended by manufacturer in spaces where Work is being done and where material is stored for periods of time. 4.3 Installation shall comply with manufacturer's written instructions. Use Contractor approved by manufacturer for all tile installations. Apply primer per recommendations of manufacturer. S4.4 Lay tile symmetrically about centerline of spaces with either L joint or centerline of tile occurring in center. Cutting of field tiles is not accepted. 4.5 Seat all units firmly into adhesives; make joints tight, straight and inconspicuous. Any door opening between spaces having different lY types of flooring at which no threshold occurs, shall have change of material made under door in a closed position. L4.6 Make finished Work free of buckles, cracks, breaks, waves and projecting edges, neatly fitted to projection. Apply edging strips at exposed edges of material not otherwise protected so top strip is at the same level as flooring. RESILIENT FLOORING JJ - 2 i CORPOAQTION YARD IMPROVEMENTS CITY OWNEWPORT BEACH, CALIFOR \I ` 4.7 Set all specified bases in adhesive thoroughly coated and firmly tl set so lower edge fits tightly against flooring. Make all joints }n bases including those at any preformed corners, plumb, flush, tight and inconspicuous. Seat top edge and back of base firmly against wall . Miter and tightly fit interior corners. C 4.8 After installation, sweep floors of particles and other foreign material harmful to flooring. Neatly apply non - staining building paper, firmly fastened down, to floor surface. 4.9 Near completion of the project and when directed by Architect, remove paper, clean and buff flooring per manufacturer's printed instructions.' Use no acids or caustic solutions. 4.10 Cleanup: Remove all unused materials, empty containers, trash and f debris, and toolds and equipment associated with and resulting from j execution of resilient flooring work. Leave site in a clean condition ready for subsequent work by others or occupancy by the Owner, i whichever applies. 11 L L L RESILIENT FLOORING 93 -3 1 • CORPORAAkON YARD IMPROVEMENTS CITY OF TWNPORT BEACH, CALIFORNI_=. 3.3 Edging Strips: Molded rubber or vinyl, 1 -1/2 inches x 1/8 inch thick, with exposed edge 1 /4�'rounded, in color as selected by Architect. 3.4 Feature Strip: 1 inch wide where shown, same thickness as flooring and color as selected. 3.5 Primers and Adhesives: Shall be only those product specified or recommended by manufacturers of the particular tile and base furnished. Ad hesived shall be cut -back type where required. 3.6 Additional Materials: Provide Owner with an additional 100 square feet pf the of type, color and pattern used in the Project for his future use. Tile shall be boxed and sealed. Include 10 gallons of cut -back adhesive, 2 full boxes of base and 6 each of exterior pre- formed corners. 1 4. WORKMANSHIP ` 4.1 Examine surfaces and work which are to receive resilient flooring. Beginning work constitutes acceptance of existing conditions as satisfactory. 4.2 Subsurfaces shall be thoroughly dry (Verify by moisture meter tests), free of uneveness, foreign material (oil, grease, paint, etc.) and broom-clean. Maintain temperature recommended by manufacturer in spaces where Work is being done and where material is stored for periods of time. 4.3 Installation shall comply with manufacturer's written instructions. Use Contractor approved by manufacturer for all tile installations. Apply primer per recommendations of manufacturer. 4.4 Lay tile symmetrically about centerline of spaces with either joint or centerline of tile occurring in center. Cutting of field f tiles is not accepted. CORPORATIC" YARI. IMPROVEMENTS ( �ici CITY OF NE Y, rIORT i3I.'.;CH, CALIFORNIA SECTION 94 LATH AND PLASTER 1. SCOPE L.1 Provide all labor, materials, and equipment necessary for Lath and plaster work, complete, as shown on the project design drawings and /or as specified herein, including but not limited to: 1.1.1 Metal lath and cement plaster at exterior walls. 1.1.2 Screeds, beads, reglets, expansion joints as required for I complete lath and plaster installation. I[ 1.1.3 Lath and plaster work necessary to receive and adjoin other work. 1.1.4 Related work in.other sections. 1.1.4.1 Entrance Door and Curtain Wall Framing System. 2. CONDITIONS S. 2.1 Nothing in the division of these specifications into sections relieves L the Contractor from the responsibility of examining all sections for interrelated items of work. L 2.2 The work of this section is subject to the provisions of the General, Supplementary General and Special Conditions of these specifications. L2.3 Lath and plaster shall conform with all applicable provisions, requirments, and recommendations; not in conflict with the project drawings and /or these specifications; of the standards following: 2.3.1 Uniform Building Code (U. B.C.) 1979 Edition as adopted by ithe City of Newport Beach, California. l_ 2.3.2 Uniform Building Code Standards (U. B.C. Std. ) 1979 Edition, as referenced. 2, 3. 3 American Society for Testing and Materials (ASTM) ( Standards as referenced. 2.3.4 "Plaster /Metal Framing Systems /Lath Manual" published by f Building News, Inc. , Los Angeles, California 1977 Edition. LAT11 AND PLASTER 94 -1 L II CORPORATI ' YARi_ IPROVEENTS S CITY OF NEWPORT 12 1. ORT BfFzlCLI, CALIFORNIA SECTION 94 LATH AND PLASTER SCOPE L.1 Provide all labor, materials, and equipment necessary for Lath and plaster work, complete, as shown on the project design drawings and/or as specified herein, including but not limited to: 1.1.1 Metal lath and cement plaster at exterior walls. 1.1.2 Screeds, beads, reglets, expansion joints as required for complete lath and plaster installation. 1.1.3 Lath and plaster work necessary to receive and adjoin other work. 1.1.4 Related work in, other sections. 1.1.4.1 Entrance Door and Curtain Wall Framing System. 2. CONDITIONS LATH AND PLASTER 94 - 1 n 2.1 Nothing in the division of these specifications into sections relieves the Contractor from the responsibility of examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General and Special Conditions of these specifications. 2.3 Lath and plaster shall conform with all applicable provisions, requirments, and recommendations; not in conflict with the project drawings and /or these specifications; of the standards following: 2.3.1 Uniform Building Code (U.B.C.) 1979 Edition as adopted by the City of Newport Beach, California. 2.3.2 Uniform Building Code Standards (U. B.C. Std.) 1979 Edition, as referenced. 2, 3. 3 American Society for Testing and Materials (ASTM) { C Standards as referenced. 2. 3.4 ''Plaster /Metal Framing Systems/Lath :Manual" published by Building News, Inc. , Los Angeles, California 1977 Edition. LATH AND PLASTER 94 - 1 n CORPOR ON YARD IIViPRO %EME \TS CITY" OF 'POHT BEACH, CALIFORNIA 3. MATERIALS 3.1 Metal Lath: Galvanized expanded type: copper- bearing steel; less ( than 3. 4 lbs. per sq. yd. , tagged showing weight and manufacturer's tf name. 3.2 Tie -Wire: Soft annealed, copper - bearing steel wire, galvanized 18 gauge (Washburn -Moen) for tying Lath; 16 gauge for tying framing to framing. 3.3 Building Paper: Asphalt- saturated rage -feld, free from holes or breaks, weight not less then 14 tbs. per 108 sq. ft. complying with U.B.C. Std. 32 -1. 3.4 Metal Furring Channels: Cold rolled 16, gauge steel coated with rust inhibitive paint weighing per thousand lineal feet, not less than: 3/4 inch channel .........................300 lbs. 1 -1/2 inch channel .........................475 lbs. 3.5 Metal Lath Accessories: U.S. Gypsum, Superior, Penmetal, Wheeling, or Milcor. Use the following types unless otherwise indicated. 3.5.1 Corner Beads: For interior use - 26 gauge galvanized 3/4" Radius Bullnose "Milcor" #50. Small nose, Milcor "Ridgid Bead" used only at locations indicated. L 3. 5.2 Casing Beads: 24 gauge galvanized, #52, #22, whichever is applicable or indicated. > 3. 5.3 Expansion Screeds: 24 gauge galvanized "Superior #15 ". 3.5.4 Ventilation Screeds: 24 gauge galvanized iron ''Superior #225 ", 2" width unless otherwise indicated. 3. 5. 5 Cornerite: Expanded metal lath, or other approved type, weight 2.5 lbs. per sq, yd. bent to 2" wings, coated with I rust inhibitive paint after fabrication. L 3. 5.6 Separation Screeds: 24 gauge galvanized "Superior #17 ".. 3. 5.7 Base screed and drip mould: Superior #10" 3.6 Portland Cement: ASTM C- 150 -78a, Type I. 3.7 Plastic Portland Cement: Approved type contorming to Uniform Building Code. Following brands acceptable: L ` LATH AND PLASTER 94 - 2 L. 1 1 CORPORA�N YARD IMPROVEMEITS CITY OF PORT BEACH, CALIFORNIA i 3.7.1 Riverside - Plasti c Cement 3.7.2 Monolith - Waterproof Plastic Cement 3.7.3 Colton - Plastic Cement 3.7.4 Victor -hydro Plastic Waterproof 3.7.5 Calaveras - Plastic Cement 3.8 Piaster: Portland Cement plaster or Portland Cement - lime plaster per U.B.C. Table No. 47 -5. Do not add additional lime or plastic- izers to plaster mix of Plastic Portland Cement is utilized in plaster mix. 3.9 Hydrated Lime: ASTM C206076, Type S. 3.10 Sand for Portland Cement Plaster: ASTM C 144 -76. Gradation of sand as follows: Sieve Size No. Percentage Passing Each Sieve 4 100 8 95 -100 16 70 - 100 30 40 - 75 50 1 20 - 40 100" 10 -25 200 0 -10 Sand for Finish Coat: Pass No. "Crystal White ": by Crystal Silica Co. , Los Angeles, California. , or equal, as approved in writing by Structural Engineer. Exterior Stucco Finish: Shall be integral color, manufactured by La Habra Stucco Co., Highland Stucco, or Mission Stucco Co. Color selected by Owner's designated representative. 4. WORKMANSHIP 4.1 Examine surfaces and work which are to receive lath and plaster work. Beginning work constitutes acceptance of existing conditions as satisfactory. LATH AND PLASTER 94 -3 CORPO�ION YARD INIPROVEMENTS CITY O1, -- %kPORT BEACH, CALIFORNIA 4.2 Application of _Metal Lath: 4.2.1 Apply metal lath with the long dimension at right angles Y to supports. Stagger ends of lath to avoid continuous joint (t on the same support. Lap the lath at sides not less than I /2" and not less than 1" at ends. Lap all ends of lath at supports. Butt lath into internal angles and reinforce angle with cornerite formed of metal lath. Wire -tie cornerite along edges at not more than 12'' intervals, or ` secure along edges with equal attachments. Attach all }t metal lath to supports at maximum of 6" intervals. Place an attachment at side laps on supports and place a wire -tie at side laps between supports. On horizontal framing, tie lath with a double strand of 18 gauge wire. Diamond mesh lath may be bent around internal angles without the use of cornerite. Attachment: For vertical surfaces: Apply diamond mesh lath with 1" long No. 11 gauge, 7/16" head barbed nails at 6" on centers to each bearing. 4.3 Application of accessories: 4.3.1 Metal Accessories.: Set plumb, Level and true. Shim where necessary. Miter corners, accurately fit exposed joints. Install sections in as long lengths as practicable. Fasten by nail or wire not more than 12' center. 4.3.2 Corner Bead: Full distance external corner. Bullnose use throughout, except where otherwise indicated, 4.3.3 Corner Reinforcements: At inside corners of all lath, except where metal lath or wire is carried around corners. 4.3.4 Casing Beads: At free edges of plaster, where plaster abutts other finish material, and elsewhere as indicated. 4.3.5 Expansion Screeds: As indicated, or, spaced not to exceed 16' -0" o. c. at exterior plaster surfaces. 4.4 Application of building paper: Apply building paper to studs weatherboard fashion with 2 inch minimum, horizontal laps and 6 inches, minimum, vertical laps. 4.5" Preparation for plastering: 4.5.1 Protect adjoining work and floor under mixing box. 4.5.2 Remove dust, oil, grcase and other t'ork,ign matter from concrete and masonry surfaces, roughen. Remove �- efflorescence by washing with 1011,', solution of muriatic acid, followed by thorough rinsing. LATH AND PLASTEI; 94 - 4 • COHPORt &ON YARD IUI PROVE AlE \TS CITY OF IWWPORT BEACH, CALIFOR \I. 4.6 Measuring and mixing plaster: Machine mix not less than 2 minutes. Proportion materials for identical batches, as specified. Use clean tools and equipment, free from hardened materials, .. Use plaster within 1/2 hour of mixing. Do'not retemper or use partially set material. A11 similar surfaces shall match in color, texture and thickness. 4.7 Application of Portland Cement plaster: 4.7.1 Scratch Coat: Apply approximately 3/8" thick, Scratch both ways and moist cure for at least 48 hours before brown coat is applied. 4.7.2 Brown Coat: Apply approximately 3/8" thick. Apply to dampened surfaces to the required thickness. Rod and float to true and even surfaces with not more than 1/8'' variation from a 5 foot straightedge. Leave roughened to receive finish coat. 4.7.3 Finish Coat: Apply approximately 1 /8" thick to dampened surfaces. Texture shall match samples which have been S prepared for and approved by the Owner's designated representative. ( L L L L t L- 4.8 Patching: Repair all broken or damaged plaster, as determined by the Owner's designated representative, after the work of all other trades, except painting, has been finished. Broken or damaged plaster shall be cut to clean, sharp edges. Cut out cracks to at least 1" and fill patched areas with the base material and apply finish coat. Patched areas shall match texture and finish of the adjacent surfaces with smooth, invisible joints. LATH AND PLASTER 94 -5 CORPORATION YARD IMPROVEMENTS CITY OF NEWPORT BEACH, CALIFORNIA SECTION 118 EQUIPMENT 1. SCOPE ■ 1.1 Provide all labor, materials and equipment necessary for equipment, complete, as indicated on the project t design drawings and /or as specified herein including t but not limited to: 1.1.1 1.1.2 1.1.3 1.1.4 [ 1.1.5 Hydraulic vehicle lifts. Corporation yard entrance gates operators. Pit -type wheel alignment rack. Monorail hoist and motorized trolley. Equipment work necessary to receive and ad- join other work of project. 1.2 Related work in other sections: 1.2.1 Electrical and mechanical support systems and their connection to equipment work. 1.2.2 Earthwork involved in installing equipment work. 1.2.3 Piping for 1.1.1 not included with equipment. } 2. CONDITIONS ` 2.1 Nothing in the division of these specifications into sections relieves the Contractor of the responsibility L of examining all sections for interrelated items of work. 2.2 The work of this section is subject to the provisions of the General, Supplementary General and Special LConditions of these specifications. 2.3 Equipment work shall conform with all applicable pro- visions, requirements and recommendations; not in conflict with the project design drawings and /or these specifications; of the following standards. Note that the requirements of the project design drawings and /or specifications are sometimes more EQUIPMENT 118 -1 L i j h l � � `APR la PAM CITY OF NEWPORT BEACH 1l,, � ej WORKS PHASE I AND PHASEPIBL IMPROVEMENTS AATMTHE CORPORATION YARD v" w v CONTRACT NO. 2236 e� &44" the Honorable City Council ty of Newport Beach 3300 Newport Boulevard 10. Box 1768 wport Beach, CA 92663 -3884 PROPOSAL 1A ntlemen: e undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees furnish all labor, materials, equipment, transportation, and services to do all the work quired to complete Contract No. 2236 in accordance with the Plans (Drawing No. B- 5077 -S consisting of 115 sheets), the City's Standard Specifications, Standard Special Provisions ld Drawings, and these Special Provisions; and that he will take in full payment therefor e following unit prices for each item, complete in place, to wit: i. I UNIT PRICE WRITTEN IN Lump Sum Clear and grub, for the lump sum price of 7it/�it«i/Slt/O f %oO Dollars and Cents Lump Sum Demolish and dispose of existing buildings, materials bins, pavement, trees, vegetation, and other mater- ials, for the lump sum price of �. Lump Sum I 1 l e!% o Dollars and Cents Earthwork and mass excavation, approximately 14,300 cubic yards, for the lump sum price of Dollars and Cents l $9e OOO 00 U N0. AND UNIT Lump Sum L 5. Lump Sum I �6 1 1 .1 t i .t 0 Export and dispose of off -site approxi- mately 3,730 cubic yards of rubbish, for the lump sum price of %/Yi✓/�'-fi✓.c %z/SA,414 Dollars and Cents Grading and compaction; for the lump sum of ,i ,rho Dollars and Cents Lump Sum Construct masonry retaining walls . shown on Sheet SS3, for the lump sum price of �&YerN7e"�4.i1�i�/otitlaN4l Dollars . and Cents Lump Sum Construct open materials storage bins, for the lump sum price of /��y 7,t�G�,O,i/q j • ° /ao Dollars and Cents Lump Sum Construct chain link fence along south property line, for the lump sum price of Dollars and Cents Lump Sum Construct fenced open storage areas for the lump sum price of Tic� Dollars and =Bill L. /^ $ 2.5�& 00 lam" $ V" eo $ 3 0� _ 1 TEM QUANTITY ITEM DESCRIPTION N0. AND UNIT UNIT PRICE WRITTEN IN WORDS �l1ILDINGS 10. Lump Sum Construct Administration Building "A" complete in place, including built -in equipment, for the lump sum price of 7ti� �riNTY,.t�irx4�✓O Dol l a rs i and S a% Cents �11. Lump Sum Construct shops Building "B" complete in place, including dust collector, complete in place, for the lump sum price of 7ltib,vU.va�'erQfoers� %NOVSavD Dollars and Cents 12. Lump Sum Construct automotive shops Building I "D ", complete in place, including build -in shop equipment; sand and grease trap; waste oil storage tank; and 20' -wide P.C.C. slabs outside of building, for the lump sum price of A/J.v y f%U,vj)ee - -n -1-al ollars and VVS Jia 6� y>i��egnts �13. Lump Sum Construct covered storage Building "E ", complete in place, for the lump sum price of QiYC NU�✓OCJ %TY� Dollars and %cL 10 / ln5llop Cents �14. Lump Sum Construct covered storage Building "G ", complete in place, for the lump sum price of �iYe iuy�y111ic�iY /�U/iSer/�1 Dollars and Cents 15. Lump Sum Construct shops and office Building "K ", 1 complete in place, for the lump sum price of 11 �� Ur✓ /C,y 4,x) O6xCA14 Dollars and Cents '1__1 PR lc PRICE $G«i �. $2A�i Coo _0 $ L� �. PR Id EM QUANTITY I EM,DES IP I N UNIT TDTA 0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE UEL 16. Lump Sum I -SITE UTILITIES 17. Lump Sum I 118 19 20 I 21 i I I Construct fuel station, complete in place, including structures, pumps, and under- ground tanks, for the lump sum price of /yrc/71,A7GES.4ii/Q !Gd Dollars and Cents Construct site water system, including mains, valves, fire hydrants, and water lines to planters, for the lump sum price of T�3'e�/TY /�% ✓G -- J.c�orfsetkJ Dollars and Cents Lump Sum Construct on -site sewer system, in- cluding mains, encasement, manholes, cleanouts, for the lump sum price of 12 f %E6r� %USAi✓d Dollars / and Cents Lump Sum Construct on -site gas distribution system, for the lump sum price of fiver %yOG/Sdil/o d� %o Dollars and Cents Lump Sum Construct on -site air distribution system, for the lump sum price of 7eda� "%.000S.S.I/� Dollars and Cents Lump Sum Construct new main electrical service and site distribution system, includ- ing connection costs, for the lump sum price of Dollars and Cents i/ //I $_ ✓t. � oa lV. $ DOD 1010 • PR le �TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 122 �23 1 Lump Sum Construct area lighting system, for the lump sum price of �jG,dT %CS,s c•C(J f ��� Dollars and Cents Lump Sum Construct underground conduit system for communications, for the lump sum price of .ECJUB>� %Ul/SANI? J�D Dollars and Cents 1ITE IMPROVEMENTS �24. Lump Sum ffJ ,25 26 Construct masonry trash enclosure, garden walls, and gates shown on Sheet AA1, for the lump sum price of dFS?V 0l/SAit/4J 7 /DO Dollars and Cents $01 155 Construct Type A curb and gutter, for Linear Feet the unit price of �yE %li 4eyll •�tZ1y -fjz' j Dollars and Cents 75 Per Linear Foot 1,090 Construct Type B curb, for the unit Linear Feet price of �j� %,t�GYC�iT /Q�ICF� �,t�QQdZ7 Dollars and Cents : 7S $ Per Linear Foot �27. 3,412 Square Feet ■ Construct 4" -thick P.C.C. sidewalk over C.N.M. for the unit price of Aear ol l ars and or ae ., ranrc P& Square Foot to �b 1 • • PR if EM QUANTITY ITEM DESCRIPTION UNIT TOTAL 0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11 h 1 29 1 L.i to i 31 132 �33 I I I 3,555 Construct 6" minimum thickness P.C.C. Square Feet pavement, over 4" A.B.,for the unit price of �S.f/7 70Gf�Ci1/� ✓�!'s'.V X/U�vDo l l a rs and /✓Nti 7SD Cents $_ `!S $ 8 719, �s Per Square Foot " 4,090 Construct 3' -wide P.C.C. gutter Square Feet over 4" A.B., for the unit price of llars and - /�i✓3" `S� /00 Cents $ ,2 Ss $ le.. 0 Per Square Foot Lump Sum Construct drainage structures north of Building "E ", for the lump sum price of Alleg 14r " KTdAo 1 Dot bars and Cents $ 3ao Lump Sum Construct drainage system north of materials bins, for the lump sum price of �OV,e�ousey4�� %dD Dollars and Cents $ Ono — Lump Sum Construct A.C. gutters behind retaining wall and east of Building "D ", and A.C. berm east of Buildings "D" and "E ", for the lump sum price of 1� e ZM7 s1 4.41,j J �/oo Dollars and Cents $ 136,000 Construct 3" A.C. pavement over 4" A.B. Square Feet outside of buildings, for the unit price of DyEiUUNp e�D 11FA;O- Wo6XGt'J/ Doll a r s and Cents $�_ $ O7 Per Square Foot �TEM QUANTITY NO. AND UNIT UP I^Ti>fi i 34 9,600 Construct iz" A.C. pavement over exist- ing pavement or C:N.M., for the unit price of ��I�OGtS4Nd %.tllC1W l l ars av ' and O,Q7✓ f /y0 Cents Per Square Foot 35. /Lump Sum Stripe parking lot, for the lump sum price of 7,(W,4!'X610,e!o,4 �/y0 Dollars and Cents 36. Lump Sum Furnish and install four electrical gate openers, for the lump sum price of FIRE PROTECTION 37. Lump Sum 38. I 1 39. I LJ I I EI,dJy�c1 %CbG�SQif/Q d�cd Dollars r and Cents Construct private fire service for the lump sum price of f%f�rE� 1.GfxiSAN4� / Dollars and Cents Lump Sum Design, furnish, and install fire sprinkler system in Building "B ", complete in place, for the lump sum price of Dollars and Cents Lump Sum Design, furnish, and install fire sprinkler system in Building "D ", complete in place, for the lump sum price of Dollars and Cents NK Ig w pO iii ' . 1.1tm qur+Niiir 1ILM ut "KiriiuN NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 40. Lump Sum Design, furnish, and install fire sprinkler system in Building "E ", complete in place, for the lump sum price of /L� lifl?G6eil�d 1 %�C� Dollars and Cents TOTAL PRICE WRITTEN IN WORDS: (ITEMS 1 -40 INCLUSIVE) i g, 0.9 B Contractors Lic. No. & Classification 1 iYla e �-T/, 19S2 Date Bidder's Telephone Number xx PR lh %, ollars and Cents $ 2 Z6 aob .JYA1di1rG' Bidder Authorized Signature/ Title 2/// S, ,SjsuOge[7 Bidder's Address . • • Page 2 INSTRUCTIONS TO BIDDERS i The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL i 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5.. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% 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 bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. i Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. i The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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 dis- crepancy 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 or omissions in the PROPOSAL. I , ii i i i i Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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 con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. dig 9 9 Contr's Lic. No. & C assification FRI UYA1AM 1C 1/✓C, Bidder Authorized Signature /Title 1 • Page 3 l� DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer -and as provided by State law. Item of Work Subcontractor Address 2. 3. 1 • �',`eaDitir .F'1���10. lei pC - -�/ 12. �c.EC7.ei�4L Sy TcL� Fr E Bidder uthorized Signature Tit e i I 4. �S7,C f"Iffac, GC's Ye- M d- 5. e'2:2 e- C h ax-, k, cG 6. asS F ��tii7i ✓vim /f /p �/� r 7. 1 >49 /f� C( 1 /e �e/f�J 0 .v 9. Fie S,oei,� c'c y ffL c 10. //, V,4, C, Cc-, 0 7S 11 . e-- f woz Inc a 12. �c.EC7.ei�4L Sy TcL� Fr E Bidder uthorized Signature Tit e i I 'r r r r �r r it 1 1 i 1 n U KNOW ALL MEN BY THESE PRESENTS, BIDDER'S BOND Page 4 That we, C 1ysI- )P&e/?0/O , as bidder, and 14.vo DL-/yl,wvv s Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of %En. P6-W (C�vT DF 8'D Dollars ($io %oFBvv), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of %>i9SE ZZ �i»�.POVE/rJr�vrS e of Project co ,xO a.?n01v 22.36 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 949 ;W day of , 19�� (Attach acknowledgement of Attorney -in -Fact) Bidder Authorized Signature /Title Surety of vei/ vv By Title %r7aeiu�y /vim �cT 1� 0 f i 1� 1.,.._-.., h f i 1� • Power of Attorney • FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE BALTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a Corpora- tion of the State of Maryland, by C. M. PECOT, JR. , Vice- President, and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article Vf, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorised so jo do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business ofpthe Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, mcognizances, stipulations, policies, contracts, agreements, deeds, and release. and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ments which the business of the Company may require, and to affix the seal of the Company thereto." . does hereby nominate, constitute and appoint Edward W. Griffith of Newport I uwful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings .................'.._ n t e executiotrof such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Edward W. Griffith, dated August 16, 1976. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article Vf, Section 2, of the By -Laws of said Company, and is now in form. IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this .__.._. ..... - ........ day of ............ ..._ April .................... ....... -, A.D. 19.1x.... FIDELITY AND DEPOSIT COMPANY OF MARYLAND orsosr ,s co ATTEST: SEAL J n n Assistant Secretary Vice - President STATE OF MARYLAND ` u: CITY OF BALTIMORE f On this 20th day of April- , A.D. 19 78 before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY of MARYLAND, to me personallyknown to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year lust above written. 7 t4OTA R't � Notary Public Commission ExpiresJU1y...1.r...19.78 "'n"RE•Gwj+, CERTIFICATE 1, the undersigned. Assistanf"Se�cretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full form and effect on the date of this certificate; and 1 do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents spe. cially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by,authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARNLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be •' valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19.......... 1 • • Page 5 n II NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been I accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Li Bidder v Authorized Signature /Title Notary Pubiic Subscribed and sworn to before me this / day of 19' -. ORANGE COUNTY Commission Expires August 23 , 1985 My commission expires: Bidder v Authorized Signature /Title Notary Pubiic OFFICIAL SEAL SANDRA E. GEDDIS @my Notary Public - California ORANGE COUNTY Commission Expires August 23 , 1985 Bidder v Authorized Signature /Title Notary Pubiic i' ,I I • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Bidde�r� Authorized Signature /Title 1 • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Cc��y�recitrlc�•r� Bidder uthorized Signature /Title The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. /98.2 �i7r o.�' �N �LGiIG ^it/7� ✓mil v�,sa�✓' 4.�2 -.42/O L(�'/� �iC�.L�- d,t'Y�e`�✓ %� �a��iJ1�;� �CL'2� �.C�� GUCrd�l F,ear>,G . 7 �,S7uccc�y 5' /7t= ouoec ��r/vey ✓ /.�.oiu s, .���,sin ruy /Y4CCyf SJ.d,Czz' GGyr.G /9az �sC'C.B ��iHS.c Y �scae rC',e�,vsc Y fa•�) �3.5�/�l� CjO�Yr1 &%eC /.ClC C.cr N7.6.E �j �d �.�GO>/ /7'000 .t',P4�1.e /99 C'i of FUG C r E7D�t% i° T d ��q c FQv TSB -CB�� 45i5Q a4? e� '� prod �wwc1 �3q -s9�9 f /.C>.E .S'7.d7iD.CJ GaOO 'a iUo00 �,2d�15 .r'T�rCO .cy.C� rUCC /SG4Nd . ��,C /it/ti i J'i?.v O�l/�CO�Hd�J1 /979 L'iy✓ OF %1��1//�.t/iS7.E,v �tiY ,�,c�iu.✓ �_`��33// iF /2.G -' S7A7 /D.ti C S�Gb �` �GlJG.0 C(i.JG[ s � LUG}�rj ,.�GL"f IZ-Az 156dA14 1%r4c 1"51' '.0 Cc��y�recitrlc�•r� Bidder uthorized Signature /Title \ \; \; ) � ) � / ( \ ( @ \ ( � & : c - / [/} )� \ \ =k� § � \ \) ( ) ¢ - 2 ia3 $ - \j\ \ dwi0 ® % / _!!) 0 CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT 11 ADDENDUM NO. 1 (Extended Bid Date) PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD CONTRACT NO. 2236 NOTICE TO BIDDERS: Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663, until 2:30 P.M. on the 31st day of March, 1982, at which time such bids shall be opened and read. This bid opening date supersedes the March 10, 1982, bid opening date prescribed in the NOTICE INVITING BIDS. Please sign and date this addendum, and attach it to your bid proposal. - Benjamin B. Nolan Public Works Director I have carefully examined Addendum No. 1. 3/ 982_ Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 MARCH 17, 1982 I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD CONTRACT NO. 2236 BIDDERS shall propose to complete Contract No. 2236 in accordance with the contract documents, the Proposal, the Plans, the Specifications; and as modified by Addendum No. 1 and this Addendum No. 2. I. Sheets Nos. 11 and 88 of the drawings (labeled C -6 and D -1) have been revised. Sheets 11 and 88 as revised and dated March 17, 1982, are hereby made a part of this Addendum No. 2. A. The modifications to Sheets 11 and 88 include, but are not limited to, the construction of a looped 8- inch - diameter asbestos cement pipe water line connected at one end to an existing 12 -inch ACP water main in Superior Avenue, and at the other end to an existing 14 -inch mortar lines concrete coated steel pipe water line located in Industrial Way; plus changes in the size and location of other on -site water, gas, and sewer lines. B. 1. Site water lines of 2 inches in diameter or less are to be copper tubing, Type K. 2. Site water lines larger than 2 inches in diameter are to be asbes- tos cement pipe, Class 150, except as noted. 3. Fire service water lines outside of buildings shall be either asbestos cement water pipe, Class 150, or cast iron water pipe, Class 150. All fire service water lines inside of buildings, or less than five feet from buildings, shall be cast iron water pipe, Class 150, II. The first three sentences of Section IV of the Special Condition, "BID ITEMS WHICH THE CITY MAY ELECT TO OMIT FROM THE AWARD OF CONTRACT" are modified to read as follows: The intent of the City is to complete as much of the project as pos- sible with the funds available. All of the work to be done under PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD is included in the amount to be paid for Items 1 through 40 inclusive of the Proposal. If the total price bid for Items 1 through 40 inclusive of the Proposal exceeds the amount of funds available, the City reserves the right to delete one or more of the following major bid items from the award of the contract: Adde>idum No. 2- -Phase Ad Phase II Improvements at the"Porporation Yard Page 2 Item No. Description 7 Construct open materials storage bins 8 Construct chain link fence along south property line 9 Construct fenced open storage areas 10 Construct Administration Building "A" 16 Construct fuel station 35 Stripe parking lot III. The two underground gasoline storage tanks located north of the fuel stations shall each be of 12,500 gallons capacity. IV. The following clarification shall apply to products specified or shown on the plans or in the Specifications: Acoustical ceiling a. At exit corridors. Rooms 2 and 6 in Bldg. A and room 15 in Bldg. D: Armstrong "Classic Fire Guard" and "Chicago Metallic Fire Front 250 Snap- Grid" suspension system. b. All other areas: Armstrong "Classic Minaboard" and "Chicago Metallic 500 Snap- Grid" suspension system. 2. Roll up steel doors.. Chain operated doors by The Cookson Company with 20- gage E. 5 Slat and all required guides, brackets, etc. for complete func- tional door. Hood shall be fabricated from 18 -gage galvanized steel. Pro- vide bottom bar weather strip, hood baffle, and standard wool pile weather stripping at guides. 3. Exterior door hardware. Substitute H153 locksets for G51PD locksets wherever G51PD have been specified. 4. Change concrete block description from 6x8xl6 to 8x8xl6 at Bldg. K exterior elevations on Drawing No. K /A3. 5. Solid core wood doors called for on drawings shall be Cal -Wood Door Co.'s "Institutional Solid Core" model, at 1 3/4" thick, with lumber cores. Pro- vide 5" top rail with doors which are to be provided with closers. Provide Type I waterproof adhesive. Faces: 3 ply wood veneer with Cal Coat line walnut finish. Prepare doors, in factory, to receive hardware specified. 6. Flooring a. Carpet: Walter Carpets "Executive Plaza" line over Olin Corporations's "Spec 2" "Omalon" pad. Glue to floor with adhesive approved by Olin Corporation. b. Sheet Vinyl: Armstrong "Montina" with integral 6- inch -high cove base. Provide aluminum edge trim at top of base. Miter edge trim at corners. Use leveling materials, adhesive and primer recommended by Armstrong. Install per manufacturer's recommendations. Provide solid cove wood backing at cove base. Addendum No. 2- -Phase I and Phase II Improvements at the Corporation Yard Page 3 7. Hollow metal doors and frames. Ceco flush 1 3/4" "Imperial" with standard 18 -gage face sheets. Provide fixed grid louvers where called for on mechani- cal plans. "SF34" 16 -gage, double rabbet, perimeter welded joint type steel frames. Provide three standard masonry anchors at each jamb. Install doors and frames in compliance with manufacturer's recommendations. 8. Exterior aluminum windows. Kawneer Company, Inc. "Sealair Isolock" thermal windows. Provide Kawneer crank operator, locking handle assemblies, and pivot hinges for casement vents. Provide locking key assembly for projected windows. 9. Revise plumbing specification section 40..1.1.1, page 15B -24, to read: . . . transmission fluid assembly; one 614009 gear oil reel assembly; one reel mounting assembly consisting of one 614346 bracket, one 614342 bracket, and one pari 617170 end panels. 10. Change plumbing specification section number at fifth line of page 15B -24 to 40.1.1.2 from 40.1.1.1. Delete portion of this section, beginning at the seventh line of this section, which reads: one 61571 ready light reel assembly; Revise line nine of this section to read: . . . reel mounting assembly as described in 40.1.1.1 above. 11. Delete portion of line ten of section 40.2.1 of plumbing specifications reading: . . . one 6151 ready light reel assembly; . 12. Revise second line of section 40.3 of plumbing specifications to read: 614232 -7 with 50 feet of 3/8" I.D. hose, . . . 13. Revise second line of section 40.4 of plumbing specifications to read: . . . 614323 -8 with 50 feet of 3/8" I.D. hose . . . 14. Construct Aro Corp. #615010 waste oil drain line shown on Drawing No. P5 so that the centerline of the outlet connection will be at elevation 80.95 feet. 15. Change engine oil supply line pipe to 2" from 1/2" at detail 2/P8 and floor plan on Drawing No. P5. 16. Change engine oil supply line pipe to 2" from 1/2" and delete 112" air line to oil storage tank at fuel island shown on Drawing No. P8. 17. Change to Aro 210 quick connection coupler from Hansen unit at floor plan on Drawing No. P5. Change to Aro 210 quick connection coupler from Grover #917 at detail 2/P9. 6ddgndum No. 2- -Phase Od Phase II Improvements at thArporation Yard Page 4 18. Add 2 -2" hydraulic lines to plan view at details 3/P7 and 2/P7. Delete 1/2" air line at 3/P7 and 2 -1/4" hydraulic lines at 2/P7. Change to 2" hydraulic supply and return line from the 1 1/4" lines indicated on the hydraulic lift motor note on the floor plan on Drawing No. P5. 19. Delete reference to rear posts in equipment schedule on Drawing No. P9. 20. Revise second line of section 3.1.4 of equipment specifications page 118 -3, to read: . . . Weaver models EC- 106 -3FS and EC -106DR electric -oil . . . 21. Provide corrosion protection for all components of hydraulic vehicle lifts in contact with soil. Protection shall be as required for pipe in section 20.9, page 15B -11, entitled "Pipe Wrapping" or equal as approved in writing by Engineer. 22. Sheet Metal: 24 -gage galvanized (1.25 oz. /sq. ft.) complying with ASTM A93 U.O.S. Conform with all requirements of "Manual for the Specifi- cation of Sheet Metal and Related Work" by the Sheet Metal Industry Fund of Los Angeles, California. Solder: Per ASTM B32. 23.. Light weight insulatin concrete at roof deck of Bldg. D: Aggregates shall be group I vermiculite conforming with ASTM C 332 -77a. Light- weight insulating concrete mix: a. Oven dry weight: 30 pounds per cubic foot. b. One to six parts by volume of portland cement to aggregate. Perform 4 compression tests of lightweight concrete per ASTM C 495 -77a. Lightweight insulating concrete shall have a minimum 3" diameter by 6" cylinder strength of 140 pounds per square inch. 24. Delete Section 8.3 of PLUMBING on page 15B -15 of the Specifications. 25. Section 3.2.2 of EQUIPMENT on 118 -3 of the Specifications shall be re- vised to read: At Industrial Way entrance: Access Controls, Inc., Model SL -40 operators with all components required for a complete function- ing system of two independently operable gates. Two operators and four Access Controls, Inc., Model KS -20 key switches on masonry fences at each side of gate opening. 26. Storm drain connector pipes shown on sheet 8 of the drawings (labeled C -3) and located north of Bldg. E shall be 12 inches in diameter instead of 18 inches in diameter as shown on the drawing. 0 Addendum No. 2- -Phase I and Phase II Improvements at the Corporation Yard Page 5 27. Equipment lists shown on pages 114 and 115 of the drawings (labeled EQ -1 and EQ -2) are for the purpose of showing the location of equip- ment to be furnished by the Contractor as part of this contract and existing equipment presently owned by the City of Newport Beach. 28. Attention is called to the existing shed which houses two air com- pressors and which is located at the northwest corner of the existing automotive shop building. The shed is shown on revised drawings Nos. 8 and 11. Before the site utilities serving Buildings A and B can be built, the Contractor must move the two air compressors at least five feet north; reconnect them; and protect them from the elements until such time as the 15 H.P. air compressor is relocated into Building D and put into service along with a new 25 H.P. air compressor to be supplied by the Contractor. 6��' �r' � J, ) 4 Z' -, - Benjamin B. Nolan Public Works Director KLP:jd I have carefully examined Addendum No. 2. -!r/ 9az Dat Bidder's Name kAuthorized Signature CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 MARCH 26, 1982 PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD CONTRACT NO. 2236 BIDDERS shall propose to complete Contract No. 2236 in accordance with the contract documents, the Proposal, the Plans, the Specifications; and as modified by Addendum No. 1, Addendum No. 2; and this Addendum No. 3. Change the last sentence of Section 2.12 on page 22 -4 of the earthwork specifica- tions to read: "Cost of field density tests shall be paid for by the owner." Benjamin B. Nolan Public Works Director bKenneth Xerry Project Engineer KLP:jd ez, /, � /-, / Z� /�,, /, 1, -, � , • TO FROM SUBJECT • C April 12, 1982 C3�J IEM COUNCIL AGENDA RT W 1d1 > R 12 1982 CITY COUNCIL Ey +ts L 5Y CvJri:IL CITT OF t!- rwr all 05ACH Public Works Department PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD (CONTRACT NO. 2236) RECOMMENDATION: Award Contract No. 2236 to Dynamic Construction Corp., of Santa Ana, in the total amount of $2,426,000; and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 2:30 P.M. on March 31, 1982, the City Clerk opened and read seven bids for the project: Bidder Total Bid 1. Dynamic Construction Corp., $2,426,000.00 Santa Ana 2. Newport Harbor Construction, 2,552,343.75 Newport Beach 3. Hamilton - Tarnutzer Construction Co., 2,690,717.00 Inc., Costa Mesa 4. K. L. Neff Construction Co., Inc., 2,700,801.09 Ontario 5. Hayward Construction Co., 2,971,267.00 Cerritos 6. G. A. MacDonald Co., Inc., 3,086,386.00 Montrose 7. Mallcraft, Inc., La Canada 3,299,917.00 The low bid is 2.5% under the Engineer's estimate of $2,489,265, and is $126,343.75 under the second lowest bid. The contractor is properly licensed and bonded. A check with the cities of San Clemente and Fullerton, for whom he has recently constructed libraries, indicates that the contractor is technically competent. The 1981 -82 budget contains two appropriations totalling $2,893,665 from the General Fund to construct Phase I and Phase II improvements at the corporation yard. Work included in both appropriations has been consolidated into one contract. 0 April 12, 1982 Subject: Phase I and Phase II Improvements at the Corporation Yard (Contract No. 2236) Page 2 IDENTIFICATION MAJOR FACILITIES INCLUDED IN THE CONTRACT INCLUDE: DFSCRTPTTON "A" Administration and shops building "B" Carpenter & sign shops building "D" Automotive shop building "E" Covered storage building 145,000 (partially open) "F" Fuel station "G" Covered storage building 280,000 (partially open) "K" Field office and shops building Building D, (Parks Division) FLOOR SPACE 6,400 Sq. Ft. 6,400 " 16,000 " 9,600 " " N.A. 10,500 Sq. Ft. r :11 Other work included in the contract includes demolition of the present main shop, the old water department warehouse, the old utilities warehouse, car- ports, and material bins; construction of new materials bins, curbs, walks, walls, fences, pavement, drains, area lighting, utilities, landscaping, etc.; boat stor- age area, and animal holding area; and furnishing of built -in mechanical equip- ment. Items included in the current appropriations but not included in the construction contract are furniture, special shop equipment, and a fuel secur- ity system. THE PROJECT BUDGET IS AS FOLLOWS: RESERVED FOR POST- CONTRACT PURCHASES Movable shop equipment $ 50,000 Furniture 20,000 Fuel Security System 15,000 Subtotal Reserved $ 85,000 CONTRACT WORK Demolition and earthwork $ 95,000 Site improvements, materials bins, etc. 304,311 Site utilities 145,000 Fuel station 80,000 Building A, 6,400 Sq. Ft. 280,000 Building B, 6,400 240,000 Building D, 16,000 921,689 Building E, 9,600 120,000 Building G, 10,500 130,000 Building K, 2,800 110,000 Subtotal Construction $2,426,000 - - • April 12, 1982 Subject: Phase I and Phase II Improvements at the Corporation Yard (Contract No. 2236) Page 3 CONTINGENCIES, TESTING, ETC. (7.6%) $ 183,265 PROFESSIONAL FEES 199,400 TOTAL PROJECT BUDGET $2,893,665 The basic building material for the project is concrete block. Design criteria included minimum long -term maintenance costs; minimum initial cost consistent with adequate basic quality, energy conservation, and minimum maintenance; and energy- efficient design consistent with the nature and func- tion of the facilities. Emphasis was placed on providing natural light and ventilation for the structures. The plans and specifications were prepared by Robinson - Thompson Associates, Inc., of Irvine. The estimated date of completion is May 17, 1983. 7 e � v Benjamin B. Nolan Public Works Director KLP:jd C ..•� O AN .. .:a.. i/ t ` , / • - 'VUiVCIL ,!T BEACH TO: CITY COUNCIL • C_oQ3(o March 8, 1982 CITY COUNCIL AGENDA ITEM NO. 1=- — / 3 FROM: Public Works Department SUBJECT: CORPORATION YARD IMPROVEMENTS, CONTRACT NO. 2236 RECOMMENDATION: Approve a change in the bid opening date from March 10, 1982 to March 31, 1982. DISCUSSION: On January 25, 1982, the City Council approved the plans and specifications for Phase I and II improvements to the Corporation Yard. Bids were scheduled to be opened at 11:00 A.M. on March 10, 1982. In order to eliminate a conflict with the scheduled bid opening date for a similar project in the City of Irvine and to allow potential bidders more time to assemble subcontract bids, it is desirable to re- schedule the bid opening date to March 31, 1982. Council approval of the recommendation will confirm action by the Public Works Department notifying contractors of the change. Benjamin B. Nolan Public Works Director ft THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am, over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news. paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or ange., State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to wit January 27, 1982 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this �7day ofJanuar4cll 982 Q ^0. Signature THE NEWPORT ENSIGN WEEEWWWW 2721 E Coast Hwy, Corona del Mir, California 92625. c - :; 3� This space is for the County Clerk's Filing Stamp W PUBLIC NOTICE- Proof of Publication. of PHASE I AND II IMPROVEMENTS AT THE CORPORATION YARD PROOF OF PUBLICATION PUBLIC NOTICE NOTICE 111YR1f3O Bm8 Sealed bid. m.y be reoetod .1 the sffic. of the City Clark, 2300 Nenpon Blvd., N.Wpon Ba,.b, Ca rim until 11 e.m, on the 10th day of March, 1062, .t wbinh time .unh bid..hA be .opend.d read for p11ASE I mD D DeRovEtiD7Y8 AT THE CORPORATION YARD Core .1 No. 2236 Enpinner'. E.timetc $2,883,669 Approved by the City Coe,noe WY �tb day of lanuary, 1682. Walla B. SAndama, City Clark._ Pmpentba burden may obWn one -eM of bid daacmmh at no not at :the, ,oxiee of the Publln Work. Dape,eme,nt, 3300 Newport Mad., Keepert Reach, X. 92883. ' . For further, information, all Kenneth IL. Perry,' Drolaat `ray1eN4 . of NEM y8P}yel. - TO: CITY COUNCIL January 25, 1982 CITY COUNCIL-AGENDA ITEM N0. t-, JAN 95 198? COUNCIL FROM: Public Works DeparMftiC•:' " '",' k1RT BEACH SUBJECT: PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD (CONTRACT NO. 2236) RECOMMENDATIONS: Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on March 10, 1982. DISCUSSION: The 1981 -82 budget contains two appropriations totalling $2,893,665 from the General Fund to construct Phase I and Phase II improvements at the corporation yard. It is planned to request funds for Phase III improvements in the preliminary 1982 -83 budget. Phase III would complete the improvements included in the master plan of improvements shown on the attached drawing. A full set of plans and specifications for the project will be available in the City Council's conference room. Work included in both appropriations has been consolidated into one contract. MAJOR FACILITIES INCLUDED IN THE CONTRACT INCLUDE: IDENTIFICATION DESCRIPTION FLOOR SPACE "A" Administration and shops building 6,400 Sq.?Ft. "B" Carpenter & sign shops building 6,400 " " "D" Automotive shop building 16,000 " " "E" Covered storage building (partially open) 9,600 " "F" Fuel station N.A. "G" Covered storage building (partially open) 10,500 Sq. Ft. "K" Field office and shops building (Parks Division) 21800 " Other work included in the contract includes demolition of the present main shop, the old water department warehouse, the old utilities warehouse, car- ports, and material bins; construction of new materials bins, curbs, walks, walls, fences, pavement, drains, area lighting, utilities, landscaping, etc.; relocation of bitumels tank, boat storage area, and animal holding area; and furnishing of built -in mechanical equipment. Items included in the current appropriations, but not included in the construction contract, are furniture, special shop equipment, and a fuel secur- ity system. January 25, 1982 Subject: Phase I and Phase II Improvements at the Corporation Yard (C -2236) Page 2 THE PROJECT ESTIMATE IS AS FOLLOWS: RESERVED FOR POST - CONTRACT PURCHASES Movable shop equipment $ 50,000 Furniture 20,000 Fuel Security System 15,000 Subtotal Reserved $ 85,000 CONTRACT WORK Demolition $ 30,000 Site improvements, materials bins, etc. 589,865 Site utilities 135,000 Fuel station 66,000 Building A, 6,400 Sq. Ft. 320,000 Building B, 6,400 255,000 Building D, 16,000 740,000 Building E, 9,600 120,000 Building G, 10,500 935400 Building K, 2,800 1405000 Subtotal Construction $2,489,265 CONTINGENCIES, TESTING, ETC. (5 %) $ 120,000 PROFESSIONAL FEES $ 199,400 TOTAL PROJECT ESTIMATE $2,893,665 The basic building material for the project is concrete block. Design criteria include minimum long -term maintenance costs; minimum initial cost con- sistent with adequate basic quality, energy conservation, and minimum mainte- nance; energy- efficient design consistent with the nature and function of the facilities. Emphasis was placed on providing natural light and ventilation for the structures. The plans and specifications were prepared by Robinson - Thompson Associates, inc., of Irvine. The estimated date of completion is April 30, 1983. .Benjamin B. Nolan Public Works Director KLP:jd Att. I e- :J'anuary 21, 1980 JAN 21 1980 CITY COUNCIL AGENDA ITEM NO. G -1 By ,ww an coLca TO: CITY COUNCIL CITY OF W~ KW#4H FROM: Public Works Department SUBJECT: CITY CORPORATION YARD, PHASE A IMPROVEMENTS RECOMMENDATIONS: 1. Approve the Phase A portion of the plan. 2. Authorize the staff to obtain a proposal for architectural services for the Phase A improvements. DISCUSSION: At the study sessions of December 10, 1979 and January 7, 1980, a proposed Master Plan for redevelopment of the City Corporation Yard was re- viewed with the City Council. Copies of preliminary sketches showing the facilities were distributed previously. A copy of the memo dated January 7, 1980 containing information on the overall plan is attached for reference. It is proposed to proceed with preparation of the preliminary and final plans for the Phase A facilities during the current fiscal year, with construction to be budgeted in the 1980 -81 fiscal year. Major facilities included in Phase A are: 1. Equipment Maintenance Shop (Building "D ") (plus 1,600 S.F. Mezzanine) 16,000 S.F. 2. Carpenter & Sign Shop (Building "B ") 5,600 S.F. 3. P. B. & R. Shop (Building "K ") 2,400 S.F. 4. Fuel Station and Tanks 5. Materials Bins Preliminary estimated costs for Phase A are: Equipment Maintenance Shop, Bldg. "D" 16,000 S.F. @ $50 $800,000 1,600 S.F. @ $50 (Mezzanine) 80,000 Carpenter & Sign Shop, Bldg. "B" 5,600 S.F. @ $35 196,000 P. B. & R. Shop, Bldg. "K" 2,400 S.F. @ $25 60,000 3 January 21, 1980 Subject: City Corporation Yard, Phase A Improvements Page 2 Preliminary estimated costs for Phase A (cont'd) Sits Work grading utilities relocation demolition drainage paving Fuel Station and Tanks Materials Bins (Reinf. Conc.) Subtotal 10% Testing & Contingencies 10% Engineering & Architecture Special Shoo Equipment $ 50,000 40,000 10,000 10,000 30,000 50,000 $1,406,000 140,000 140,000 (cranes, hoists, vacuums, compressors, etc ) 200,000 Total It should be emphasized that More detailed estimates will be prepar phase. The preliminary plans and cost Council for review and approval before specifications. This information will are made on the 1980 -81 budget. $1,886,000 the above cost estimates are very rough. ad as part of the preliminary design estimates will be presented to the proceeding with the final plans and be available before final decisions The projected schedule for Phase A is as follows: 1. Phase A Master Plan approved Jan. 21, 1980 2. Architectural services agreement approved Feb. 25, 1980 3. Council review of preliminary plans and estimates May 12, 1980 4. Council approval of final plans, and call for bids Aug. 25, 1980 5. Contract awarded Oct. 27, 1980 6. Construction completed July 20, 1981 Sufficient funds are available in the current budget under Account No. 02- 3397 -119 (Shop Bldg. at City Yard) to fund the soils investigations and the architectural and engineering services. Construction will be funded from the Corporation Yard reserve. 4�O ;a Benjamin B. Nolan Public Works Director BBN :jd Att. TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CORPORATION YARD MASTER PLAN DISCUSSION: At the study session on December proposed schematic Master Plan p the Corporation Yard. A copy of continued to the January 7 study vide time for Council members to ties. • January 7, 1980 STUDY SESSION AGENDA ITEM NO. 5 10, 1979, the City Council was shown a ^epared by the staff for development of the drawings is attached. The matter was session for further review, and to pro - physically view the existing yard facili- The present corporation yard is overcrowded, and most of the existing buildings are both structurally and functionally obsolete. Unsuccess- ful attempts to find a new location have led to a decision to develop the present site to make it more efficient. There are three major constraints on development of the site: (1) existing utilities easements; (2) poor soil conditions resulting from past use of the property as a rubbish fill site; and (3) the need to keep the yard in operation as development proceeds. Following are the salient features of The figures will change as the plans detailed drawings and specifications. the plan developed by the staff. evolve from a preliminary scheme to There are nine existing buildings on the site. Two are considered worth saving, the main warehouse (Bldg. "F "), and the newer P B & R vehicle storage shed (.Bldg. "H "). The following buildings are proposed to be demolished: the old warehouse; the utilities storage building; the P B & R yard offices; the old P B & R shop; the automotive shop; and the storage sheds southwesterly and southeasterly of the automotive shop. The present gasoline stations will be relocated. The propane tank will be removed. The paving oil tank will be relocated. New materials and trash bins will be built. Portions of the site will be re- graded. Utilities will be relocated. The animal facility will be relocated. Parking lots will be paved. The existing Diesel station, wash rack, and newspaper loading dock will remain. y January 7, 1980 Subject: Corporation Yard Master Plan Page 2 II. PLAN OF DEVELOPMENT: A. Existing Buildings to be Demolished Size (S.F.) 1. Utilities storage building 1,020 2. Old warehouse 2,300 3. P B & R office 1,200 4. P B & R shed 1,475 5. Storage shed 9,348 6. Storage building 6,707 7. Equipment maintenance shop 14,100 36,150 B. Existing Buildings to Remain 1. Warehouse "F" 6,600 2. P B & R shed "H" 3,750 10,350 C. New Buildings and Facilities to be Constructed Include: Buildings *1. Administration building "A" (2 stories) 8,000 (includes 2000 S.F. shop, lavatory, shower, and locker area) *2. Shop building "B" (with mezzanine) 8,800 3. Storage building "c" 10,400 *4. Automotive shop "D" (with mezzanine) 17,600 5. Storage building "E" 8,000 6. Storage building "G" 12,800 *7. Shop & office building "J" 3,200 8. Storage building "K" 1,600 9. Storage building "L" 2,400 *Heated and Insulated Other Facilities 1. New fuel station 2. Additional parking area 3. Additional material bins 4. New trash bin 5. New animal facility 6. Relocate paving oil tank Total New 72,800 January 7, 1980 Subject: Corporation Yard Master Plan Page 3 III. ESTIMATED COST C Following are estimated costs for the development of the Corporation Yard expressed in 1980 dollars: PHASE A (1980 -81 Fiscal Year) a) Grading $ 50,000 b) Utilities Relocation 40,000 c) Building Demolition 10,000 d) Gasoline Station 50,000 e) Shop Building "B" 5,600 S.F. @ $35 196,000 f) Equipment Maintenance Building $1,886,000 PHASE B (1981 -82 Fiscal Year) 16,000 S.F. @ $50 800,000 Grading 1,600 S.F. @ $50 (Mezz) 80,000 g) Shop Building "K" 2,400 S.F. @ $25 60,000 h) Bins, move oil tank 80,000 i) Drains 10,000 j) Paving 30,000 ($1,587,000 in 1981.$) Subtotal -- construction (1980 -81) $1,406,000 Contingencies (10 %) 140,000 Engineering (10 %) 140,000 (k) Special shop equipment (cranes, hoists, vacuums, compres- sors) 200,000 Total (1980 -81) $1,886,000 PHASE B (1981 -82 Fiscal Year) (a) Grading $ 25,000 (b) Utilities relocation 5,000 (c) Building demolition 30,000 (d) Covered storage building "G" 320,000 12,800 S.F. @ $25 (e) Administration and Shop Building "A" 480,000 8,000 S.F. @ $60 (f) Covered Storage Building "E" 8,000 S.F. @ $25 200,000 (g) Paving 20,000 (h) New Animal Facility 10,000 Subtotal construction (1981 -82) $1,090,000 Contingencies (10 %) 110,000 Engineering (10 %) 110,000 $1,310,000 (i) Special shop equipment 50,000 (j) Furniture and office equipment 20,000 Total (1981 -82) (in 1980 $) $1,380,000 ($1,587,000 in 1981.$) I January 7, 1979 Subject: Corporation A Master Plan Page 4 IV V PHASE C (1982 -83 Fiscal Year) r] L (a) Grading $ 25,000 (b) Utilities 5,000 (c) Building demolition 20,000 (d) Shop Building "C" 10,400S.F. @$30 312,000 (e) Shop Building "J" 2,400 S.F. @$35 84,000 (f) Shop Building "L" 2,400 S.F. @$35 84,000 (g) Remodel warehouse 20,000 (h) Block walls 40,000 (i) Wire fences 10,000 (j) Landscaping 25,000 (k) Parking lots 50,000 Subtotal construction (1982 -83) $ 675,000 Contingencies (10 %) 65,000 Engineering (10 %) 65,000 (1) Shop equipment, hoist, alignment equipment, etc 75,000 Total 1982 -83) (in 1980 $) $ 880,000 (1,164,000 in 1982 $) Total project cost in 1980 dollars $ 4,146,000 PROPOSED COUNCIL ACTIONS The Corporation Yard Master Plan will be placed on the evening agenda for the meeting of January 28, 1980 for further review, and for formal action on the initial steps for implementation. The following actions will be recommended: 1. Approval of the Master Plan, for Phase A only. This procedure will allow additional time to evaluate the total plan. 2. Authorization for the staff to obtain proposals for architectural services for Phase A. The agreement with the Architect would be presented for Council consideration at the meeting of February 25, 1980. SCHEDULE FOR PHASE A Item 1. Phase A Master Plan approved 2. Architectural services agreement approved 3. Council reviews Architects' report, preliminary plans and cost estimates, and authorizes preparation of final plans. 4. Final plans approved by Council, and call for bids authorized 5. Contract awarded Construction completed ()Benjamin B. Nolan %// Public Works Director KLP:do Att. for Council members only r Date January 28, 1980 February 25, 1980 May 12, 1980 August 25, 1980 October 27, 1980 July 20, 1981 December 10, 1979 STUDY SESSION AGENDA ITEM NO. 9 TO: CITY MANAGER FROM: Public Works Department SUBJECT: CORPORATION YARD MASTER PLAN DISCUSSION: Following is a proposed schematic Master Plan for development of the Corporation Yard that has been prepared by the staff. The complete plan consists of one large and 13 small drawings, plus this report. The present corporation yard is overcrowded, and most of the existing buildings are both structurally and functionally obsolete. Unsuccess- ful attempts to find a new location have led to a decision to develop the present site to make it more efficient. There are three major constraints on development of the site: (1) existing utilities easements; (2) poor soil conditions resulting from past use of the property as a rubbish fill site; and (3) the need to keep the yard in operation as development proceeds. The best soil conditions are found near Superior Avenue south of the entrance to the yard, and along the southerly property line. It is proposed to locate the heavier buildings in these areas. The other new buildings built on up to 20 feet of rubbish fill will be light, flexible, single -story structures designed to minimize damage from poor soil conditions. There are nine existing buildings on the site. worth saving, the main warehouse and the newer shed. The following buildings are proposed to old warehouse; the utilities storage building; the old P B & R shop; the automotive shop; and westerly and southeasterly of the automotive s Two are considered P B & R vehicle storage be demolished: the the P B & R yard office; the storage sheds south - lop. The present gasoline stations will be relocated. The propane tank will be removed. The paving oil tank will be relocated. New materials and trash bins will be built. Portions of the site will be re- graded. Utilities will be relocated. The animal facility will be relocated. Parking lots will be paved. The existing Diesel station, wash rack, and newspaper loading dock will remain. December 10, 1979 Subject: Corporation Yard Master Plan Page 2 II. PLAN OF DEVELOPMENT: A. Existing Buildings to be Demolished 1. Utilities storage building 2. Old warehouse 3. P B & R office 4. P B & R shed 5. Storage shed 6. Storage building 7. Equipment maintenance shop B. Existing Buildings to Remain 1. Warehouse 2. P B & R shed C. New Buildings and Facilities to be Constructed include: Buildings *1. Administration building "A" (2 stories) (includes 2000 S.F. shop, lavatory, shower, and locker area) *2. Shop building "B" (with mezzanine) 3. Storage building "C" *4. Automotive shop "D" (with mezzanine) 5. Storage building "E" 6. Storage building "G" *7. Shop & office building "J" 8. Storage building "K" 9. Storage building "L" Total New * Heated and Insulated Other Facilities 1. New fuel station 2. Additional parking area 3. Additional material bins 4. New trash bin 5. New animal facility 6. Relocate paving oil tank Size S.F.) 1,020 2,300 1,200 1 ,475 9,348 6,707 14,100 36,150 6,600 3,750 10,350 EM] 8,800 10,400 17,600 8,000 12,800 3,200 1,600 2,400 72,800 December 10, 1979 Subject: Corporation Yard Master Plan Page 3 III. ESTIMATED COST Following are estimated costs for the development of the Corporation Yard expressed in 1979 dollars: PHASE A (1979 -80 Fiscal Year) (a) Grading $ 50,000 (b) Utilities Relocation 40,000 (c) Building Demolition 10,000 (d) Gasoline Station 50,000 (e) Shop Building "B" 5600 S.F. @$35 196,000 (f) Equipment Maintenance Building (a) 16,000 S.F. @ $50 800,000 $ 25,000 1600 S.F. @ $50 (Mezz) 80,000 (g) Shop Building "K" 1600 S.F. @ $25 40,000 (h) Bins, move oil tank, new animal facility 100,000 (i) Drains 10,000 (j) Paving 10,000 Subtotal - construction (1979 -80) $1,386,000 ($1,587,000 in 1980 $) Contingencies (10 %) 135,000 Engineering (10 %) 135,000 (k) Special shop equipment (cranes, hoists, vacuums, compressors) 200,000 Total (1979 -80) $1,856,000 PHASE B (1980 -81 Fiscal Year) (a) Grading $ 25,000 (b) Utilities relocation 5,000 (c) Building demolition 40,000 (d) Covered storage building "G" 320,000 12,800 S.F. @ $25 (e) Administration and Shop Building "A" 480,000 8,000 S.F. @ $60 (f) Covered Storage Building "E" 8000 S.F. @ $25 200,000 (g) Paving 20,000 Sub -total construction (1980 -81) $1,090,000 Contingencies (10 %) 110,000 Engineering (10 %) 110,000 $1,310,000 (h) Special shop equipment 50,000 (i) Furniture and office equipment 20,000 Total (1980 -81) $1,380,000 ($1,587,000 in 1980 $) 0 0 December 10, 1979 Subject: Corporation Yard Master Plan Page 4 PHASE C (1981 -82 Fiscal Year) (a) Grading $ 25,000 (b) Utilities 5,000 (c) Building demolition 40,000 (d) Shop Building "C" 10,400 S.F. @ $30 312,000 (e) Shop Building "J" 3,200 S.F. @ $35 412,000 (f) Shop Building "L" 2,400 S.F. @ $35 84,000 (g) Remodel warehouse 20,000 (h) Block Walls 20,000 (i) Wire fences 10,000 (j) Landscaping 25,000 (k) Parking lots 50,000 Subtotal construction (1981 -82) $ 1,003,000 Contingencies (10 %) 100,000 Engineering (10 %) 100,000 (1) Shop equipment 60,000 Total (1981 -82) $ 1,263,000 ($1,670,000 in 1981 $) Total project cost in 1979 dollars $ 4,499,000 IV. SUGGESTED SCHEDULE ITEM 1. City Council shown Master Plan at Study Session 2. Staff requests proposals from Consultant for Phase A work 3. Review of Master Plan and Schedule by Council Budget Committee 4. City Council adopts Master Plan and authorizes contract with Consultant for Phase A work only 5. Contract with Consultant executed 6. Preliminary Plans submitted to City 7. Final Plans approved by City Council 8. City Clerk advertises for bids 9. Bids received 10. Construction Contract awarded 11. Contract executed 12. Construction commences 13. Project completed DEADLINE December 10, 1979 December 11, 1979 December 1979 January 7, 1980 January 14, 1980 April 14, 1980 April 28, 1980 May 1, 1980 June 2, 1980 June 9, 1980 June 30, 1980 July 14, 1980 March 14, 1981 W. ,.. • 0 December 10, 1979 Subject: Corporation Yard Master Plan Page 2 II. PLAN OF DEVELOPMENT: A. Existing Buildings to be Demolished Size S.F.) 1. Utilities storage building 1,020 2. Old warehouse 2,300 3. P B & R office 1,200 4. P B & R shed 1,475 5. Storage shed 9,348 6. Storage building 6,707 7. Equipment maintenance shop 14,100 36,150 Existing Buildings to Remain 1. Warehouse 6,600 2. P B & R shed 3,750 10,350 New Buildings and Facilities to be Constructed include: Buildings *1. Administration building "A" (2 stories) 8,000 (includes 2000 S.F. shop, lavatory, shower, and locker area) *2. Shop building "B" (with mezzanine) 8,800 3. Storage building "C" 10,400 *4. Automotive shop "D" (with mezzanine) 17,600 5. Storage building "E" 8,000 6. Storage building "G" 12,800 *7. Shop & office building "J" 3,200 8. Storage building "K" 1,600 9. Storage building "L" 2,400 Total New 72,800 * Heated and Insulated Other Facilities 1. New fuel station 2. Additional parking area 3. Additional material bins 4. New trash bin 5. New animal facility 6. Relocate paving oil tank C -2236 See Contract File for Map Phase I and II Improvements at Corporation Yard