Loading...
HomeMy WebLinkAboutC-946 - Construction of Lifeguard HeadquartersAUGUST 23, 1965 TO: CITY COUNCIL FROM, PUBLIC WORKS DIRECTOR SUBJECT, ACCEPTANCE OF CONSTRUCTION OF LIFEGUARD HEADQUARTERS (CONTRACT NO. 946) RECOMMENDATIONS, I. ACCEPT THE WORK, 2. AUTHORIZE TH'E CITY CLERK TO FILE: A NOTICE OF COMPLETION, 3. AUTHORIZE THE CITY CLERK TO RELEASE THE BONDS 35 DAYS AFTER NOTICE OF COMPLETION HAS BEEN F).,ED„ DISCUSSION, THE CONTRACT FOR CONSTRUCTION OF THE LIF'EQUARD HEA,DQUARTORS HAS BEEN COMPLETED TO THE SATISFACTION OF THE PUBLIC WORKS DEPARTMENT, THE BID PRICE WAS, $k63,67800 EXTRA WORN; AMOUNTED TO, 'Y 396.00 THE FINAL CONTRACT PRICE WAS, :063,599-00 THE EXTRA WORK WAS FOR INCREASING T45 LENGTH OF TE:E: PILINGS TO ALLOW FOR EROSION OF THE BEACH, THERE WERE DEDUCTION° FOR NARROWING THE DRIVEWAY AND DELETION OF THE SIGN FROM THE CONTRACT. THE CONTRACTOR is E.. F. GRANDY OF COSTA MESA, CALIFORNIA. THE ORIGINAL DATE OF COMPLETION WAS JULY 16, 1965. THE BUILDING WAS COMPLETED AND OCCUPIED BY THE LIFEQUARD SERVICE ON JULY 6, :965, HOW., EVER, THE FINAL PAVING OF THE DRIVEWAY WAS DELAYED UNTIL AUGUST 5, 1965, DUE TO THE STRIKE BY THE EQUIPMENT OPERATORS. A TIME EXTENS50N OF 20 DAYS 15 RECOMMENDED„ JOSEPH To DEVL IN � FILL PUBLIC WORKS DIRECTOR d GPD,BE �'a AUGUST 23, 1965 T0: CITY COjNC1L FROM: PUBLIC WORKS DIRECTOR SUBJECT: ACCEPTANCE OF CONSTRUCTION OF LIFEGUARD HEADQUARTERS (CONTRACT NO. 946) 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 NOTICE OF COMPLETION HAS BEEN F4ED. DISCUSSION. THE CONTRACT FOR CONSTRUCTION OF THE LIFEQUARD HEADQUARTERS HAS BEEN COMPLETED TO THE SATISFACTION OF THE PUBLIC WORKS DEPARTMENT. THE BID PRICE WAS- $63,678 00 EXTRA WORK AMOUNTED TO: If 396,.00 THE: FINAL CONTRACT PRICE WAS: $63,599-00 THE EXTRA WORK WAS FOR INCREASING T^'E LENGTH OF TF:E. PILINGS TO ALLOW FOR EROSION OF THE BEACH. THERE WERE ]EDUCTION° FOR NARROWING THE DR;VEWA.Y AND DELETION OF THE SIGN FROM THE CONTRACT. THE CONTRACTOR IS E. F. GRANDY OF COSTA MESA, CALIFORNIA. TY.E. ORIGINAL DATE OF COMPLETION WAS JULY 16, 1965, THE BUIwD;NG WAS COMPLETED AND OCCUPIED BY THE LIFEQUARD SERVICE ON JULY 6, 1965; HOW- EVER, THE FINAL PAVING OF THE DRIVEWAY WAS DELAYED UNTIL AWGUS" 5, 1965, DUE TO THE STRIKE BY THE EQUIPMENT OPERATORS. A TIME EXTENSION OF 20 DAYS IS RECOMMENDED. 4�9/ u"' JOSEPH T. DEVLIN PUBLIC WORKS DIRECTOR GPD:aE TO: CITY COUNCIL FROM: PusL1C WORxs DIRECTOR 'FEBRUARY 8, 1965 SUBJECT: CONSTRUCTION OF THE LIFEGUARD HEADQUARTERS, CONTRACT NO. 946 RECOMMENDATIONS: u. ADOPT A. RLSOLUT'ION AWARDING THE CONTRACT TO E. F. GRANDY FOR $63,678.00, AND 2. AUTHORIZE THE MAYOR AND THE CITY CLERK TO EXECUTE THE CONTRACT. DISCUSSION: FOUR BIDS WERE RECEIVED AND OPENED IN THE OFFICE OF THE CITY CLERK AT 10:00 A.M. ON FEBRUARY 3,, 1965. BIDDER BASE BID TOTAL BID E. F. GRANDY. COSTA MESA $55, 4 g 00 M-777700 SNYOER,-LANGSTC'N INC., COSTA. MESA 56,586.70 .65,479.20 JAMES J. BARRETT, HUNTINGTON BEACH 57,792.00 65585.00 HARRY KELSO, INC., NEWPORT BEACH 670942.00 76,365.22 THE LOW BID 1$ OI.8% MORE THAN THE ESTIMATED COST OF $56,970.00. THE AMOUNT BUDGETED IN ACCOUNT' N0. 26- 2897.020 IS $503000.00. THE FOLLOWING IS A SUMMARY OF THE COSTS OF' THE PROJECT. ARCHITECTS FEE 3 3,255.00 ENGINEER 'S SOILS REPORT 316.75 CONSTRUCTION COSTS BASE BID $55,434.00 ADDITIVE BUILDING CONST.(ITEMS I THRU 4) 20400.00 UTILITY CONNECTIONS(ITEM 5) 1,690.00 ACCES:+ ROAD &. PARKING AREA(ITEM 6) 4.154.00 SUSTOTA'. 6� �.678.00 'TOTAL $670249.75 ALTHOUGH THE LOW BID IS IN EXCESS OF THE ESTIMATE, THE BID REPRESENTS A COMPETITIVE FIGURE FOR THE WORK INVOLVED AND WE CONCUR WITH THE ARCHITECT IN RECOMMENDING AWARD CF A.,L, PHASES OP THE PROJECT. SEE ATTACHED A BUDGET AMEND- MENT IS BEING SUBMIT'TEO FOR YOUR CONSIDERATION. THE NEW BUILDING WILL PROVIDE A PERMANENT HEADQUARTERS FOR THE LIFE- GUARD DEPARTMENT. THE BASIC STRUCTURE WILL BE CONSTRUCTED ON PILES. INCLUDED IN THE SITE DF:VE:,OPME NT WORK IS THE CONSTRUCTION OF AN ASPHALT CONCRETE ACCESS ROAD AND A PORTLAND CEMENT' CONCRETE SERVICE AREA ADJACENT TO THE BUILDING THE ESTIMATED DATE OF' COMPLETION IS JULY 15,, 1965• ATTEST 'TO OPENING OF BIDS ITY CLERK 0 EPH T. DEVLIN PUB IC WORKS DIRECTOR BBN:e€ ATTS. 1 City Council February 3, 1965 City of N�.MIport Beach,. Newport Mch, California Rea Lifeguard Headquarters Oullding .: Gentlemen: Bids were received at the City Clerk's office, 1000'aie., Feb. 39 1965. A total of four bids were received from an original list of 10 bidders. Bids were expected from 6 bidders at bid time. The low bidder was E.F. Grandy of Costa hies&. His base bid was $55,434.00 which results In a square footage cost of $15.40 for the building. Considering the type of construction, the location of the project and the quality of appointments Included In the base price, we feel -that the unit coat is very much in line. The group- ing of the low bidders indicates a good competitive bid on the part of the lowest bidder. Separate bids were called for. adding to the base b W$or addition- al features required for proper operation of the headquarters but that could conceivably be omitted until a later date. These Items were: 1. Cabinets In the Communications Room 2. Other storage cabinets fnthe building 3. Terrazzo flooring in toilet, shower, lotklf.and first aid areas. 4. unit kitchen in Squad Room 5. Sewer and water connections 6. Access road and paved parking area E.F. Grandy's added bid for Items I through 4 totaled $2,400.00. We recommend that all of these Items be included on the basis that later additfon will cost more and the ease of terrazzo maintenance will soon justify the $100.00 additional cost bid for that item. We therefore recommend to the Council that E.F. Grandy be awarded the contract for all bid items listed. Recommendations regarding items 5 & 6 will be made by the Public Works Department. Should the Council desire to reduce the overall building cost, we refer to our listing of deductive changes, submitted with,o�r final cost estimate, resulting In estimated savings of $2650.0 . All of these items would tend to decrease the quality of the building and /or increase future maintenance costs, or defer installation of items that will cost more later. fiery truly yours, J0ftIU3 AND BELL, AIA K. dtaniey Bell, Architect KOB /md LIFEGUARD HEADQUARTERS Newport Beach COST REDUCTION ITEI,iS ITE:':i ESTIMATED REDUCTION 1. Eliminate skylites in Garage 200.00 ('Mould eliminate natural light in !+vorking area) 2. Eliminate outside shower and screen baffle 150.00 (`rlould expose some of Locker Room to view if door were left open) 3. Eliminate sink in Garage — stub out only 50.00 ('Mould eventually be needed) 4. Eliminate one ''%C. in 1st Floor Toilet — stub .50.00 out only (Iflould eventually be needed) 5. Use galvanized iron for flashing, gutters, etc. 200.00 (',Jill create a maintenance problem within 1 year) o. Use asphalt tile in lieu of vinyl asbestos 250.00 (Creates maintenance problem) 7. Use metal garage doors 100.00 (Creates maintenance problem) S. Drywall interior instead of plaster 200.00 (Less permanence and durability) 9. Use electric ceilino heat in lieu of forced air 500.00 (Gives good heat but has no air circulation; higher utility costs) 10. Use acoustic texture plaster ceilings in lieu of 750.00 acoustic tile (eliminates noise reduction) 11. Do not provide for second floor over Garage 200.00 ('Mould be very costly to provide 2nd Floor at later date) TOTAL ESTIMATED SAVINGS 32,550.00 i v 0 mm to a ` w h Irw- wm t- K1 <L C 3 = L a k- LOL ca � � U M U J M m 4b N Z i d M CL o �- w a t!1 TA ti av 9 P . coo m A- � k Ok '. 3 n', 44 m v C" w m - -1 A o cd LQ N O CL �m k fi u L 69 m � m k ^^+ a'`a. C2 { m W ,- ``�^� U` LIN CA N r u c u c . o .0 c r ►+ .-. U O ' w A p m 2 3 i 1O 6 FesU - p CA Y 0 . e 'C J 0 .400 Sipe" i �100RE TRBER �g�rreer� • eo�ogist5 �� 714 - 5250241.1125 E. TRUSLOW AVE. • FULLERTON, CALIF. 92631 dd, �'CS City of Newport Beach. vG� — DATE December 31. __1964 . 33ODWest Newport Boulevard �f. Newport Beach, California:. / INVOICE N° 3 7 7 2 CLIENT ORDER NO.' �� ��------- -'��L' JOB NO. 14-257 F PROJECT: / Lifeguard Headquarters Building �Y- Adjacent to Newport Beach pier FOR PROFESSIONAL SERVICES RENDERED New Beach. Calif. from Nov. 25 through December 15 *1964 DES UNIT RATE AMOUNT FOt4lDATION INVESTIGATION _ Field services: Engineering Geologist 5 hrs. 10.00 /hr 50.00 Drill Rig 4 firs 20.00 /hr PAM Water Truck 5 1/2 hrs 4.50 /hr 24.75 Laboratory testing: Unit Dry Weight - Moisture Content 5 3.00 /ea 15.00 Direct Shear Test 4 7.00 /ea 28.00 Analysis and report preparation: Registered Civil Engineer 3 hrs 14.00 /hr 42.00 Engineering Geologist 6 1/2 hrs' 10.00 /hr 65.00 Drafting 1 1/2 hrs 8.00 /hr 12.00 Total,:;. $ 316.75 PLEASE RETURN ONE COPY WITH REMITTANCE Fees are due and payable on presentation. A service charge of 1% of the unpaid balance per month will be made for accounts due over 30 days. r DORIUS AND BELL ALA ARCHITECTS 2712 East Pacific Coast Hwy Corona del Mar, California ADDENDUM NUtm, dB,+ ER j January 29, 1965 to plans & specifications for LIFEGUARD HEADQUARTERS BUILDING City of Newport Beach, California I. F2aM 4 PROPOSA69 a. Separate Bid # 6 is divided into two pater s to separately price concrete and asphalt paving in the parking area. In either case, the access road shall be asphalt paving. b. Unit Price #6 (price per square foot for finished concrete paving) shalt be for 4„", thick concrete paving. c� 2. S3EC l,'e. N ' t �WO�RK.� Shelves In display case In Room 200 ahatT -be —ae ec rig or natural finish. 3, SECTION P . GLAS§ AND G AZ t Glass for display case doors, Room , a a e polfshed pate and shaft be furnished & Installed by Finish Hardware supplier. Finish Hardware supplier shall also furnish all mirrors. 4. N R F N HA AR s The cabinet manufacturer shall furn s an ns a c own working hardware such as hinges and catches. Sliding track and lock for display case ! shelf stand- ards and brackets and cabinet pulls shall be supplied under this Sec. 5. S C ON M SC AN MS AGGR G & AG A : Remove only the portion of ex s ng concret is in conflict with installation of new work. 6 SF T 1,I P6 N : The floor drain in Toilet Room 105 s a e herd 21-0" from the plumbing wall ltd an addition- al vent stack per Newport Beach Plumbing Coke, 7. SECTION W,_FEtECTRICAiL: Supply and Install only conduit and out a oxea or n ercommunication system. Install pull wire in all empty conduit. 8. G N Job access for material delivery may be obtained by way o the pier providing the use to limited, the pier is not blocked and normal safety precautions are observed. It to sug- gested, however, that the ramp and aggregate base for the access road be Installed at the outset to provide required accessb (NOTE: The access road is listed as part of a Separate Bid Item for budget purposes only. It is intended that this work will be included as a part of the general construction contract). Page I of 1 0 0 JANUARY II, 1965 TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: CONSTRUCTION OF THE LIFEGUARD HEADQUARTERS, CONTRACT NO. 946 RECOMMENDATIONS: REMARKS: 1. APPROVE THE PLANS AND SPECIFICATIONS. 2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE OPENED AT 10:00 A.M. ON FEBRUARY 3, 1965- THE FOLLOWING IS A SUMMARY OF THE ESTIMATED COSTS: ARCHITECT'S FEE ESTIMATED CONSTRUCTION COSTS: I. BASE BID FOR BUILDING 2. ADDITIVE BUILDING CONSTRUCTION UTILITY CONNECTION . SITE DEVELOPMENT TOTAL $ 3,255.00 50,670.00 3,100.00 500.00 2,700-00 0,225.00 THE AMOUNT BUDGETED IS $50,000.00. A BUDGET AMENDMENT WILL BE SUBMITTED, IF NEEDED, AFTER RECEIPT OF BIDS. .THE NEW BUILDING WILL PROVIDE A PERMANENT HEADQUARTERS FOR THE LIFEGOARD DEPARTMENT. ALL OPERATIONS PRESENTLY PERFORMED AT THE NEWPORT BOULEVARD OFFICE WILL BE TRANSFERRED TO THE NEW LOCATION. THE NEW OFFICE BUILDING AND GARAGE WILL BE CONSTRUCTED ON PILES. INCLUDED IN THE SITE DEVELOPMENT WORK IS THE CONSTRUCTION OF A 20 FOOT WIDE ROADWAY CONNECTING THE SITE WITH THE END OF 20TH STREET. THE ESTIMATED DATE OF COMPLETION IS JULY 15, 1965• r5E P DEVLIN IC RKS DIRECTOR :BE �NA Q�"A "I UTILIZING P AND INCLUDING ALL WORK THE DRAWING$ AND No 8UT EXCLUDING KPARATE 8ID�' LISTED SELOWI (� —P-70„ VQ) / @ Big "8 "s UTILIZING AND INCLUDING ALL WORK SHOWN ON THE �AWING8 AND 8PECIFIE 8UT EXCLUDING SEPARATE 8103 LISTED SELOWI (+ 50.01"10. 0 ) P n c i State the additive separate price for cabinet rota a a in the Coam n ct e'MW—s Room Number 205, ADO BEPARbTE 81D i2i State the j',�jUn separate price for all other as no rora n icatsd KKPARATE AIAJMI State the additive separate price for Installing errszzo oor 8 base In 11*4-W soncrets In Locker Room 1030 . Tollst Room 105 and First Aid Room 106 and In l ieu of seramle the in Shower Room 104o ADO • (1�;`=;�) v PA 1 State the additive separate price for Insledtng • pre a r ve ed wait kItcho—q-­T—vVVqWd Rope 107. A00 �P AIE III p. I M to the tdlitine s�parato price for Insledln9 se *er *n *a a aervlq aonnes oaa batreen bellding and aft* Ilne* as.indlsated on the Sit* Plan. ADD 11 OM 2, g, Al -State the a Separate prisr for exterior paving •o pa ng or•a and se as Ives for low block wall at parking area and for dry *silo *.Prise utlltslag sonirete panting areas, Aoo b. Pries IltilisMg 640ftelt paved parking areas 1. ' lM is a__1 �• 0# 130RIU£3 & BLLL A R C H I T E C T 5 2712 EAST PACIFIC COAST HIGHWAY CORONA DEL MAR. CALIFORNIA • 6751166 December 22, 1964 City Council City of Newport Beach Newport Beach, California Subject: Final Cost Estimate for Lifeguard Headquarters Gentlemen: The final cost estimate of construction cost of the Life - uard Headquarters shows the building to be approximately 3,900.00 over the budgeted construction cost of $46,750.00. We feel that the building, as drawn, reflects the median line of standards acceptable for public buildings subject to hard use, severe maintenance problems, and expected to endure for many years. If, however, it is absolutely necessary that the building come closer to the budget figure, the enclosed .list will show necessary cost cutting steps. Very truly yours DORIUS A. BELL AIA K. Stanley Bell, Architect M E M S E R S OF T H E A M E R I C A N I N S T I T U T E OF A R C H I T E C T S GRAND TOTAL $50,670.00 ...w:.M r %'M� A --LIFEGUARD HEADQUARTEf23.'; Newport Beach '. FIN T ESTIMATE ITEM ESTIMATE Acoustic Tile 1200.00 Carpentry - rough 3600.00 Carpentry - finish 1000.00 Ceramic Tile 480.00 Concrete 1600.00 Doors, Garage 1000.00 Deck Covering 500.00 Doors, toilet enclosures 350.00 Doors, wood 600.00 Electrical 4000.00 Flooring 900.00 Glass & Glazing 940.00 Grading 350.00 Hardware, rough 300.00 Hardware, finish 850.00 Heating & Ventilating 1800.00 Insulation 200.00 Lumber, rough 4000.00 Lumber, finish 800.00 Masonry 4350,00 Mirrors 150.00 Painting 1250.00 Plastering 3250.00 Plumbing 3850.00 Roofing 800.00 Sign 250.00 Sheet Metal 450.00 Waterproofing 100.00 Weatherstripping 75,00 Windows 600.00 Pilings, wood 3000.00 Skylites 300.00 Steel 400.00 SUB TOTAL 43,295.00 Job office 125.00 Job sign 50.00 Supervision 2600.00 SUB TOTAL 46,070.00 Builders Fee 4600.00 GRAND TOTAL $50,670.00 ...w:.M r %'M� A • • FIRM NAME ADDRESS Q-!M OF PROPOSAL, for the GENERAL CONSTRUCTION NEWPORT UVACit. UPEGUILaD 11EAD4UARWRS NewQart Bea.cb. California A R. ^.IiITECTS : DORIUS & BELL NIA 2702 E,. Coast Highway Corona Del Afar DATL', '96 (one copy to bo f i11Q.: : ': ) 1a;c ;± .J•;::J, t.:,,..: as the bid, the otbor fi,�r your files) FORM OF PROPOSAL 7 e w s S •Tv: Honorable Go Council City of Newport Beach, CaliAc::n_i -a • The undersigned, after having eare.Cully read and examined the details, drawings and specifications, acid having examined the preffiisea and the conditions under which the work is to be per- formed, hereby agrees to Burnish all of the labor and :nateriale necessary for the GENERAL CONSTRUCTION Wt,RK. oz' the LIFEGUARD I3MADgUARTERS, Newport Beach, California, quoted on below, for the sum there indicated and hereby agrees to com- plete the entire work within 150 4on5ecutive calendar days. BASE BID INCLUDING ALL WORK SHOWN ON THE DRAWINGS AND SPECIFIED HEREIN, BUT EXCLUDING SEPARATE BIDS LISTED BELOW: SEPARATE BID 1: • work indicated in ADD SEPARATE BID 2: cabinet work indi, C� State the additive separate price for cabinet the Comu:unicat.ions Room Number 205, STATE the additive separate price for all other sated ADD (S SEPARATE BID {{ 3: State tb, additive separate price for installing terrar o floor & base in lieu of concrete in 'Locker Room 103, Toilet Room 105 and First Aid Room 106 and in lieu of ceramic tile in Shower Room 104. SEPARATE BID 4: State the additive separate price for including the prefabricated unit kitchen iu Squad Room 10?.. ADD SEPARATE BID `": State the additive separate price for including sewer and water service connections betwsen building and city lines as indicated on tNe Site Plan. ADD FORM OF PROPOSAL .. 2 �. • • • SEPARATE BID 6: STATE the additive separ� to prices for exter- ior paving of parking area and service drive, For low block wall at perking area and for dry well, a. Price utili>:irg concrete parking area= ADD b� Price utilir.ing asphalt paved parking area: ADD • • CONTRACTOR CANNOT WITHDRAW HIS BID FOR A PERIOD OF THIRTY (30) DAYS FOLLOWING THE DATE OF OPENING OF BIDS, FORM OF PROPOSAL � 3 r • C UNIT PRICES: When and where applic�iblc, the following prices may be, used in .making changes and /or ad ustments during the. cou.-rse of the work A single Limit price st?ali be voed whethe - ,or addition or Omission of work, - — -- — - UNIT PRICES 1. Price per cu.aic vI.ra. for general excavation e✓ork, including necessary snoring and cribbing will be: a. To 310" below existing grade,.... ,.....o, , b. Between 3 °0" and '710" below existing grade,., 2.1 trice per cu. yd. for concrete in place, includ- ing faros not reinforced will be.aa.......... 3. Price per pound .,, for reinforcing steel, in place will be ........ —.... ............. ......e 4. Price per. square yard for two coats of interior Paint as specified will be.... ........ 5, Price pe.r. _s<uar.e, foot for aeuhalt concrete pa.ving, iicluding rock base course specified will be, ............... ......... ..'.. 6. Price per square foot f; „r finished ronc.rete paving in place will bee..... .o ............................. $ 7 Price per lineal foot of 24” high concrete block wall including footi.nr_r, will be ...... .> ........ , , . , S FORM OF PROPOSAL 4 4 I T • SU;_ rntsh the wnrk as sbown and 08 aDecifIAd fo.r the if the Owner elec..: - offered by the Contractor for items spe:,ified or shown, the following sums will be added or deducted fr^m the Base Bid as indicated: ADD DEDUCT ADDENDUNL� Receipt of the following addenda to the Contract Documents is adknowledged: Addendum No. Addendum No, Addendum No< Addendum No. DATE DATE DATE DATE c�_uu gE PROPOSPiI - 5 $ $ k ADDENDUNL� Receipt of the following addenda to the Contract Documents is adknowledged: Addendum No. Addendum No, Addendum No< Addendum No. DATE DATE DATE DATE c�_uu gE PROPOSPiI - 5 .° 6 • ;'he tnzdersigned further agrees that in case el: default in executing the required contract with necessary bonds within ten (10) days after having received notice th;t the contract is reac'y for signature, the proceeds of tho check or bond accompanying this bid shall become th propo'ty of the City of Newport 73 each, Lincenaed in accordance with tbu Statutes of the State of California providing for tha registration o Ca zt :aci'(arg; ;,J.r:C..71 e Na. , IML undersigned bas c`]srked careful-_y all of the above figures and understands that the C:'Lty wi.11 not be responsible or anly errors or omissions on the part of the undersigned in making up this bido Accompanying this proposal is Cash Certified Chick, Cashier'" Check or Bond) In an amount not less than ten (10%) per cent of the total_ bid Phone No, Bidder's Name • Date Authorized Signature Bidders Address Authorized Signature 'Type of Organization -. (In.dividual, Corporation, Copartnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all copartners if a copartne. ship: • FOMM5 OF PROPOSAL - 6 • TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: CONSTRUCTION OF THE LIFEGUARD HEADQUARTERS, OMME IONS: i c. ADOPT {k� RE SO WTION AWARDING THE CONTRACT $63y6rU.00y AND • FEBRUARY 8, 1965 �. CONTRACT NO. 946 TO E. F. GRANDY FOR 2. AUTHORIZE THE MAYOR AND THE CITY CLERK TO EXECUTE THE DISCUSSION: I --------------� CONTRACT. FOUR BIDS WERE RECEIVED AND OPENED IN THE OFFICE: OF THE CITY CLERK AT 10:00 A.M. ON FEBRUARY 3Z 1965. E. F. BIDDEF: GRANDY, COSTA MESA BASE BID $55,4 4,00 TOTAL BID 3$�7797­00 SNYDER-LANG.SIC.N INC., COSTA. MESA 56,5VV$$6.70 65,479.20 JAMES MARRY J. BARRETT, HUNTINGTON BEACH KEL.SO, 1kC., NEWPORT BEACH 57,722.00 67,942.00 651585.00 76,365.22 THE LOW AMOUNT BUDGETED BID IS 11.8% MORE THAN THE IN ACCOUNT N0. 26- 2897 -020 IS ESTIMATED COST OF 50,000.00. THE $56,970.00. THE FOLLOWING IS A SUMMARY OF THE COSTS OF THE PROJECT. ARCHITECTS FEE $ 3,255.00 ENGINEER S S0:`.s R'_PORT 316.75 CONSTRUCTION COSTS BASE BID $55,434.00 ADD171VE BUILDING CONST.(ITEMS I THRU 4) 2,400.00 UTILITY CONNE'CTIONS(ITEM 5) 11,690.00 ACCESS ROAD A. PARKING AREA(ITEM 6) _4,1 44..00 SUBTOTA.'. $63,678.00 TOTAL $67,249.75 ALTHOUGH THE LOW 610 IS IN EXCESS OF THE ESTIMATE, THE BID REPRESENTS A COMPETITIVE FIGURE FOR !HE. WORK INVOLVED AND WE CONCUR WITH THE ARCHITECT IN RECOMMENDING AWARD CF ALL. PHASES OF THE PROJECT. (SEE ATTACHED) A BUDGET AMEND- MENT 15 BEING SUBMITTED FOR YOUR CONSIDERATION. THE NEW BUILDING WILL PROVIDE A PERMANENT HEADQUARTERS FOR THE LIFE- GUARD DEPARTMENT. THE BASIC .STRUCTURE WILL BE CONSTRUCTED ON PILES. INCLUDED IN THE SITE DEVELOPMENT WORK IS THE CONSTRUCTION OF AN ASPHALT CONCRETE ACCESS ROAD AND A PORTLAND CEMENT CONCRETE SERVICE AREA ADJACENT TO THE BUILDING THE ESTIMATED DATE OF COMPLETION IS JULY 15, 1965- ATTEST TO OPENING OF BIDS BBN:BE ATTS. LITY CLERK • 0 EPH I. UEVLIN PUB IC WORJIs DIRECTOR • Vi, DORIU£3 & BELL A R C H I T E C T 3 2712 EAST PACIFIC COAST HIGHWAY CORONA DEL MAR, CALIFORNIA • 675.1164 City Council City of Newport Beach, ?'Newport Beach, California Re; Lifeguard Headquarters Building Gentlemeni February 3, 1965 Bids were received at the City Clerks office, IOs00 a.m., Feb. 3, 1965. A total of four bids were received from an original list of 10 bidders. Bids were expected from 6 bidders at bid time. The low bidder was E.F. Grandy of Costa Mesa. His base bid was $55,434.00 which results in a square footage cost of $15.40 for the building. Considering the type of construction, the location of the project and the quality of appointments included in the base price, we feel that the unit cost is very much in line. The group- ing of the low bidders indicates a good competitive bid on the part of the lowest bidder. Separate bids were called for, adding to al features required for proper operation that could conceivably be omitted until a were: the base bid for addition'- of the headquarters, but later date. These items I. Cabinets in the Communications Room 2. Other storage cabinets inthe building 3. Terrazzo flooring in toilet, shower, locket and first.aid areas. 4. Unit kitchen in Squad Room 5. Sewer and water connections 6." Access road and paved parking area E.F. Grandyos added bid for Items 1 through 4 totaled $2,400.00. We recommend that all of these items be included on the basis that later addition will cost more and the ease of terrazzo maintenance will soon justify the $100.00 additional cost bid for that Item. We therefore recommend to the Council that E.F. Grandy be awarded the contract for all bid items listed. Recommendations regarding Items 5 & 6 will be made by the Public Works Department. M E M B E. R 9 O F 'T H E M E R I C A N N 8 T I T U T 0 F A C H 1,T E C T 8 T 1 2 Should the Council desire to reduce the overall building cost, we refer to our listing of deductive changest submitted with /our final cost estimate, resulting in estimated savings of $2650.000 All of these items would tend to decrease the quality of the building and /or increase future maintenance costst or defer Installation of items that will cost more later. Very truly yours, DORIUS'AND BELL, AIA ca7� � . Btaniey I9 Architect KSB /md TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: ACCESS DRIVEWAY TO LIFEGUARD BUILDING RECOMMENDATIONS: E APRIL 12, 1965 THAT ACCESS TO THE LIFEGUARD BUILDING BE PROVIDED FROM �\ i THE INTERSECTION OF 20TH STREET AND OCEAN FRONT. 2. THAT THE PROPOSED ACCESS DRIVEWAY WIDTH BE DECREASED FROM 20 FEET TO 12 FEET. DISCUSSION: AT THE MARCH S, 1965, MEETING OF THE CITY COUNCIL THE STAFF WAS DIRECTED TO RE- EVALUATE THE ACCESS DRIVEWAY TO THE LIFEGUARD BUILDING TO SEE IF IT COULD BE REVISED AND REDUCED IN COST WITHOUT DAMAGING PUBLIC SAFETY. THE QUESTION OF ACCESS TO THE THIS BUILDING HAS BEEN REVIEWED F.i BY BOTH THE PUBLIC WORKS DEPARTMENT AND THE LIFEGUARD DEPARTMENT. IT IS THE OPINION OF BOTH THESE DEPARTMENTS THAT THE ACCESS FROM 20TH STREET WOULD BE SUPERIOR TO ACCESS FROM MCFADDEN PLACE. THE REASONS FOR THIS OPINION ARE AS FOLLOWS: THE IMPORTANCE OF SAVING MINUTES AND EVEN SECONDS IN PROVIDING EMERGENCY -TYPE SERVICES. 2. THE HIGH VOLUME OF PEDESTRIAN AND AUTOMOBILE TRAFFIC THAT EXISTS AT MCFADDEN PLACE DURING THE PEAK SUMMER DAYS WHEN THE DEMAND FOR EMERGENCY -TYPE SERVICE WILL BE THE GREATEST. 3. THE UNFAVORABLE EXPERIENCE THAT THE LIFEGUARD DEPARTMENT HAS HAD IN THE PAST AROUND MCFADDEN PLACE IN GIVING EMERGENCY SERVICE TO THE NEWPORT OCEAN PIER. 4. THE EXISTING STREET RIGHT OF WAY ON 20TH STREET IS 50 FEET WITH A CURB SEPARATION OF 311 FEET. THIS WIDTH PROVIDES FOR 2 LANES OF PARKING AND 2 LANES OF TRAVEL. 5. THE TRAFFIC STUDIES MADE IN THE MCFADDEN PLACE AREA HAVE SHOWN THE NEED FOR RESTRICTING LEFT TURNS FROM BALBOA BOULEVARD INTO MCFADDEN PLACE AND ALSO LEFT TURNS FROM MCFADDEN PLACE ONTO NEWPORT BOULEVARD. IF THESE LEFT TURN MOVEMENTS WERE TO BE RESTRICTED, THE ACCESS PROBLEM FROM THE LIFEGUARD BUILDING TO MCFADDEN PLACE WOULD BE FURTHER AGGRAVATED. JTD:VR EVLIN S DIRECTOR BY ........ .............DATE...........__. ECT ---------------------- ---------------------- - SHEET NO ------------ OF ----------- CHKD. BY ---------- DATE ------------- --------- --l- ----------------------------------- ---- JOB NO.---� .... ------------ - - - — Ile, _A3 4.4,46. 71AIC� <5,_--7 -IV,d rZIAOdZ . .�Alo =ILL 4 0,5 -SE.40 VICE A20A Z2 44 / JC'jE G &44o4eZ9 40erC,oev,e-,dS4r A& 2 ".4. C. dAI499 4 ".d. 40. e 7-9 r edf 0 S�LL) I .. ......... DORIUS & BELL A R C H I T E C T S 2712 EAST PACIFIC COAST HIGHWAY CORONA DEL MAR. CALIFORNIA - 675.1164 May 18, 1865 Public Works Department City of Newport Beach City Hall Newport Beach, California Re: Lifeguard Headquarters Building Change Order Number One Gentlemen: Enclosed is Change Order.Number One, approved by us and signed by the General Contractor. As you may recall, this change was instituted after we heard, too late, from the Corps of Engineers. Early in the design stages, we had inquired of them regarding the probability of erosion at this point on the beach. By the time their final answer arrived, the contract had been let and construction commenced. We were, however, able to comply with their recommendations through the Job change represented by this Change Order before the pilings were Installed. Very truly yours, DORIUS & BELL AIA Kermit Dorlus vim MAY 1 19055 PUBLIC ' ib"I 1s M E M B E R S OF T H E A M E R I C A N I N S T I T U T E OF A R C H I T E C T S ,I DORIUS & BELL AIA ARCHITECTS 2712 East Pacific Coast Hwy. Corona del Mar, California CHANGE ORDER NUMBER 1 Project: Newport Beach Lifeguard Headquarters Owner: City of Newport Beach Contractor: E. F. Grandy, Costa Mesa Contract No: 946 Upon execution of this change order by all parties hereto, you are directed to do the following work with the contract price and time of work being adjusted as noted: Increase depth of fifteen 0 5) pilings, supporting Isolated girders, by two feet each, for the lump sum of $396.00. Original Contract Price Previous Change Orders Amount of this Change Order Revised Contract Price Original Contract Time Adjusted per this Order Revised Contract Time $63,678.00 00.00 +396.00 $64.074.00 150 Calendar Days none 150 Calendar Days Arcnitect Date Con ra to „- Engineer Date '5-- ZY –Gs- Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NO. TO: CITY MANAGER FROM: PUBLIC WORKS DIRECTOR SUBJECT: LIFEGUARD STATION, CONTRACT 946 7 Date MAY 28, 1965 WE HAVE BEEN IN CONTACT WITH THE GENERAL CONTRACTOR, MR. GRANDY, AND HIS CONCRETE SUB - CONTRACTOR, MR. DUTRO, REGARDING MODIFICATIONS TO THE LIFEGUARD STATION DRIVEWAY. AT THE PRESENT TIME THERE IS A CERTAIN AMOUNT OF FRICTION BETWEEN MR. GRANDY AND BOTH HIS CONCRETE AND ASPHALT SUB- CONTRACTORS. THIS FRICTION HAS MADE FAVORABLE NEGOTIATIONS NEARLY IMPOSSIBLE. IT APPEARS THAT THERE ARE THREE OPTIONS OPEN TO THE CITY BUT DUE TO THE ABOVE, ONLY THE FIRST SEEMS ADVISABLE AT THIS TIME. THESE THREE OPTIONS ARE: 1. CONSTRUCT AN ASPHALTIC CONCRETE DRIVEWAY 13 FEET WIDE WITH 4 -FOOT AGGREGATE BASE SHOULDERS ON EACH SIDE. NEXT FALL, 6 INCHES COULD BE CUT OFF OF EACH SIDE TO MAKE THE EDGES STRAIGHT AND CONCRETE CURBS INSTALLED AGAINST THESE STRAIGHT EDGES. CURRENT COST REDUCTION: ($225.00) FUTURE CURB CONSTRUCTION: $1,500.00 2. CONSTRUCT AN ASPHALTIC CONCRETE DRIVEWAY 12 FEET WIDE WITH CONCRETE CURBS AND NO SHOULDERS. TOTAL ADDITION TO CONTRACT: $1,691.65 3. CONSTRUCT A 4^ THICK CONCRETE DRIVEWAY WITH EDGES THICKENED TO 8 INCHES TO PREVENT EROSION DAMAGE. TOTAL ADDITION TO CONTRACT: $1,300.00 THERE ARE NOT SUFFICIENT FUNDS REMAINING IN THE ACCOUNT TO ACCOMPLISH EITHER ALTERNATES 2 OR 3. THE CONTRACTOR INTENDS TO START CONSTRUCTION OF THE DRIVEWAY THE FIRST PART OF NEXT WEEK; THEREFORE, WE SHOULD INFORM HIM OF OUR INTENTIONS TODAY. J T. DEVLIN GP :VR DORIUS & BELL A R C H I T E C T S 2712 EAST PACIFIC COAST HIGHWAY CORONA DEL MAR. CALIFORNIA - 6751164 July 20, 1965 City of Newport Beach Dept. of Public Works City Hall Newport Beach, California Re: Lifeguard Headquarters — Exterior Letters Gentlemen: We have received four bids as listed herein for the exterior lettering on the Lifeguard Headquarters in accordance with the enclosed drawing and instruction. There was a gene—.al agreement that the letters should be anodized aluminum with a white baked enamel finish, this providing the greatest strength and durability. The Kersh proposal was the only exception to this. Theirs is based upon a clear anodized aluminum finish. Bids: Phillips Pattern Manufacturing $353.00 A. J. Bayer Company 410.50 Kersh Signs 409.50 Union Sign 685.00 It is evident that the bids are greater than anticipated by the $250.00 sign allowance included in the building construction contract. The reasons are that we had originally anticipated wood letters to avoid corrosion and had not anticipated the desirability of the 3" letters adjacent to the front door. We recommend that the work be awarded to Phillips Pattern Manufacturing Company for the total price of $353.00 (tax and installation included) Very truly yours Dorius & Bell AIA Kermit Dorius, Architect M E M B E R S OF T H E A M E R I C A N I N S T I T U T E OF A R C H I T E C T S r f • BRONZE - ALUMINUM Phillips Pattern and Manufacturing, Inc. NICKEL - SILVER Xanufacturer: of, ARCHITECTURAL METAL LETTER: AND PLAQUES ,I - PROPOSAL LOraln 7.9621 6212 TWEEDY BLVD. =Y- ..SOUTH GATE, CALIF. SINCE 1925 Date: July 20. 1965 To: Darius 6 Bell, Architects Ref: 2712 E. Pacific ast Hiway Address: Carona Del Mar. "Uiifarnia Architect: City: Gentlemen: We are pleased to submit our proposal on the following: 1 Set – 3" – 4" – 6" Extended Californian style cast aluminum -' loiters, with white enamel finish, to read: 4" CITY OF NEWPORT BEACH cl., g,, 6" LIFEGUARD HEADQUARTERS 13.V' 3" LIFEGUARD HEADQUARTERS sly, >° / I 7 RECEIVEQ JUL 22 1965 F.O.B. Jobsite Tax included. PUBLIC �K$ PUBLIC DEPL Installed on Bldg. $ nsn on Tax included. Our proposal provides a complete service including drawings for approval, setting templates and all neoelkr7 anchor studs required for installation. i Date: PHILIP R %ds M !, 1 Accepted By:_— P AkewsL ,. Phlaps Pattern and Manufactwg, Ince - Xanuf- curers of ARCHITECTURAL METAL LETTERS AND PLAQUES -- D d ins li i G % L M N 0 P nO- r S T q f, v W J 2 3 4 7 0 on 08 -711 EXTENDED CALIFORNIAN Sizes 1Yz" 2" 3" 4" 5" 6" 8" 10" 12" 14" 16" 18" Available lle Width of" �A" ��" I %" why" ��/�s" 1s/�s" ls/is" ls/r" li5" IYr" 2'h" 8lreke GPM of ip" s/e" s/s" %" 'h" %e" tom" sb" 13W rA" 1W 1" Lpth • rd u O 0 >H U H >r U 43 U 0 41 w O N >4 a) 11 •T OH u a� V. Z U 0 oa to 0.^ C ro C C~ � 1 s V O -H i4 a) U 34 N .1.1 RY Y r YI om ro C1 N O 0 N N N w E O F� A u U U N u m N aa)i rn mw•ri N N H Wi-) � ro 1-4 a) b N (d O RS ro R k N -4 r. W A +) O ro u 0 W O N 4J r b V N 4J N W U) U m W X -H N >v >v N O tP O a) m h O 4-i q 1-1 U)4Ja 0w b •3 U 0 0 0 .-i 14 .Ci 1-i w ro +.1 .14 u 41 » C A H d x a N > rt x ro a) u Pi 4J S4 0 U Ix � �j ro a) ar w a z H q a H W x E O s m a~e od W 0 0 •T OH u a� V. Z U u oa to 0.^ C ;3 C C~ � 1 s V O -H i4 a) U N .1.1 RY Y r YI om ro C1 N O 0 N N N w E O F� A u U U N u m N aa)i rn mw•ri a O ro O Wi-) � ro E b N 5 +J W R k N -4 r. W N +) O ro rl O W O N 4J r b V N 4J C u A m >r H N b) ro >v N 'O -n C b 4N-I W uroi 4J rN-1rU. ••N-1 a U)4Ja 0w •3 U 0 w w N O H [y O O p H aroa w >, � rt m •W N O 0 N H 3 rd 0 -P A A C C H •'1 [A O O a) +1 7- U O a U U Owa Z.u+J >4 u N E r1 H p�pO,A4rx�cwz gmzma0 V LU J z J m W LLJ Q 0 Q 000ON) 0000Lf) u) :n 0 ko of (31 o) ri � L rtr H N {) b) 0 E N C u tP w � roqq A N roq 4J rt C ro 0 0 0 v q N 47 43 0 0 •1 U U to +) O O w a) f1 ro N sa 4 a W N N 0 ro a � O N -3 ro m 4 U 1� O O W O Vl '>rH 11 l0 •I) • 4 43 d' •T OH a� V. Z U C O oa 0.^ C O° C~ � 1 s C vs `o i4 a) U .0 m ro Y r om � u a 0 1 1� O O W O Vl '>rH 11 l0 •I) • 4 43 d' m • a OH N O U N C i4 a) U .0 m ro N r v u a 0 4 -) E N a) a) E O F� A u U U N N aa)i rn mw•ri a O ro O Wi-) Phi 0 N ON 2 R k N -4 r. W N 'M-1 U H �> ro yv)w 04 O N 4J r C u A m 0xa 0b 0 b) Ero ti 0 0 H N .C-1 to 4N-I W uroi 4J rN-1rU. ••N-1 a z m M n m m a rt m n m£ M m r o n Y m 0 F K rt n n 7 n Y m m rt ro w H o n o m m Y• m m a w n rt n m m m Y- an rt m r m nmcNm£ rtn m w n m P- m m rt n 0 a ro o m m tt (D K w 3 Oi w rrtwro t7N (D (D ro Hmnw G N H 0 rt N H rt K y 0 0 a m m m r. M N m a r a < n - 0 m m • n Y. C O n m R m H m a n m w a (D m m W H O m °� ro 5 c �aa w w w o H n m rt n r+ H 7 a m w w M H n •< M� r r. rrr < r r� m rt m m a n n 3 O 0 r o 0 n O � b m 3 r rt r o a s 4 w ■ 0ts0 martrrmam0 m w o m a£ m w M w M P. 0"n.trH mom '3 'J • O m O m n m wee a tr'• m 7 a 7 0 0 m N m H n m w G< w N m w E 3 m m N tr'r rOi N rG m � Mrt K o N w m m d w. art' R r• Wn h70 h x3' 0 n K m w< n E.o N ' rt trt m10 N.9 m N N a 0 m A 0H. , 0 & Y a .r °•3 w, m aw '< 7 w 3 < rD M f0 o w frt t m n Y r• n to a a a 7 7 rt o & art'P. H. W rt N rt n rtn - 0rmwm(D z y ror rt m r� m° 0£ rt n r raf ta• OI O a' • i m rt n m N m rt a m a a 0 rt G r n£ a w H X H- 'o ry r. a'w w a:y F' N o a m N (DD N N Km' m rO P. m 1 rW Mw f* M rt H. H. amrtnnra� a'on a O (D m m m m N n a M m xrnmO1amr°n r� m rW rtaO rN a'M n a r* rt a m r. n w H. n a 0 K r m L0 0 rt rt< O G a n oroG a3 H.0 rtm Y.r a w a m rt M K• K H. rt H. n n 0 a a' Y- m V K M art, 91 5rtm wn F 010 w m n z N r 0< rt n G tT a 7' EmE 7 w 0 o m rt a w H. rt m O a N H K a K 7 d mrt 5 rt N M 7 N rt "(D H M :j mZ � mK n mF HM. 0 ae < < !4 m It"s a m m H. m a m a H. a r a�n B an n rn r•�oE N r H 0 0 w m OD W m rt K 0' M (ND °yy� m rt• 0 91 k H H m N R O N m H N Dw w rt n n a n a w k H. �Zm rwrw a3 rgrtm m m r- m N H. m a tr' a wo.Eart'Mro0- M ft (D t3, a co m m 3 a m Y 3 G1 b n b ^1 0 Z H H H W C C w a m H m m a' a ❑ ry n m a m a a w m E m R < H n P. n m a H. m n m n o n n n a o n n o r o n o a < r M b' (D rt w ro rt fD C rt ry rt K m w r P. rt m n r. Nma a 0 0(D0 rt o M F a y D 0 w O a a m Ore n n w 7 G H 01 7 N M as n r3 re•. e'< r°n r 3 5 m w a n r hl n a aK H m n O N M d e m H 0 3 'G C .'0 < tl In n A 0 z O H. 0 m a' m H. w O r N m ffDD w w Y< rt n K < n 4 c rnr Xgi 3n C4y S'C L) M N O Y N y r n m n O G m n m w a 6 Y H C m n m m rt r M n w r Cl K � C Y t7, rt m n rt 7 �1 LJ r l9 C H G� H z R 0 H n x • • Iro Icy Ix IY 13 0 nl' N� CITY OF )ORT SEACW L FEGUARD HEADQUARTERS CITY COUNCIL PAUL J.GRUI3ER MAYOR DONALD E. ELDER JAMES B. 5TODDARD P. DEE CODIG MRS, DOREEN MARSUALL AL FORGIT LINUSLEY PAP60NS Q.E. REED . H.L,HUI ?LBURT CHIEF LIFEGUARD, CITY MANAGER DORIUE 4. BELL E. F. GRANDY ARCHITECT CONTRACTJR 1965 9 /M 3" —_ 34 iVOTE G) 4-�-wa/E 15 ro 5,5 ,4zz BPGiVZE M.4rge14L -7- fat " A &Al 71-11GKNESS 1�. EDCaE T/� /GKNE55 � " .GET/<k5 ,4,4E Tb 6E 5192" R,415ED 7711C.01/ESY. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIFEGUARD 1- 64400UARTER5 PLAQUE' DRAWN A/M DATE 7- za - 65 APPROVED PUBLIC WORKS DIRCCM R.E. DRAWING N0. _: ' 3" 5�8 "LET7ER5 6'y8" swc/NG 3" —_ 34 iVOTE G) 4-�-wa/E 15 ro 5,5 ,4zz BPGiVZE M.4rge14L -7- fat " A &Al 71-11GKNESS 1�. EDCaE T/� /GKNE55 � " .GET/<k5 ,4,4E Tb 6E 5192" R,415ED 7711C.01/ESY. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIFEGUARD 1- 64400UARTER5 PLAQUE' DRAWN A/M DATE 7- za - 65 APPROVED PUBLIC WORKS DIRCCM R.E. DRAWING N0. _: ' 0 so CITY OF NEWPORT BEACH r PUBLIC WORKS DEPARTMENT CHANCE ORDER NUMOER: 3 r CONTRACT Q :'LIfEGUARD STATION AT NEWPORT PIER CONTRACT NUMBER 7+6 - -- - -- CONTRACTOR E. F. GRANDY DELETE THE SIGN MENTIONED IN SECTION T 4 OF THE SPECIAL PROVISIONS. THE AMOUNT OF PRICE REDUCTION DUE TO THIS CHANGE IS: #250.00. SIGNED: /�.LC �-�'' CONTRACTOR: E. F._Gr Y !ice ^i DATE � BY: i7 DATE: 6 August 1965 RECEIVED AUG 1'1 1965 PUBLIC WORKS U01L a ft CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CHANGE ORDER NUMBER: 3 CONTRACT LIFEGUARD STATION AT NEWPORT PIER CONTRACT NUMBER 946 CONTRACTOR E. F. GRANDY DELETE THE SIGN MENTIONED IN SECTION T 4 OF THE SPECIAL PROVISIONS. THE AMOUNT OF PRICE REDUCTION DUE TO THIS CHANGE IS: $250.00. SIGNED: /�' I �._- , ---��- ice• DATE CONTRACTOR: E. F Grandy BY: DATE: 6 August 1965 RECF I v E 9 AUG 1'11965 PUBLIC WOKNS DEPU 0 a CITY NEwPaRT BEAEH PUBLIC WORKS DEPAR1RIENT CHANOt ORDER NUNSER: 2 CONTRACT: /CIFfOUARD STATION AT NEWPORT PIER CONTRACT NUNiERl CONTRACTOR: E. F. GRANDT DECREASE THE WIDTH Of THE ACCESS ROAD FAVE14EW FROM 20 FEET TO 12 FEET. THE CENTERLIN£ OF THE 12 FOOT WIDTH SMALL SE THE SANE AS FOR THE 20 FOOT WIDTH AS ORIGINALLY SPECIFIED. DELETE THE AOORE- GATE SASE SHOULDERS ENTIRELY. THE COST REDUCTION DUE TO THIS CMANGC IS: 0200 SF AGGREGATE SASE * #0.06 $ 72.00 21040 SF ASPHALT CONCRETE 4 $0.75 I511,00 TOTAL REDUCTION ;m.00 SIGNED ✓ (J.il�y ✓` CONTRACTOR i' F. Grandy DATE �- /3—�r' By ,., DATE July 14, 196�'��._ uF v JitL 15 1965 PUBLiC VVOHhS GEPL ..� 1 t CITY Of NEWPORT KACH PUBLIC WOW DEP�PJWNT CHANGE ORDER NUMBER% 2 CONTRACT.. LIFEGUARD STATION AT NEWPORT PIER CONTRACT NuNBER% 946 CONTRACTOR% E. F. GRAWY DECREASE THE WIDTH OF THE ACCESS ROAD PAVEMENT FROM 20 FEET TO 12 FEET. THE CENTERLINE OF THE 12 FOOT WIDTH $MALL BE THE SAME AS FOR THE 20 FOOT WIDTH A$ ORIGINALLY SPECIFIED. DELETE THE AGGRE- GATE BASE SHOULDERS ENTIRELY. THE COST REDUCTION DUE TO THIS CHANGE IS% Ip20D SF AGGREGATE BASE 0 *0.06 $ 72.00 290140 5F ASPHALT CONCRETE lr' $0.75 1153.00 TOTAL REDUCTION $225.00 SIGNfo, —CONTRACTOR B. F. Grandy DATE 7 -l3 - <� _ By DATE July 140 1965 7-le SURVEY OF--C-L&U-! .9 . . . . . . . . . ... AT i-7 177' 4 -T -T 4 . . . . . . . . . . . t �4 4�1 T t ..... ..... fill I L1M21-LLJ-T- DORIUS & SELL A R C H I 'T E C T S 2712 EAST PACIFIC COAST HIGHWAY CORONA DEL MAR, CALIFORNIA • 676-1164 Mr. Don Elder, Councilman City.of Newport Beach Newport Beach, California Re: Lifeguard Headquarters Building Dear Councilman Elder: of Nov. 23, 1964 Our preliminary design of the Lifeguard Headquarters designates the use of concrete pilings to support the major portion of the building. The Uniform Building Code prescribes standards for the design of these pilings which are fairly conservative. These standards are used in the absence of any special soil testing on a specific site. The code also acknowledges bearing values resulting from soil testing and reporting by a recognized testing firm. It is our opinion that bearing values resulting from a specific soil 'test will not only insure adequate design, but will also re- sult in a more definitive solution that will save more in bidding and construction than the cost of the test. We are enclosing a proposal from the firm of Moore and Taber in the amount of $375.00. We ask that the council authorize the employment of this firm to make the tests and recommendations outlined in their proposal. Very truly yours, DORIUS AND BELL, AIA, � �CIZGCG Kermit Dorius, Architect KD /md h:�1Vcu��' pr TO, ,a P., f II —w —o M E M B E R S OF T H E A M E R I C A N I N S T I T U T E OF A R C H I T E C T S UK & TA B E R • gl�ee�s .7�eo1°o915fg PHONE (714) 525 -0242 • 1125 E. TRUSLOW AVE. FULLERTON, CALIF., 92631 November 20, 1964 Mr. Kermit Dorius Dorius and Bell, Architects 2712 East Coast Highway Corona Del Mar, California Subject: Foundation Investigation Newport Beach Life Guard Headquarters Building Dear Sir: In accordance with your request, we would like to present the following proposal to conduct a foundation investigation for the subject building, which will be located on the beach adjacent to the Newport Beach Pier. The foundation investigation under this proposal includes ex- ploration, soil testing, engineering analysis and report preparation. The exploratory phase will consist of one rotary boring at the building location and would be drilled to a depth sufficient to analyze the foundation materials for pile support. Undisturbed samples would be obtained from the boring and tested in the labora- tory for shear strength, density and other pertinent soil properties. An engineering analysis of the field and laboratory data would be made and presented in a written report giving specific recommendations for suitable foundation types, pile length and allowable load. The investigation outlined above could be performed for a total cost which is estimated to be approximately $375.00. We hope we can be of service in this work. Very 'truly yours, MOORE d TABER R. Moore RFWnb cc: Mr. Floyd Weaver t NORTNZRN CALIFORNIA OIIIO<!, • WCDT SACRAMKNTO FR 1 -8294 • BANTA ROOA . LI 2 -5280 DORIUS & SELL A R C H I T E C T S 2712 EAST PACIFIC COAST HIGHWAY CORONA DEL MAR, CALIFORNIA • 675.116. Mr. Don Elder, Councilman City-of Newport Beach Newport Beach, California Re: Lifeguard Headquarters Building Dear Councilman Eider: �d Ky4. ::. Nov. 23, 1964 Our preliminary design of the Lifeguard Headquarters designates the use of concrete pilings to support the major portion of the building. The Uniform Building Code prescribes standards for the design of these pilings which are fait'ly conservative. These standards are used in the absence of any special soil testing on a specific site. The code also acknowledges bearing values resulting from soil testing and reporting by a recognized testing firm. It is our opinion that bearing values resulting from a specific soil test will not only insure adequate design, but will also re- sult in a more definitive solution that will save more in bidding and construction than the cost of the test. We are enclosing a proposal from the firm of Moore and Taber in the amount of $375.00. We ask that the council authorize the employment of this firm to make the tests and recommendations outlined in their proposal. Very truly yours , m DORIUS AND BELL,AIA, Kermit Dorius, Architect K / 6 D M E M B E R S OF T H E A M E R I C A N I N S T I T U T E OF A R C H I T E C T S f 0 M00RE & TAOER ' (nylneo­ r1l • ;o log isfs PHONE (711) 325-0412 • 1173 6 TRUSLO`R AVG. . FULLERTON, CAUFn 97x31. `November 20, 1964 Mr. Kermit Dorius Dorius and Bell, Architects 2712 East Coast Highway Corona Del Mar, California Subject: Foundation Investigation Newport Beach Life Guard Headquarters Building Dear Sir: In accordance with your request, we would like to present the following proposal to conduct a foundation investigation for the subject building, which will be located on the beach adjacent to the Newport Beach Pier. The foundation investigation under this proposal includes ex- ploration, soil testing, engineering analysis and report preparation. The exploratory phase will consist of one rotary boring at the building location and would be drilled to a depth sufficient to analyze the foundation materials for pile support. Undisturbed samples would be obtained from the boring and tested in the labora- tory for shear strength, density and other pertinent soil properties. An engineering analysis of the field and laboratory data would be made and presented in a written report giving specific recommendations for suitable foundation types, pile length and allowable load. The investigation outlined above could be perforated for a total cost which is estimated to be approximately $375.00. We hope we can be of service in this work. Very truly yours, MOORE & TABER I . F. Moore RFM/nb cc: Mr. Floyd Weaver No1.TN[11N CA VONN1A OIPIO/s, ♦, W99TT BAOR"CNTO RR 118234 ♦ BANTA ROM : -!; ..1.1 Q.a2ao.;- :;`.., . - fa N�L,IC MOIN�' NovcwcR 23, 19611 C ITY ATTORNEY PUDLIc MORRs DIRECTOR EXCLUSION OF LIFEGUARD STATION NO. 1 FROM FIRE ZONE NO. I ATTACMCO ARE THE SKETCN ANC DCSCRI►TION REgUIRCO TO ANEW SECTION I010, FIRE ZONE Me. I, 00 AS TO EXCLUDE Tut LIFEONARD STATION SITE FROM IRE ZONE NO. 1. PLEASE ►RE►ARE THE NECESSARY DOCUMENTS FOR COUNCIL ACTION. ALso, IT VILL at NtctssARY TO ANEND DIsTRICTI1os MAP N0. 9 TO a-asN[ rill sift IRON R-I TO Call. SECTION 3102, FIRE Zen No. 2, OT1111KATE0 TNAT ALL REAL ►ROKRTY VNICN ID IN C.N DISTRICT SMALL SE IN FIRg ZONE N0. 2. TNt ORETCN AND DESCRIPTION ARE K IMO FORVANIOtO TO THE CMICF LIFEOIAND FOR PLANNING COMMON AND COUNCIL ACTION. as ►N T. DEVI. INN JTDiMA:u z F CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT DESCRIPTION FORM PROJECT LIFEGUARD STATION NO. I PARCEL N0. LOCATION OCEAN FRONT AT NEWPORT OCEAN PIER REF. DWG- PURPOSE AMEND SECT, 3101 FIRE ZONE NO. ONE) DATE ! PREPARED A.I.M. CHECKED M. J. A. PROOFED Z-3 � I EXCEPT THAT PORTION THEREOF INCLUDED WITHIN A STRIP OF LAND 250 FEET IN WIDTH, THE NORTHEASTERLY LINE OF SAID 250 FOOT STRIP BEING 20 FEET SOUTHWESTERLY MEASURED AT RIGHT ANGLES FROM THE FOLLOWING DESCRIBED LINE BEGINNING AT THE MOST WESTERLY CORNER OF BLOCK 20 AS SHOWN ON THE MAP OF FIRST ADDITION TO NEWPORT BEACH RECORDED IN BLOCK 3, PAGE 27 OF MISCELLANEOUS MAPS RECORDS OF ORANGE COUNTY, CALIFORNIA; THENCE' SOUTHEASTERLY ALONG THE SOUTHWESTERLY LINE OF SAID BLOCK 20 AND ITS PROLONGATION TO THE MOST WESTERLY CORNER OF BLOCK 19 OF SAID MAP OF FIRST ADDITION TO NEWPORT BEACH. f j g� 121(9 U I LU LU t �w A d • ei_: n VIN Q — Q� QO O t AV =. COURT / BLK. 20 !NC Y COR. BL K. ?O O C ELI Aj EXCE�TiOn/ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT F /,cam zc��v NQ- DRAWN DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. - DRAWING NO. • R1_K. !9 y By l9 yycy coR• � r" DRAWN DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. - DRAWING NO. • I HOV36 IkJOd#3N J- A110 1 ,,. I 1IT�1I I � { ;I~ - glifil' i 1 1{ I Y , I rs�i �� "•t�l � � �I i -Ail isu3!8vnoov3H o8vm3ziIl ..•,' IL 4 a �: ..Ka Noaaa laoaxaN.�o A119 Nald aooia Asula � 1 u ? � N f� O e1 ♦ Q J u o I e N w 0 a i:�t '�• ::l..s 'Mr.• � •. ]I�/ai'+:���a1•a'�iF.,v.i'i�' -" _ ' - �i'ia;�'is:J -� °:;h:>� 3... x`J� i. s8318vn00V3VI a-dvnD3.ill NOV39 lblOdtA3N 10 A113 . I NV-ld HdOl Z < as 0 0 Z x CITY OF NEWPORT BEACH L I F E Q U A R D H E A D Q U A R T E R S B U I L D I N G PRELIMINARY PHASE D O R T US A N D B E L L A R C H I T E C T S A I A I:. r► "� 1 i -t�w A O U z a n Q" QO O A couRr _,--�✓ 5BL . 20 - n° OCEAN EXCeT 7TiCN CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED 7 Zo,{ ` / PUBLIC WORKS DIRECTOR _ ice/ 16 ^�/Y /o / R. E. NO. DRAWING NO. y 61K !9 r CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED 7 Zo,{ ` / PUBLIC WORKS DIRECTOR _ ice/ 16 ^�/Y /o / R. E. NO. DRAWING NO. 81 AMLT.S"TA Include all ilasa�tng r+rtqutted fir lraterti9ht.- r3c except. 0-0 re- qui red for rooflno aPRi tcation.. _ Ii as`t tde !t ts:r scce s anri touvere .not a part of hitting and .1*tgtTlik -ling 'Ina ilk . gutters, doxnsp IVU, etc. moul-. 2+4 go. $. -+ - ►!'efr. other lee tiadlcatev.` 9. R� Include complete rooffng pt 941-l3t►reee in wttertlpht faaj4 #:pas,•.. Furhfsh and €natall..eti':ilti.alt cmnatc ;ten W-FU thl rlley� Roof Appttcatians +t dsefd of Imo# felt, .hoY mopped os�re4at, flood coat and ceatart1i rock surrAcing. n }ire a pticattisse shall be In accordance d't th spectf I sett gees for , jreraraboad- able roof. I4. _ LATH Include all exterior ttuec_at tgtorIcr pi grounds isthinp, ��3si of building u etc. for ding to dlaater'ing of extee 'Or and- Interior., fi ish,, epr according to Chapter 4 USO. Color coat` eztehiiir finish,, e�:ray applied. Include .setting bed,.floori-eoye baser x3li tt`l land approprtat :. trte tt shower rdeas and ur8�rtrl at tarn. ore r. dr .iaige; ..: leaterpro ®f fs'eii,tzai.,i joQnts.. Tile aha'lt be natural' ctay.'tyllf. �+oe;aL ti le of " Itr and pattern selected» 4ceramtc tit xE €I be used cnty in the event. terrazzo to el'i�ioatea.j. 12, A.M. Include underbed, not&I''Be' d etc.. of terrazzo fla"Ore, a baVeea4d 114414 cnd 061 tot let sect trot old areas on first ftooi ttatdtatrt prrsp# t.. drRlnage. inetall non ai'Ip materrla€ try floor ftniah; . 13. AiS'i+ P ^.T frsy ely tt'it ; (.i ', IIfca�#tvd In ludt i •���u 3* ::1'w v i9 Qiqu :i�.• 3FlQ 31' 1�`.od st if- pim-1. X 1E` "," L am: M�er the ever 2" xX k 15. FINI24 GA1$ SN21 €nr.lude. all ftnislt carpentry items such as framee, doors, *gd4i each, trim, base, cablPet work and tnstellstfon Of flnith htrQ sure. a. 4oa. ^e esd Uinggia Interior Doors: f ale- HIC Mo soma€ face Exterior Doorss 1'3/4 SC Patnt grade birch & 1. If/4" solid frame W %91189 Insert Wood Awning Win'dow6t Anderson Cabinet* Cabinet& constrbcted In arccor4anc4 Wilth lit 1_1work Inatitit* "Standard Grade %_ flual� _cuaa,�r�ctloa.. tarlal shaL.i. ba,. birch with natural fI�Mfslii: b. MI i faror'h Exterior- Trim: A grade redwood €nterior. Trust White olne or douglsa f:fr i rasreat Finger Joint pine 15. GLASS &N0 GLAZING include at job set si:ndow 9.1 -i'O gig, fixed glees anal mirrar*j, Obaervatioss glass: �" Untaadplatt# sited ass ra4vfi svl NFisdos.:glass: B" glazing gtlalityri si'Zeti AZ#`e+lt(ifRd 19`fi `SF3w 41.* .. vt.i%wv Include complete supply and InstaffatIoft of all flooring materials ircicding required trim, etc. Vinyl Asbestos Tiles " by 97`:k i.'914t11ttndv Grade �s�0..9a.(fg "} Underlayment ".Plywood Tcpset basset #" rubber 18. F IN M-1 HARDWARE 2 t a r v d as - 4 M� .w i 11 �� r �. i% � ii s, c �' "e a l e p '�� i. '{' i� bw �� k �` ; Z; h e d ty l e % @`e `ty krr:: *tc-,- Includt ill fi �e.i? °sCriCBg r„ R� Platert e* a. »z� re63LSirt'4< "r'Wde : -St £sdecs; M-StOv --fel AMC lsa.^r to Paint ent ".re -:, INTERIOR WALLS � prtmer C04 coat.,; bate DOOR$ & - 71RI m i Dittmar coat ._ -60* a cant ,— t'i0at8 t3i2t "c use. .. UTERI*. 8tuca ."Jett Wood 'cOAt*. t:eatifq body: ... psl�� a�aiA Metal I coat iatl y.4-•~ f .altr r• q4iis to 1, < Laminatest # t'asti i:',. edli! tsatnaieti �Ia fa top* ii'eatherstrt. 'X/41* p,iY�1�d. 14 P A$ aii ex#asPt r Basra, fat erioekt G.: .Garace iloursii "ae.. onai__oYeehead 041 icP cti: iasa! tract, ` ciAalA ?::... >... ' - •, e* L d *. pftteea �faBt:iG..dsa?�' 3Ci a�•f�E9tlsia . .. t. ..,.- f. 1`Attet aariit[ria :Cd.°l:t.ariated Piaali'!0 �tnat cl-ean4jo, fir► argp.t: iknd OAdowe araehille:. ` #ds.. rakad, : � Ifs • ''.�,.: . include cwraatei topopt ; :,d #.:t�ata��i�tton of p6.u�inb aYateaia:' ;� to satte'ry ai.i zp, plt�ea.iitc �Godes lowei,�1It:a :mxate and �' s ,: sa et st€?p i:y, water heatfii, and ri �s >�` and tnspeet1cnk. �. ' fbsts n Cid pap 2`or PltimHn' arc tts`t. }4yw /Very «.y, I ti V. li VSi� � K a21Dr - S t Pty; : � �• �ifi ., . Putt E.:thz Kohler K 12545`A Fft, ar �-alna ^et Fla. 22M Water Heater Day and Night Jetglas Jupetsr shvwera Login 19140.8 waste l.lnls: extra Heavy cost Icon Vent Unesa Schedule 40 Galvanized steel **ter Lines.a TvPa rK" copper Etas .pipes $lack. ROO, Include forced air ,itsitF, duct "rk,, 'get le'es and registers requ#red.for complete hettira s"yat .as:h4loated. Furam a ^a!1 be equal to Is} atn"l. ?,l hL mod el .125 IM -14. Install sx -... .'• ' heust fans on roof to �r�v��e f�rc�d t�sstiist'err�s tea Cast -ousicatf6*s: roam and In tol let *,nd `locker , ra�as.s 22, �� ECTRICN. Include complete layout and instdlatlen o,' ffilectrical system,, telephone, rough —in and prew'lrIng for couataatlons system, grew, ^der,gp etc,{{. All work sh6.g l he instrict accordance with a.pplicaljie i.`cd;s3 and Ordirance -S, a. Mater? '..so Conduits Standard rigid steel, hot dipped., galvanlred. Condail^t° ftttinget Galvanized Wire and Csb l e t Type, THO 600V f nsulatta Bet'il.ce Eqsii.pment;e as indicated can. diRawf4as Ligts "ti:hq Square p NQO ` .Par**lsi; TlInt. OlacUtt Tork aq' lndfcsted on draeein s Witches god. autletes: Bryant, 4900 and 52 b, Fixtu. est - Incar :deacentt recessed Fioures'vent< Surfeca mounted, BUILDING PERMITS lam. 0AMETS CARP--r4 TRY-.R=% �� •. .. RAMC ?'ILA CLEAN U? C{} C E E - BUILDING, 606 - poo23 - GARA!E • DOORPR - TOILET ENCLOSW. iiOf S - WOOD FRAM 383 5. €LEC'1'RICAS. FLOOR NG - DECKING 72t3„ .. . +�wr�.y..ra..aY.. . FLOORING _ r• FLV4Y. S 'e tERR4ZZO GLASS - GLAZING r VtjolVo AiQo EXCAVATION x" d 1iflWRRlI - r CAN: ' RRRr FF€E FIN184 , 12M i4r- AT I MG Tl �)b uNS. ' [mss! }•esY £-yi �'kr OORIUS AND BELL AIA ARCHITECTS 2712 East Pacific Coast Hwy Corona del Mar, California ADDENDUM NUMSER 1 January 29, 1965 to plans & specifications for LIFEGUARD HEADQUARTERS BUILDING City of Newport Beach, California 1. F2M Z PROPC A : a, Separate Bid # 6 to divided into two ans °pt to separately price concrete and asphalt paving In the parking area. In either case, the access road shall be asphalt paving. b. Unit Price #6 (price per square foot for finished concrete paving) shall be for 4° th ek concrete paving. 2. 3_FEjj1j l' � shelves in display case in Room 200 ahal a se ec ra or natural finish. 3. 8CSIZON P 2LAgj AAN,D W ZINS: Glass for display ase doors Room , shall e polished plate and shall be furnished & Installed by Finish Hardware supplier. Finish Hardware supplier shall also furnish all mirrors. 4. SECTION HAR AR s The cabinet manufacturer shall furs s an ns a s own working hardware such as hinges and • catches. Sliding track and lock for display case, shelf stand- ards and brackets and cabinet pulls shall be supplied under this Sec. 5. si QN M So A US MS AGGR GA A A : Remove only the portion of ex atTng concrez s in conflict with installation of new work. 6 S' Tom„�! P u : The floor drain in Toilet Room 105 snail e held 2 - rom the plumbing wall avoid an addition- al vent stack per Newport Beach Plumbing Co h. . 7. 3C N C CA 8upp{y and install only conduit and out a oxen or n excommunication system. Install pull wire In all empty conduit. 8. Job access for material delivery may be obtained by way of e pier providing the use is limited, the pier is not blocked and normal safety precautions are observed. It is sug- gested, however, that the ramp and aggregate base for the access road be installed at the outset to provide required access% (NOTE: The access road is listed as part of a Separate Bid Item for budget purposes only. It is intended that this work will be Included as a part of the general construction contract). e 0 S P E C I F I C A T I O N S LIFEGUARD HEADQUARTERS BUILDING City of Newport Beach CONTRACT NO. 946 0 DORIUS & BELL AIA ARCHITECTS 2712 East Pacific Coast Iiwy. Corona del Mar, California -1 1 SPECIFICATION INDEX r SECTION CONTENTS PAGES NOTICE OF INVITING BIDS 3 only INSTRUCTIONS TO BIDDERS 1 thru 4 FORM OF PROPOSAL (two copies) 1 thru 6 BIDDERS BOND 1 only STATEMENT OF FINANCIAL RESPONSIBILITY 1 only NON - COLLUSION AFFIDAVIT 1 only DESIGNATION OF SUB- CONTRACTORS 1 only CONTRACT 1 thru 2 LABOR AND MATERIAL BOND 1 thru 2 PERFORMANCE BOND 1 thru 2 A GENERAL CONDITIONS Al only AA SPECIAL CONDITIONS AA1 thru AA2 B PRELIMINARY B1 only C EARTHWORK C1 only D CONCRETE D1 thru D3 DD PILINGS DD1 only E MASONRY El thru E2 F CAULKING F1 only G STRUCTURAL STEEL G1 only H ROUGH CARPENTRY lit thru H2 I SHEET METAL 11 only 3 K ROOFING LATHING & PLASTERING 31 only K1 only L CERAMIC TILE L1 only LL TERRAZZO LL1 thru LL2 M INSULATION M1 only N FINISH CARPENTRY & MILLWORK N1 only 0 WINDOW UNITS 01 only P GLASS & GLAZING P1 only Q FLOOR COVERING Q1 only R FINISH HARDWARE R1 thru R5 S PAINTING 31 thru S2 T MISCELLANEOUS ITEMS T1 thru T2 U PLUMBING U1 thru U4 V HEATING & k'ENTILATING V1 thru V2 W ELECTRICAL W1 thru W4 Z CLEAN-UP Z1 only . CITY OF NEWPORT BEACH, CALIFORNIA NOTICE OF INVITING BIDS SEALED PROPOSALS will be received at the office of the City Clerk, City :Tall, Newport Beach, California, up to, but not later than, lO.GY�,Q.�JT�/ { l�E� x /9(0 $ T� at wbicb ti.xo they will be publicly opened and read, for performing work as follows: CONSTRUCTION OF LIPLGUARD HEADQUARTER$ BUILDING NO BID will be reeeivod unless it is made on a proposal fora as bound in the specifications. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Newport Beach, for an, amount equal to at least 10 percent of the amount bid, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and is set forth in Resolution No. 5198. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. All bids are to be compared on the basis of the Architect's estimate of the quantities of work to be done. No bid will be accepted from a Contractor wbo is not licensed in accordance with the provisions of Chapter 9, Division 111 of Business and Profesuiona Code. Flans and Specifica.tioris, forms of Proposals, bonds, and con-- tract may be obtained at the o3'fico -of Darius & Bell AIA, Architects, 2 ?12 M. Coast Highway, Corona Del Mar, California, and wilt be available for examination at the Public Works Department, City Ball, Newport Leach, California. A deposit of '25.00 will be required for each set of plans and specifications. The deposit will be returned only upon return . of the documents complete and in good condition within five days after the bid opening. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. Dated: CITY OF NEWPORT BEACH, CALIFORNIA MARGERY SCHROUDER, City Clerk. J I INSTRUCTIONS TO BIDDERS ART. 1. ISSUANCE AND RETURN OF PLANS: A. Plans and specifications will be issued only to responsible intending bidders. B. Application may be made at the office of Dorius & Bell AIf, Architects, 2712 E. Coast highway, Corona._Del Mar, California. C. A deposit of Twenty Five Dollars ($25.00) will be required for each set issued. Two sets to be issued to general con- tractors only, The deposit will be refunded only upon re- turn of the documents complete and in good condition within five days after the bid opening. ART. 2. SUBMISSION OIL BIDS; A. Proposals to be considered must be made on the blank form. of Proposal attached, which shall be removed from these specifications, filled in and enclosed in a sealed envelope. B. The City Council of the City of Newport Beach, California will receive, at the Office of the City Cler, City Ball, • in said City, up to, but not later than we sealed proposals for the award of contract for the Liiegfxard Headquarters Building. , M ART. 3. BID BOND DEPOSIT: A. Each bid must be accompanied by a certified or easiiier °s check payable to the Owner, or satisfactory Did Bond in favor of the Owner, executed by tbo bidder as principal a.ad a satisfactory surety company as surety, in an amount not less than ten percent (10%) of the Base Bid. ART, 4. POST BID PROCEDURE, A. Deposits of the loW three or more bidders, the number being set at the disc.etion of the Owner, will be held until after axecuti.o:i of" the Contract, at which time these de -- posits will be retlzrned, All other deposits will be re • r{ tmrned after the consideration of the bids. Oontraeto.r ri cannot witbdraw :His bid for a period of thirty (30) days following the date of submission of bida�. B. Upon the award of the contract, the bidder to whom the award is made will be notified. He shall, within ten (10) days (not including Sundays) from the date of such notification execute one agreement. INSTRUCTIONS TO BIDDERS -.1 J In the event the bidder to whom the award is made fails or .refuses to execute the contract within the time limit above specified; the Owner may declare the bidder's deposit forfeited as damages caused by the failure of the bidder enter into the contract, and may award the wore, -c any other bidder or bidders, or may call for new bias.. a ART.. 5., GENERAL REQUIREMENTS* A- Before submitting any proposal each bidder shall examine. the Contract Documents in order that he may be fully in- formed as to the materials, labor and wo.rkmansbi,p required and the conditions under which they must be furnished and pieced, B , After executing the agreemetit, no consideration will be el9ven to any claim of misunderstanding of the Contract l.locwncuts_ No one. is authnr.i..ed to amend any of these documents in any :,ray by an oral statement, nor to make any represer,tati.au or intcrr retati.on in conflict with their prov, +,s:i.ons, Supplementary I:nfcrmation, If necessary7 will be mailed to addenda form simultaneously to all bidders ART, b, EX.AMINATT.ON Or THE SI'Z'E. A.. Bidders shall visit and carefully examine the site of the proposed work and acquaint tbemselves with the conditions undei wbi.ch the work will be performed and the nature and extent of work involved, B, In the event that any conflict is discovered between the actual conditions existing on the site and the conditions described or indicated on drawings or in specifications, the bidder shall call such conflict to the attention of the Architect and request clarification before his proposal is submitted, Otherwise, it will be assumed that the premises have been thoroughly examined and found to be acceptably described, In such event, it will be the rooponsibility of the Contractor to produce the finished result indicated an drawings and specified herein without claim for extra costs. ART, 7, DISCREPANCIES; Should a discrepancy exist or the d.rawingrs or .n tile speci fi.catiors or betvoen the drawings and specifications as to materials and. methods of construction, the Contractor shall call_ the discrepancy to the attention of the Architect for clarification. If the discrepancy is not covered by an Ftddendum or written directive based on such clarification, t):e Contractor shall include in his bid materials and met-hodsiof construction resulting in the higher cost, INSTRUCTIONS TO BIDDERS 2 0 • ART. S. RESERVATION OF RIGHTSs A. The Owner reserves the right to reject any or all proposals, to accept other than the lowest proposal, to effect any combination of proposals, and to waive any informality in any proposal. B. The Owner reserves the right to have performed the entire amount of work indicated by the drawings and specifications. or such part or parts of the work as he may elect. C. Proposals may be rejected if they contain irregularities. ART. 9. PROPOSALS: A. Proposal must be for the complete work of contract as de- scribed in the Contract Documents. In order to be considered . each proposal must be accompanied by each of the forms bound herein, completely filled in, as follows: (1) Bidders Bond. (2) Statement of Financial Responsibility. (3) Non Collusion Affidavit. (4) Designation of Subcontractors. B. various unit prices as listed in the Form of Proposal are required for use in computing additions to or deductions from the principal sum in case of changes. The details of these items are explained in the Form of Proposal and in the specifications. C. Each bidder shall include all costs of maintaining insurance complying with the provisions of Division A, General Conditions of the Contract. D. The Owner shall require of the selected Contractor the Performance Bond (in the sum of fifty (504A) percent of the contract price) and the Labor and Materials Bond (in the sum o. fifty (50f) percent of the contract price) as described in the General Conditions, The contractor shall include costs for bonds in his proposal and the form of the bonds shall be the same as those bound in these Specifications. E. Each portion of the work shall be performed by an organiza- tion equipped and experienced to do work in the particular field., and no portion of the work shall be reserved by the Contractor to himself unless he is so equipped and experienced. Each proposal must include a complete list naming the subcontractor proposed for every portion of the work. INSTRUCTIONS TO BIDDERS - 3 F, The proposal must be bidder and his addrei of the firm with the a corporation, by an name, and having the signed with the full name of the aa; if a co- partnership; by a member name and address of each member; if officer thereof in the corporate corporate seal affixed. G. If the Contractor is unable for any reason to offer a bid on the work as specified, or if he desires to make a substitution for any work shown or specified which may list the substitutions on space provided in the Dorm of Proposal. He shall indicate additions to or deductions from the base bid which the Owner may make if the sub- stitution is accepted. The Owner reserves the right to base his selection of a Contractor exclusively on the base bid presented, or on the combination of the base bid and the acceptance of any substitutions or separate bide. H. If bidders wish to submit any item for approval as equal to that specified, such submission shall be made in W3Hltlpg to the Architect as described in the General Conditions. ri I. Proposals will be received only as listed in the Form of Proposal. J. See the General Conditions and Special Conditions for Construction Time and Liquidated Damages. • 9 INSTRUCTIONS TO BIDDERS 4 • FIRM N.'09 A DDI S.9 P.o. Box 56 E. w. 15�r") cosT FORM OF PROPOSAL for tbe INK"OTORT Sj'ACIi LIFEGUARD ll!iADQ).UAIITl,,RS A 3icwpc%j,t tioacb, Callfornia v V,(,,VJlU,;z &- TIIFLI, AIA L. Coasit 17ighway. corouo., Del M '065 FEBRUARY ft!%w oopy Ln bz,- lil.led in and submitted —i bi.l. 1:11c otli�r .for your- files.) FOUM OF FR6,PQSAL II ' To: Honorable City Council City of Newport Beach, California The undersigned, after having carefully read and details, drawings and specifications, and having premises and the conditions under which the work formed, hereby agrees to furnish all of the labor necessary for the GENERAL CONSTRUCTION WORK examined the examined the Is to be per- and and materials of the LIFEGUARD HEADQUARTERS, Newport Beach, California, quoted on below, for the sum there indicated and hereby agrees to ccnplate the entire work within 150 consecutive calendar days. BASE BID: INCLUDING ALL WORK SHOWN ON THE DRAWINGS AND SPECIFIED HEREIN, BUT EXCLUDING SEPARATE BIDS LISTED BELOW: ($ 55,434.00 ) SEPARATE BID # 1: State the additive separate price for cabinet work indicated in the Communications Room Number 205. ADD (9 700.00 ) • SEPARATE BID # 2t State the additive separate price for all other cabinet work indicated ADD (S 924 . oo ) SEPARATE BID # 3: State the additive separate price for installing terrazzo floor & base in lieu of concrete in Locker Room 103. Toilet Room 105 and First Aid Room 106 and in lieu of ceramic tile in Shower Room 104. $ 100.00 SEPARATE BID # 4: State the additive separate price for including The prefabricated unit kitchen in Squad Room 107. ADD ($ 676.00 ) SEPARATE BID # 5: State the additive separate price for including sewer and water service connections between building and city lines as indicated on the Site Plan. ADD ( .1 t 690.00 Is FORM OF PROPOSAL - 2 E. F. GRANDY SEPARATE BID,;: STATE the additive separ:,te prices for exter- +'- for paving of parking area and service drive, for low block wall ' at parking area and for dry well. 1 a, Prise utili.ing concrete parking area: ADD {x�4,i94.00 Y) r,. P.riCe Utilizing asphalt paved parking area: i ADD -._ -__..- _ {� 3,465.00 • CO'%iTRAC' OR CANNOT WITHDRAW iilS BID FUR A PERI0D OF THIRTY { j0) DAYS FOLc.OWT IG TILL" DATii Or OPENING Or MD6, "OHM OF PROPOSAL. F. 3 E. F. GRANDY s +� • E UNIT PRICES. When and where applic;,bl.e, the following prices may be used in .making c:ianges and /or adjustments during the cou,�•se of !tie worlc,. A single unit Brice shall be urged whether for, addition or omi_ssior, of work. UNIT PRICE= 1. Price der ew'aic yard fqx- general excavation work, including necessary shoring and cribbing will be: a: To 3 ^0" below existing grade.—,,— . b.: Between 310" and 7 10" below existing grade:. 2., Price per cu. yd. .Cur concrete in place, inc;_ud- ing for— reinforced will be..,:...,.....,.... 3. Price jje_z• pounce fur reinforcing steel in place will be...., 4. Price per sc�_uare Yard for two coats of interior Paint as specified will be.,,... .... .... ......... 5. Price k.er square �f000t for asphalt concrete paving, :- ncluding rock base course specified will be, ....... ................. .. $ 4.00 $ 10.00 $� 40.00 - 0. 15 $ 1.00 $ 0.20 6_ Price per square foot f�,r fLnlsbed concrete paving in place will be...._....o.,, .......... ., $ 0.45 7; Price per lineal foot of 24" high concrete block wall including footing will be,..,... .,.......,., $ $•50 {5RM OP .PTtUI'USAi, E. F. GRANDY UL rini.j.4b, the w-rk as shown and ss sueeiii—i • for tisu t-L the Owner elec;-. offered by the Gjntr2ctor for items spc,�fied or shown. Min following sums will he added or deducted firm the Base Yji,d as indicated: ADD DEDUCT ADDENIMI-VI : `x("CeJpt of tbrc fo.11-owitir addenda to the ':ovtrzjct Documents is a d"k -n OW le ek j, e Li" Addendum ONE )A'rE Addendum No- 11,\TE Addendum No, Addendum No, • DATE__ DAT'-'. E. F. GRANDY E . 7 • • The undersigned further agrees that. in eaeo of defa.u.lt in oxeeuting the required contract with nec.oes;:cry T:onds wit„in t:an _,()Ot days after ba. - -g aceived,potice th.,t the , a• i a as SfoT signature, the kirocetds ofL the check or bout+ accomp�c r . t:.i- ; bid shall become tll prnporty of ti-to. M..ty •af Nc%port B,-...:- _i'... Lincensed in aecorda:,-cv ,iitb tAte Statutes of the r,e .. of California providing for t;:., c •: .,a a hi zc .on o Coxitractc No, 51821 B -1, SA The undersigned has checked ca.vcfully all of the aozev(; fig-!re, _ and understands that the City wi1.1. net be responsible for Zriy error'.. or omissions on the pars; o_' rho, undersigned in making up this bt.d,. -. Accompanying this is BIDDERS BOND_ (Cash, Certified Check, C- asu:.erl.. ^brick or Bond) In an amount not less than ten (10%) pez ct:nt of the to ,aj bi -d ro �541 6725 Phone No, FEBRUARY 3, 1965 I?a Le P.O. BOXCOSTA MESA Y Bidders Address EE F. G_RANDY_.... Bidd- r" k Name E. F. GRANDY Fined Siar Authori -ed Signature Seal. „- (728 —B W. 19TH ST.) INDIVIDUAL Type of Organization (individual, Co :,porati_on, Coparta :arahlp) List below names of president, Secretary. T'reasu;er and ?4anager If a corporation, and names of all copiirtners if a copartncrshi.p� 11 • FOR ORIGINAL SEE CITY CLERK'S OFFICE BIDDER °S BOND TO ACCOMPANY PROPOSAL KNOB ALL MEN BY THESE PRESENTS, That we, E. F. GRANDY , as Principal, and HARTFORD ACCIDENT AND INDEMNITY COMPANY , as Surety, are held and firmly bound unto the CITY OF NEWPORT BEACH, California, in the sum of TEN PERCENT (10%) OF THE 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 TIIE FORGOING OBLIGATION IS SUCH, That if the proposal of the above bounden, principal for the construction of Lifeguard Headquarters Building in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construction and shall execute and deliver ..._..«, the two (2) bonds described in the "Notice inviting Bids" within ten (10) days (not including Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for ekecution, then this obligation shall become null and void= therefore, otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said city, IN WITNESS WHEREOF. we hereunto set our bands and seals this 22ND day of JANUARY 1965, Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) By Title /S/ E. F. GRANDY Principal Surety Page 1 of 1 v. BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECINICAL ABILITY AND EXPERIENCE (The bidder is required to state what work of a similar character to that included in the proposed contract be has successfully per- formed and give reference which will enable the City Council to judge of his, responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial responsibility. The undersigned submits below a statement of the work of a similar character to that included in the proposed contract which he has successfully performed. WE ARE PREQU ALIFIED WITH THE STATE OF CALIFORNIA TO PERFORM WORK II N EXCESS OF ONE - QUARTER MILLION DOLLARS. (REQUIREMENT FOR PREQUALIF- [CATION INCLUDES FINANCIAL STATEMENT (PREPARED BY CERTIFIED ACCOUNTANT). EXPERIENCE STATEMENT, AND FINANCIAL RESPONSIBILITY .mow • Signed /S/ E. F. GRANDY Page I of I C] NON COLLUSION AFFIDAVIT sg.snta or reprosensas . as pr aaent a� tre _.a .:f f___ng ;r,_s mid, a1r..y duly sworn on their oaths say, zzsazl thsy yor any of tLikae, have in any way, directly or 1- adirectly, entered into any arrangement or agreement with any otter b3,lder, or with any public officer of such CITY OF NE PORT nZ..011 wbezaby euch 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 anyth -S of value whatever, or such affiant or affiants or either of them has not directly or indirectly entered into any arrange- ment 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 inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to ary person whomsoever to influence the acceptance of the said bid or & ard.ing of the contract, nor has this bidder any agreement .or underetanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds cf the contracts sought by this bid, • /51 E. F. GRANDY Subscribed and sworn to before me by E. F. GRANDY this _ 3RD day of FEBRUARY , 1965. My Commission expires: 2/23/68 /S/ DOROTHY W. BUTLER DOROTHY W. BUTLER Notaf'y Pttbli Page 1 of 1 11 ..-% I .9 DESIC3NATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub•bids of the following listed contractors in making up his bid and that the sub- contractors listed will be used for the work for.which they bid, subject to the approval of the City Engineer, and in accordance with the applicable previsions of the specifications. No change may be made In these sub - contractors except upon the prior approval of the City Council of the City of Newport Beach. Item of Work Sub-Contractbr Address 1. PILING TRAUTWEIN BROS. NEWPORT BEACH 2, CONCRETE & CEMENT WAYNE & ASSOC. COSTA MESA 3, REBAR RODBUSTERS SANTA ANA 4, MASONRY MILLEVILLE ANAHEIM 5, MISC IRON & STEEL JUNIOR STEEL LOS ANGELES {, HARDWARE L. A. HARDWARE Los ANGELES • 7 ROOFING VANCE ROOF COSTA MESA $,DECKING ORANGE COUNTY ROOF SANTA ANA 9, SHEET METAL ENGINEERS ANAHEIM 1O. LATH & PLASTER ZENITH GARDEN GROVE I!. CERAMIC TILE DEL MANGELS COSTA MESA Nr.+. 12. RESILIENT FLOOR UNITED FLOORS NORWALK .,. I 13, GLASS & GLAZE ARROW GLASS SANTA ANA 14, PRIME & PAINT HALLMARK ORANGE 15 ..ACOUSTICAL CEILING PERMA SEAL SANTA ANA E. F. GRANDY Bidder's Name . /S/ E. F. GRANDY 1 Authorized Signature I• INDIVIDUAL P. 0. BOX 6 COSTA MESA CALIF. • Type .of Organization dress (individual Copartnership or Corporation) t .rte .:: .:: . ... ..... '� _ .. DESIGNATION OF SUB - CONTRACTORS (CONT'D) 1 " ITEM OF WORK .. SU842MTRR4C- OR' .:...' 1ADDRESS .1 16. METAL TOILET, PARTITIONS - „H &NRi SIP. EC. tLA HABRA 17. GARAC) DOORS' _ Los ANGELES ..15. PLUMBING BREDEHOFT" _ '- SANTA'ANA 19. HEATING KINNEY AIR- CoNq.,Co.' '. ANAHEIM 20. ELECTRICAL BEco ELECT. SANTA ANA 21. CABINETS FULLERTON CAB. WORKS- ' 22. TERRAZZO RAIN BOW. INC. " RIVERSIDE ..... ti..: wa -36 - Y y 4 C O N T R A C T a: THIS AGREEMENT, made and entered into this i�* day of. 1965 by and between the CITY OF NMPORT BEACH, California, hereinafter designated as the City, party of the first part, and E. F. GRANDY AN INDIVIDUAL hereinafter designated as the Contractor, party of the second part. : That the parties hereto do mutually agree as follows: t. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furn.i..h all materials and labor for the construction of LIFEGUARD HEADQUARTEIC BUILDING, NEHP.OIiT BEACH, CALIFORNIA and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications there- for; to furnish at hie own proper cost and expense all tocls, equip- ment, labor and materials.pe.cessary therefor, (except suob materials, if any, as in the said specifications are stipulated to be furnished by others), and to do everything required by this Agreement and the said Plans and Specifications. N 2. For furr{Sn}�,i g all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any ugforOseten difficulties which may arise or be encountered in the prosecution of tho 4rork until its acceptah6to by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discon- tinuance of work, except such as in said sy061ficatione are expressly ` stipulated to be borne by the City; and for well and faithfully coa- ` plating the work and tb(; whole thereof, in the manner shown and de- scribed in the said Plans and Specifications, the City will pay and thb Catitractor shall roteive in full compensationn therefor tho lump slim .price, or if thy: bid is on the unit price basis, the total prise for the several items furnished pursuant to the specificationso named in the Bidding Sheet of the Proposal, as the case may be, 1 3. The City hereby promises and agrees with the sWaA%`Cdntrao- tor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to t2:e terms and conditions Page 1 of 2 I +i }� herein contained and referred to for the price aforesaid, and hereby ' contracts to pay the same at the time, in the manner and upon-the I. conditions set forth in the Specifications; and the said ra�7ties for themselves, their h -irs; , :r_ ^ + + #n ^s ac v3nistrators, succe c:., -'ad aSL: .:rT r 2 = . ,._, to the Lz._'_ performance of the coven:u is 4. The Notice to Bidders, to Bidders, Con':.- %ctor's Proposal, and the Plans and Specifications, a:d all amendmen;s thereof, when approved by the parties hereto, or whin re,_1rL*d by the City in accordance w3_th the provisions of the Plana or Specifica- tions, copies of which are attached hereto, are hereby incorporated in a:.d made part of this Agreement. 5. The Contractor shall assume the defense of and in- j deu:nify and save harmless the City, the Director of Public Works, 1! and their officers and employees, from all claims, loss, damage, injury and liability of every kind., nature and description, directly or indirectly arising from the performance of the con- tract or work, regardless of responsibility for negligence; t and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or in- 4 directly 9'rOM the fieture of Q10 W Of'k toveted by the CUbtfiact, regardless of responsibility for negligence. •TN WITNESS WHEREOF, the Parties hereto havL, this caused contract to be executed the day and year first above written, CITY OF NEWPORT SEACHi CALIF. `` ATTEST; City CAerJA AppfuVed as to fQrw, orney 11 X E. F. GRANDY OM. WNTBA o Q# By Title Page 2 of 2 a LABO11 AND MATBAIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WIMMS, the City Council of *the City of Newport Beach, State of Califo.Laia, by Motion adopted FEBRUARY 82 1965 has awarded to E. F. GRANDY Iereinafter designated as tho "Principal ", a contract for GENERAL CONSTRUCTION - NEWPORT BEACH LIFEGUARD HEADQUARTERS 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. llM,REAS, said Principal is required to furnish bond in connsotion with said contract, providibg that i.a said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work agreed to be done, or for any work or labor d6fio thereon of any kind., the Surety on this bond will pay the slime to the extent hereinafter set forth: NOV, bihlmrORE, We as PABC -.pad, h6ieinafter designated as the Contractor and Hartford Ae ddent and ln&Mrd&.M as Surety, are held firmly bound unto the City of Newport BeachS in thu sum of in7L d7/> i � "Loll &aid udm being one -half of the estimated amount payable by th a City of Newport Beach under tho terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, .,uccessors or assigns, jointly and severally, firmly by those presents. TIM CONDITION Or T111S OBLIGATION xS SUCII, that if the person or his subcontractors, fail to pay for any materials, provisions, provender or other supplies, or tsaias, 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 k66pbdi 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. w- Page 1 of 2 This bond shall inure to the benefit oP any and all porsons, companies and corporations entitled to file claims under Section 1192.1 of tY.e Code of Civil Procedury 6o as'to give a right of action to them or their assigns in any suit brought..upon =this %.bond, =zas'tequired by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agraes that no change, extension.of time, alterations or additions to the terms of the contract or to the work to be performed thereunder oa 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 contractor or to the work or to the specifications. IN WITNESS WHEREOF, this instrument has beein duly a ecuted by the Principal m94 SuratV above named, on the day of ?, J.(�y�i i c 196.4: (coal) E. F. GRANDY GIiN, GoNTtl MIDA i Seal) (Seal) = Contractor Approved as to form: Citr erney��✓ //%��Ac(/!/C/�Jtl�dent and Mdaanihr ,(S sal) S ATTORNEYdN -FAG[ = • �$e al ) _ Surety - This bond was approved by the City Council of the City of Newport Beach by motion on Date Attest: City Clark Page 2 of 2 i STATE OF CALIFORNIA, I County of Los Angeles, ss. late, til On this— ... .................11.t.3f,...... ........................ ----day of .................. PkbRaAiy.- ........ ..., in the year 19.6y...., before me .................... ............. ............... --R nRH, WACHiLER ...... ....... .................................. a Notary Public in and for said County, residing therein, duly commissioned and sworn, personally appeared........... known to me to be the Attorney -in -Fact of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the Corporation described in and that executed the within instrument, and also known to me to be the person.... who executed it on OFFICIAL SEAL RUTH W.ACHTLER behalf of the Corporation therein named, and ....he.... acknowledged to me that NOTARY PU91IC • CALIFORNIA such Corporation executed the same. PRINCIPAL OFFICE LOS ANGELES COUNTY IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written. My Commission Expires May 14, 1968 • PERFORMANCE BOND KNOW ALL MEN BY THESIs PIt7ESLNTS TIIAT, WIIERLAS, the City Council of Newport Beach, State of California, by Motion adopted FEBRUARY 8L1965 has awarded to E. F. GRANDY, HEREINAFTER DESIGNATED AS THE "PRINCIPAL"p A CONTRACT FOR GENERAL CONSTRUCTION - NEWPORT BEACH LIFEGUARD HEADQUARTERS in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WIIEREAS, said Principal is required under the terms of said contract to furnish a bond for the. faithful performance of said contract, NOW. THEREFORE, we, As Principal, hereinafter designated as the "Contractor" and,. 0 Hartford Accident and as surety, are ne a ana iirmiy in the sum ofd said sum being eq al to 50 of to be paid to the said City or and assigns; for which payment, ourselves, our heirs, executors assigns, jointly and severally, th% estimated amount of "the contract, its certain attorney, its successors, well and truly to be made, we bind and administrators, successors or firmly by these presents. THE Cc:NDITION OF THIS OBLIGATION IS SUCH, that if the above Dounderi 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 tho covenants, conditions and agreemunts 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; othorwise it shall remain in full f.•rce and virtue. And the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition 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 _oy F Page 1 of 2 0 0 change, extension of time, alteration or addition to thy; terme o1' the contract or to the .r „rk cr to the specifications. IN WXTNZ.SS S IMREOP, 4hia in..str4mont hue been duly executed by the Prznc ai and Surety abvve namf,4, pn the day of 19667 Of Approved as to form: °mS.l �sf • - eaey�.ma.�..( V E. F. GRA,NDY (Seal (seal Rarttnrrl Accident and ►nd.ItYtilY Qoi. (Sea 1) urg t ARLENE' OA ATTORNEY•IWAO -T --// City AtIlorneyU Page 2 of 2 STATE OF CALIFORNIA, County of Los Angeles, ss. On this ........ .................... VA .......... ------------- .- —day of- .... ---- -_A ----- -- --- ....._, in the year 1965---..., before me,--- ................ ............. ................_- . WACHTLER------ -.............. ................. --- a Notary Public in and for said County, residing therein, duly commissioned and sworn, personally appeared ...... ............... ARLENE.. A... 0LES... ..... .................... .... . - -, known to me to be the Attorney -in -Fact of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the Corporation described in and that executed the within instrument, and also known to me to be the person.... who executed it on OFFICIAL SEAL behalf of the Corporation therein named, and U. to me that RUTH WACHTLER _ MARY fw-2 C - CAUFORIIIA such Corporation executed the same. - FRINCA AL- OFFICE IN IN WITNESS WHEREOF, I have hereunto set my hand and affixed my LOS ANGELES COUNTY official seal the day an ear in this certificate first above written. My Commission Expires May 14, 1968 -- KI i SECTION A -• GENE.?AL CONDITIONS ART, 1. STANDARD SPECIFICATIONS: A. The "Standard Specilicatione Public Works" oi' the City of as tho General Conditions of "Standard Spt-cifications" wi (1) Only Sections 1 through to this Contract. -1" for the Construction of Newport Beach shall sex' -re , this contract. These U be modified as follows, 4 will be applicable (2) Modified ass specified in the Special Provisions, Division B. B. These "Standard Specifications" are a part of the Contract Documents. C. Bidders muy obtain copies at the "Standard Specifications ", bound separately, from the Public Works D6partmeat, City of Newport Beach. There is a nonrefundable charge of $2.00 per copy. Page t of 1 a SECT70N(A PECIAL pR0'4`sSloyS' ART. t. GENERAL NOTES: A. These Special Provisions presuppose the use of thQ Genera: - Conditions ( "Standard S'poeir'ications "')' and are to eupplewe t or amend.those General Conditions.as the case may be. B. Wherever other pgxtxone of the Sp1Cixi.oations refer,to "$ ie.., I' � P'nditl4 " ,such ref rgAi?:® i4ha7l be iI ,t x reted as "ideAnlne. these' 'ci a7 Provis! o.tYt ": "" xs ART. 2. ENGI.NEER (See, ".Standard Specifications ", Section 1-06): b.. A. Wherever the "Standard V cifications" refer to such reference.shall apply equally to the Architect except that the Architect shall not bave.thu authority to order alterations, extra work or Force Account Work unless such work has been authoriGed in Writ4ni by the Director of Public Works or the City Council as elsewhere specified. A.i.T. 3. TRADE NAMES AND ALTERNATIVES (See "Standard Specifications ", Section 6 »03): A. If 4Vb_4titutions of material or methods of equal merit ary offered in the Form of Proposal, they will be esmzldered and should the City wish to accept any of the said substitutions, arrangements will be made for the change before entering into the contract. B. If no substitutions are o. "fered at thu time the bids are submitted, then no substitutions or deviations from. the materials or methods s2eeaified will be allowed unless approved as equal to those specified. C. If bidders wish to submit any item for approval as equal to that s ecified such submission shall be mado in writing to the Architect not latter than 10 da a after award of con - tract, and shall be accompanied by +a sample and a list of local installations. Items which are not so submitted shall receive no co noidexatioa for approval. D. All bidders to xyhom plans and cpectfications have been in- sued will be informed of all item* which have been approved as equal to those specified prior to tho bid date, by the issuance of an addendum. E. Bidders shall note that "approved, equal" shall mean "as approved in writing by the Architect" at the diacretiexi of the Arebiteot and 'Znxioaer. 1. AA 1 0 F. As stated above, submittals for approval as equal to those specified, will be given consideration for 30 days after award of contract but contractors are strongly encouraged to make such submittals prior to the Bid Date in order to prevent any disagreens,. -,_z -,r misinterpretations. ART 4. PERMITS AND T__T.C?'NgES (See "Standard Specifications ", sectic a 7 -08): A. City Permit Pees will be waived. ART. 5. LIQUIDATED DAMAGES AND CONSTRUCTION TIME: A. Should the contractor fail to complete the work within the time specified for eonstruetion (subject, however, to ex- tensions of time duly granted in the manner and for the causes specified in the General Conditions), the Contractor shall be charged by the Owner as liquidated and ascertained damages the sum of Fifty ($50.00) Dollars for each calendar day that the work remains incomplete beyond the time limit herein fixed for the cumpLution. B. Construction completion time is set at 150 consecutive calendar days. Time shall startas of the date of Notice • to Proceed from Owner to Contractor and end with the date Of acceptance of the work by the Owner. ART. 6. DIVISION nF THE SPECIFICATIONS: L J A. For these specificetloas are arranged in several divisions, but such separation shall not be con- sidered as the limits of the work required for any sub- contract or trade. The terms and conditions of such limitations are wholly betwe�^ thv Contactor and bie subcontractors, and the Ownor and Architect will not be responsible for any division of work by subcontractors, Unless otherwise provided, the Contractor shall be solely responsible for all subcontract arrangements of work regardless of the location of provisions in the specifications. AA - -2 • SECTION B PRELIMINARY The GENERAL CONDITIONS and SPECIAL CONDITIONS are a _part of this section. 1. Sjte Clearing: Clear site of all debris, buried materials, etc. that would incumber building operations. Avoid accumulation of excess debris and rubbish during course of work. 2. Barricades. Erect barricades around perimeter and within site as required for safety of workmen and passersby. Provide and maintain safety night lighting and reflectors as required. 3. Office: Provide construction office with telephone and adequate layout space for plan reference. 4. Toilets: Provide and maintain temporary toilet facilities for workmen. 5. Layout of Building: Determine basic building lines and elevations and verify all against information shown on drawings. Any discrepan- cies small be reported immediately to Architect. • • B -1 • SECTION C EARTHWORK The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. I . Sc me of Work: Excavate and fill tu grades, lines and levele indicated. Establish floor elevations. Excavate for footings, piers, etc. Backfill. Finish grade. 2. Work not Included: Layout of buildings. Base for paving. Landscaping. 3 Workmanship: a, Remove all existing debris. Verify existing grades and determine if fill material is required to obtain grades indicated. Obtain fill material, evenly, from surrounding beach area under direction of City representative. All fill material shall be thoroughly puddled and compacted, b. Trenches and footing shell be level, cloan and clear with bass on thofOUghl3' bolupat tfid tia @s. Shelf@ as required to pi•dVOfi t @diiaps@ of ex6avati0tit. Elterior ba&kfiiling shall not be edM#fi6 @d diiiii &I! f6f:li3, sidkes; etc. have been removed. •C. Final grading shall provide uniform slope and contours to the surrounding beach areas. Allow for thickness of paving and base material. 4. SepartteBids: Refer to Form of Proposal. Work under this section will vary in accordance with the Separate Bids selected. C-1 • • • SECTION D CONCRETE WORK The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1. Scope of Work: Furnish all services necessary to complete incidental and related items as specified herein. 2. Work Not Included: a. Street improvements, material, labor, equipment and concrete work, as well as shown on the drawings and as 3. Separate Bids: Refer to Form of Proposal. Work under this section will vary in accordance with the separate bids selected, The following separate bidding is required: a. Concrete floor finishing, cove base and color hardener In First Aid, Toilet & Locker Room. b. All exterior flatwork. 4. Materials: a 'VW rtYand Cement: ASTM C-150, Type I, if aggregates contain reactive substances, use Type II cement. Type III, high -carly strength cement, may be used at the contractor's option. b. Aggregates: ASTM C -33. c. Waters Clean and free from deleterious amounts of aclUs, alkalies, salts, or organic materials. d. Color Harder.-art '.,. M. Scofield "Emerchrome" Color araeF er e. Floor Preservative: L. M. Scofield "Repello" Floor preservative. f. Ex anaion Joint Material: Asphalt impregnated "Fexcell ", E aster , or approved equal, sizes as indicated. g. Reinforcing Steel: Intermediate grade billet steel ASTM A -15, Bars 3/811 and larger shall be deformed. Deformations shall conform to ASTM A -305, h. Wire Mesh Reinforcement: ASTM A -185 I. Curing Compound: Thompson's Water Seal as manufactured by the By- Chemical Products Company, San Francisco. D• -1 • 5. Storage of Materials: a. Store materials in a manner to prevent deterioration or intrusion of foreign matter. Deliver packaged materials and store in original packages until ready to use. Discard any damaged m:terials. 6. Mixing and Pronortionin a. Mix all concrete ingredients in power batch mixers for not less than one minute after ingredients are in mixer having a capacity of one cubic yard or leas. Increase the mixing period 15 seconds for each 1/2 cubic yard capacity of mixer. b. Proportions and consistency of the mix, mixing and placing in accordance with Chapter 26, applicable standards of U.S.C, and local Building Code. Mixed proportions shall produce concrete that can be thoroughly compacted. Slump shall not exceed 4" when vibration equipment is used, and the minimum water content is required for good placeability. Proportion aggregates by volume or equivalent..accurate method. c. Maximum size of aggregate shall bo 1 &.i/2 ". Use 1" maximum size where reinforcing is congested and /or where clearance requires use of smaller size. Use 3/4" maximum size aggregate for 4" slab. Concrete shall obtain minimum ultimate compressive strength of 2,000 psi in 28 days. Z. Form Work: a. Forms shall conform to the shape and dimensions as per plans and shall be sufficiently substantial to prevent concrete leakage and to maintain position and shape when concrete is vibrated. b. Use approved type form ties. Wire ties will not be permitted. C. Forms for vertical surfaces &ball remain in place at least 24 hours after pouring. Supporting forms shall remain in place until the members have developed sufficient strengtb to support construction loads, 8. Reinforcement; a, Reinforcement shall be clean and free from rust. Bars shall be bent accurately as indicated on plans and fastened to prevent movement during the placement of concrete. Wire mesh on floor to be positioned at center of slab. Mesh to be lapped 6" at all edges. 9. Placing[ concrete: a.. Pouring of concrete shall be continuous. Concrete shall be • agitated with mechanical vibrators to secure adequate density free oz voids. D-2 i1 . 10. Floor Slab Joints: a. Floor slabs to be poured.in checker bored manner, single Vpured areas over 2,000 sq. ft. to be separated with expan- `si.on joint material. Maximum spacing of joints to be 50 feet. b. All construction joints at slab edge to be $" thick to provide continuous horizontal beveled 2 a 3 key at center of thickened edge. 11. Finishing Concrete: a. All slabs to be leveled with a screed, tamped with a grid tamper to raise a thin bed,of mortar to the surface and finally finished as follows: Interior slabs: Steel troweled Exterior slabsa Broom finished b. Apply curing compound as per manufacturers recommendations. C, After removal of forms, clean and patch all exposed concrete. d. All exterior slabs and interior slabs in rooms with floor drains shall pitch readily and directly to drain, • 12. Floor Preservativet where indicated, uncolored cement finish Floors shall receive a saturating coat of Repello Floor Preservative, applied by, or under the direction of, the L.M. Scofield Company, Surfaces to be treated must be thoroughly cured, dry, broom -clean and free from plaster, paint, oil or membrane type curing compounds. Application aball be strictly in accordance with manufacturer's instructions. • 13. Color hardener: where indicated, apply Emerchrome Color Iardener of medium price rangy color over concrete floors and cove base. Apply in strict accordance with manufacturer's instructions. Floors and base to receive color hardener shall be cured in accordance with the manufacturer's instructions. Do not use a membrane type curing compound. Form out for concrete base where scheduled. BAse shall be installed after floor has partially cured. Properly key base to slab to form water -tight ,joint. Smoothly trowel bass to even, uniform radius, r D-3 I . SECTION DD PILINGS The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1. Scone of Work: Compleie installation of all pilings in accordance with the piling foundation design. 2. Worts Not Included: Connections to framing and /or concrete grade beams above pilings. a. S*2arate Hide: Refer to Form of Proposal. The work under this section is to be itemized as a separate bid. It shall be the responsibility of this cubcontractor to select from the type of pilings listed below and submit his price for the most economical type. Iie shall specify the type of piling his bid includes. 4. Work Description.: Pilings shall be of one of the following types at the option of this subcontractor. TTxpe Effective Diameter Load Penetration Driven. Piles 1211 20 kips 13 feet Driven Piles 1211 30 kips 15 feet • Jetted Piles 12" 20 kips 25 feet Jetted Piles 12" 30 kips 29 feet Uncased Concrete 18" 20 kips 23 feet Piles Uncased Concrete 18" 30 kips 27 feet Piles L� Either treated timber or concrete is suitable for the, driven or Jetted alternatives. The average diameter in the lower two-thirds of the pile shall be at least 12 inches. The Uncased concrete pile shall be cast in a drilled hole. To prevent borings from caving, it will be necessary tv keep the hole filled with rotary mud and pour the concrete by oceans of 'a tremie tube. This operation should be inspected by the foundation engineer designated by the Architect. Cost of this inspection shall be borne by this subcontractor. DDT1 . SECTION E- MASONRY CONSTRUCTION The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1. Scope of Work: Concrete Masonry Construction shall include the furnishing of all the necessary labor, m ;iterials and appliances necessary to complete the execu6ion of' the concrete block masonry construction shown on the drawings. 2. Separate Bids: Refer to Form of Proposal. Low exterior block wall is to be itemi.:ed separately. 3. Materials: a., Masonry units shall be Grade A units conforming to A,S,T.M, Spooification 090. All masonry units shall be open end type 8 x 4 x 16, except standard 6 x 4 x 16 units shall be used where specified on drawings. b. Cement shall conform to U.B.C. Standard 26 -1 -61. C. Sand for mortar shall conform to U.B.C. Standard 24- 20 -61. 0. Reinforcing steel shall be deformed bare conforming to ASTM Specification A15-52 and A305=50 except that 1/4" ties • may lib }ilain bars. e. Lime shall conform to U.B.C..Standard 24- 17-61. 4. Mortar and Grout: a. Mortar shall be composed. of 1 part Portland cement and parts sand to which shall be added not more than 1/2 part nor less than 1/4 part of lime putty; all parts by volume of Portland cement used. b. Grout shall consist of 1 part cement and 3 parts fine aggregate. Lime shall not be used in grout. Grout shall be sufficiently fluid to insure complete filling of all sections of masonry, but not so thin as to allow segregation of aggregate. In no case shall grout contain more than 7 1/2 gal� a¢, ester per sack of cement. C. Grout'�or spaces. more th:.n 2 1/2 in width shall contain not less tban`1 T%4 pants nor more than 2 pdsts o#' pea gravel. d, Measurements: Materials for mortar and grout shall be accurately. measured in suitable calibrated devices. Shovel measurements will not be acceptable. Portland cement (1 sack - 94 pounds) will be considered 1 cubic foot. . e. Mixing: Equipment for mixing and handling mortar and grout shall be.acceptable to the Engineer. Est 5. Masonry-construction; a. Workmanship: 1. All work s}zall be executed in the best workmanlike ;aniet ani9`'ih compliance with Chapter 24 of Uniform Building Code. 2. All masonry walls shall be laid true, level and plumb in accordance with the plans, 3. Units shall be cut to accurately fit all plumbing ducts, openings, electrical work, etc., and all voids slushed full. b. Bondi-49: Stack bond pattern shall be used throughout. Units shall:be placed true and plumb and in uniform courses. C. Joints: 1. Mortar joints shall be straight, clean and uniform in thickness and shall be raked oiccept as noted on plans on interior walls. 2. 'Where walla are to receive plaster, the joints should be flush joints. d. Wall_ ,Care: • 1. Where masonry walls are to be left bare or painted, extreme care should be taken to prevent mortar splotches. 2. After the wall is constructed, it shall be saturated with water for curing or any other purposes. 6. Cleanings At the conclusion of the masonry work, the Masonry Contractor shall clean down all masonry wails, remove his scaffolding and equipment used in the work, clean up all debris, refuse and surplus materials and remove them from the premises. • E -2 • SECTION F CALMKING • The GENERAL CONDITIONS anc1 SPECIAL r,"" . rm7.�a.e A. o a ";' qrf Gf tbi. section. ....�, -. _. .,��.,. .. 1. Scope of Work: Caulk ...s required at extecior building joints. 2. York Not included: A7. "..roofing. Waterproofing above grade masonry walls. 3• Materials: a. Caulking Compound: Chamberlin Plasti- Caulk, or approved equal as manufact.:red by Chamberlin Company of America, (branch office) 2210 Hyperion Avenuo, Los Angeles 27, California, Telcphono Number NO 5m570i. 4. Workmanship: a. Caul.Mng* After all cleaning and painting is completed, all exterior joints l�)twsen wood or metal frames and masonry shall be raked oi:t, brush clowned anal pointed with tatilking d0ffjP6Und . Caulking shall b!: finished swooth, as inconspicuous as possible and'entlrely air and water tight. Particular care . shall be taken not to damage finish or adjoining surf*: :ee. Leave everything clean upon completion. F -1 • SECTION G STRUCTURAL STEEL AND MISC. YRON The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. I* Scope of Work.: All items of structuz'al stoel Including clips t and fasteners shown on drawings and required for complete construction. 2. Work not Included: Reinforcing steel for concrete or masonry. .. t:. ..r . . 2. Materials: Structural steel shall be made by open hearth or electric furnace process only and shall conform to ASTM A-36. Pipe shall comply to ASTM A -53 Type B. 4. ftD 'Drawings: Four copies of shop drawings of all fabricated items ahzll ire- sub�yi,tt�ec only to Architect for chocking and approval prior to fabrication. Fabricator will be responaiblo for correctness of drawings. Workmanship: Shall comply tq applicable RISC Specificatiuns 840 Chaptar 27 of tAoj !g4*tidn of Uniform Building Code. Welding sbgll be by the q#4eld¢4 arc method with all exposed welds ground smooth. klectrodes shall conform to ASTM A233 -48T. Welding is to tie "performed by certified welders in a licgAged fabricating ship. Continuous inspection shall be made of all ItpIxoturgI V@14g by an • approved independent testing agency. 411 Fteaj shall be t1A ghly cleaned and given a thorough shop coat of red lgad or v.inc chTggtgt% primer. Mars or defacements shall be touched up in the field. All Steel members and fasteners exposed to weather (except end of garage roof beam) shall be hot dip galvanized. • G-I • SECTION H ROUGH CARPENTRY The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1. Scope of Work: Complete framing of all job cut wood framing members. Installation of all backing, grounds, hailers, furring, sheathing and framing for work of other trades. Supply and Installation of miscellaneous steel fasteners and rough hardware. 2. Work Not Included: Acoustic tile stripping. Steel erection. 3. Materials: All materials shall be new, properly grade marked or certificated lumber. Framing lumber shall be graded in accordance with WCLIB Rules No. 15. Plywood shall be grade marked by DFPA. Plywood sheathing shall comply to commercial standards CS 4560. All plywood exposed to weather shall be exterior type. 4. Workmanship: a. Framing: All members shall be accurately and substantially fitted together and the entire structure shall be throughly nailed together inaccordance with the nailing schedule. b. Wood Joists: Wood joists shall be of sizes noted on Plans, shall be of uniform size and shall be set in perfectly • straight and true and to a line. They shall be set with or camber up. Joists hungers to be furnished whore sbowa on flans. Roof joists shall be stayed ahead of the roof 01PAtl}ing. C. Cutting and Fitting: All cutting and fitting of wood members necessary for the installation of work of other trades, such as for plumbing and electrical work, shall be done by this contractor, but no cutting or structural members shall be don* until the Architect has been consulted and given.his approval. d. 2XPsum Board; Install 5/8" thick fire rated gypsum board over framing where indioat d on drawings. e. Install fiberglass mesh screening as.detailed, continuously around exterior eaves. f. Route Hardware: Furnish and install all bolts, anchors, ties, straps and miscellaneous steel items required by rough carpentry work, All rough hardware exposed to weather shall be hot- dipped; heavy coated, galvanized. All other rough hardware shall be thoroughly shop primed. g. General: At completion of all work, this contractor sha11 • remove all waste materials and. debris resulting from framing operations, leaving everything in a complete and satisfactory condition. me i T 7m_ • u • g. Schedule of Materials: The following is a schedule of lumber type and grades required in the various applications: a. Mudsills b. Horizontal Framing C. Vertical Framing d. Exterior Struct.Posts e. 'Exterior Decking f. Exterior Stair Treads g. Exterior Spandrel Panels h. Exterior Screen Wall i. Exterior 'Prim j. Exterior Stair Stringers k. Exterior Railing 1. Exterior Non - Structural Framing Pressure treated DT Construction DF STD or better DF Select Struct DF Select Struct DF Select Strtmt DF Marine Ext DFDA Marine Ext I rPk • Grade Redwood • Grade Redwood • Grade Redwood • Grade Redwood M • SECTION I SHEET METAL, The GENERAL CONDITIONS and SPECIAL CONDITIONS area part of this section. t. Scope of Works Furnish all labor, material and equipment required to provide and install all sheet metal work indicated, specifiod and required to flash various areas in a watertight manner. Work shall include the followings Gravel stops at gutters, gutters, downspouts and miscellaneous flashing and counterflasbing. 2. 12rh Not Iucluded: Sheet metal work registers and relief grilles in connection with ventilating and beating installation. Vent flashing required by work of other trades. s. Flaabin.g material, (unless otherwise specified):. cold rolled copper. Gutters, downspouts and reglet assemblies = 16 gauge. Gravel stops, counterflashing and miscellaneous flashing o 20 gauge. b, Flux: Raw muriatic acid. C. Solder: Standard brand, Grade "A ", equal parts of tin and lead. . 4. Workmanship: Accurately from work to dimensions.and sbapea detailed. Finish molded and broken members true,,atraight, with Tj sharp lines and angles. Cope intercepting members and .rivet or solder securely. Turn back or bead exposed edges, unless otherwise shown. Provide for.expanaion and contraction in completed work and finish water and weather -tight throughout. All connectors shall be copper or of a proper brass alloy. All work in accordance with recogniued industry standards.. Make lock seams flat ddd lepavams in direction of flow. Install 4pprov4d Wd4 do ftAind in lap seam. �,.. a. Soldering: Thoroughly clean and tin material prior to •..+ soldering. Solder slowly with well- heated 66ep"drs, thoroughly wash acid fluxed work with soda solution after soldering. b. Flashings and Counterflashin,g; Install as sbowu and required in longost longtbs possiblo. 1. Install gravel stops along edges of roofing and couater- flasuinga where roofs abut vertical surfaces. Coor" dinate work carefully with roofing contractor. 2. Other miscellaneous flas.bing.sball conform tb details. I- Prefabricated reglet assemblies may be used where applicable at the option of thin sub- contractor. • v I-1 SECTION J ROOFING The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1. Scope oyWork: Supply labor and materials to roof all areas shown. Incorporate roof jacks, flashings, etc. furnished by others. 2. Materials: Materials shall be of first quality standard manu- facture. Insofar as possible all materials incorporated in a single assembly shall be of the same manufacture, and shall be delivered to the site in sealed, labeled containers. 3. Application: Before any roofing materials are applied, all decks shall be inspected for suundness, cant strips in place and areas swept clean. The roofing Contractor shall report any unsatisfactory conditions to the Architect. Absence of such report shall constitute acceptance of the roof decks and contractor shall be hold responsible for watertight installation. All metal aprons, collars and sleeves for vent pipes, flashing and counter - flashing shall be in place or on hand ready for installatioda All roofing systems or assemblies shall be in accordance with the manufacturer's directions. Roofing Contractor shall arrange for inspection of the work. by the material manufacturer and have the manufacturer certify in writing that the installation is in accordance with their instructions. 4J Clean uUa Upon completion of his work, tho Roofing Contractor eh all remove all of his excess materials and debris and clean adjacent surfaces, roof drains, etc:, of any, marks, stains or rubbish that may have resulted from his work. 5. guarantee: Toe Roofing Contractor shall guarantee his work or a per O cf two (2) years ag�a-•inst defects in Uis materials and /or workmanship rresdit#g 1$�2eanRs, ASt �e ects occuring within the two year period shall be promptly repaired by this contractor at his expense, 6. _Application: Materials shall be Johns- Nannvijle or approved equal, Application shall include the foliawi.ng quant::ties per square- 4 layers No. 15 felt (0 lba, 4 asphalt moppings 110 lbs. Flood coat 70 lbs. colored gravel 400 lbs. Total weight 640 lbs square Application shall be entirely in accordance with manufacturer's specification for 20 year bondable rood". J -1 u • SECTION K LATHING AND PLASTERING The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1. General Provisions: Work herein shall conform to applicable Furring and I,. _ .. ng 1960 si:; ^�_ P1. ^stering Contracto n .� _�___: -; ��i1 requirements of Chapter 47, Uniform 3ui1.;.i._g Code. The more stringent requirements shall govern. 2. Scope of Work: The Contractor for the work under this section shall urn s a material, labor, equipment, scaffolding and accessories to furnish and install all lathing and plastering, Lathing accessories and metal trim members are detailed and indicated on the Plans and specified herein. 3. Materials: All lathing, furring, supporting and plastering materials shall comply with ASTM and Federal Specification designations referred to in the above mentioned "Reference Specifications ", as used in their particular applications. All materials shall be new, first quality and of standard manufacture. Any trade names designated h rein are for easy definition of type and quality, Materials of other manufacture may be used with • approval of the Architect. 4. Workmanship: This 1.1 s °affolding required y his woz-' : . ` _ ' = ` :.... -gage or soilage and :,, construction to i_^ - .. „•- o_,�::alo for ro -- ^t_ - further. ,. :. _..._._. cs so t;.:at fin5.s_a sur., faces are ti:--.- ;.0 line, and be level, plumb and square+wi.�.iout excessive thickness of plaster and within 1/8” tolerance i.. 13 feet, 5. Patebin aannd�':.. s-'_ Patch all plaste^ •d ._'. 'z�r trades; mAkinT g a Kirst class job. At completion of ccc :'_ ramove all waste material and debris and leave evaryt*+' ^_g in a clean And satisfactory condition, 6. Finishes Exterior; Final coat nhAll be prepared stucco iri offG"IAte epler he solos ted by Architect. Blown on surface texture requirmd. Exact finish texture shall be determined. On jab by Architect. Protect kdjRcent ourraoea. Anterior: a. Cement pla•e) ter where aa1119d. for Or' 4- -rkwin,51 ,hall be givers ,smooth travel fi.rlsh. b. Interior ntucQ o sbkll receive fine sand float finish, • c,. Ceramic the area shall receive lath and scratch coat only (see Form of Proposal)•, SECTION L CERAMIC TILL WORK CONDITIONS are a part of c;ais bona ail labor ana materials to complete all sd on tae drawings. 2. _ ^.;'ad: Concrete sub -base, Cement plaster sc-atch 3, Materials: Floor tile: t" x I" ceramic mosaic tile, Redondo or approved equal, and Cove tile: ilia-„ square glazed wall. tile, Ii.dond.o <^ anaroved equal„ Grout: Non- stai.n.ing, waterproof, 4. Iforkmanshir): Inspect cnn< -rate, sub -slab and cement pla3:4:r scratch coat and determine their suitability for proper tilt` installation,. Report any defects., Do not proceed until. dyI'.cts ,,re satisfactorily cor.rcctedi Install cement, plaster Setting bnd per code requirements, wo: Ls sba.1.1 be pluwl) and true„ Floor sh 11 slope uniformly to tt..: drain •and allow for slight additional dopression immediately arounf: drain outlet, E Lay out tile to center .in area, Avoid small, odd shaped plecem, Use proper trim shapes at corners, base, jambs and terminations, Upon completion of the installation, c.loan surface and seal in method recommended by manufacturer of tile and approved by Architect, 5, Separate .Bids: Refc,,. to :J ;orm of Proposal., Stork under tt:is section will dcapond upon t-e;e : epa.ratn 13i_ds saiected, .....:.:.: L•- 1 ' SECTION LL TERRAZZO The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1, Separate Bids: See Form of is._dependent upon Separate Bids 2. Scope of York: Furnish all install all terrazzo floors, ba complete with dividers, strips, Proposal. Work under this section selected. labor materials and equipment to saes, wainscots and wall surfacing finish grinding, sealing, etc. MWork Not Included: Concrete sub -base at floors and cement asi ei scratch cost at walls shall be installed by others. Metal screeds at juncture with plaster shall be furnished and installed by others. 4, $aterials and Installation: _;.._ er_e a un er ed for terrazzo, consisting of one dart of Portland cement, and four (4) parts oi' coarse screened sand, shall be spread and brought to a level not r*. less than 5/8" below the finished floor. b. Stripe: Into the underbed, while still in. a semiplastic state, install divider strips, These shall be 1 -3/4" deep and have proper anchoring features. Strips shall form borders, and divide the fields into panels approximately • 4' x 41 in size. The strips shall be made of white alloy zinc (999,) zinc. The thickness of the strips shall be 1/8" thick. c. Terrazzo Topping: Shall be not less than 5/8" in thickness and shall be of granulated marble and chips, Nos. 2 & 3 in size, with white Portland cement matrix. Color shall be selected by Architect. The topping shall be uniform in composition, and the same marble granules that appear on the surface shall be used for its entire thickness. d. Mix: Composition fvr terrazzo shall be in the proportion Of two hundred (200) pounds of marble aggregate to one bag of cement, add a measured 5 to 5f gallons of water, to make the mix plastic, but not flowing. Where the cemon.t is to be colored to obtain a desired shade, the r+ colon pigments shall. be lime -proof and of a non - fading w quality. Color pigments shall be added by weight and not be volume. e. Installation: A minimum of one day after the underbed and strips have been laid, euturato the underbed with water, and rep.Sve tha excess before laying the terrazzo topping. The mix shall then be placed in the spaces formed by tbo dividing strips, and rolled into a compact mass by means of heavy stone or metal rollers until the superfluous cement and water are extracted; after which, it must be • hand trowelled to an even surface, disclosing the lines of the strips an a loyal with the terrazzo fill. The finished surface shall show approximately 850 of marble granules, LL -1 0 • • f. r n The floor shall be kept moist for the next six 6) days at least, by vet sand, paper or curing mats. g. Surfacing: When the floors have set sufficiently hard, they shall be machine rubbed, using number 24 grit or finer abrasive stones for the initial rMbbing. Thcy shall then be resurfaced using number 80 grit or finer abrasive stones, after which a light grouting of neat Portland cement of the same kind and color as the matrix, shall be applied to the surface, filling all voids. The grouting shall remain until the time of final olganin %. All grinding shall be done the presence of an excess of water. h. Finishirig: Floors shall have the grouting coat removed by machines, using stones not coarser than number 80 gstt. This cleaning of fine - stoning shall not tekH place scorer cLtLa : :-,ours after the fiaor has been grouted, after zt�iv it must be cleaned thoroughly. It shall be sealed with proper sealing material as recommended by member maintenance firms of the N.T.M.A. i. Non -Slip Floors: All terrazzo floors shall be made norm slip by the addition of an abrasive aggregate. The abrasive shall be sprinkled on at the rate of 1/4 pound of abrasive per square foot. J. Terrazzo Base, Etc,-, Where shown on plans, provide a bass, coved at the floor, dimonsions as detailed. k, Terrazzo alusc Tbo Terrazzo Contractor shall apply his setting bed motar over the scra:tchcoat to within 318* of the finisbed face. This shall be composed of one (1) part cement and three parts (3) sand.., (7) Dividing strips No. 12 gauge shall be inserted in the setting bed forming bases and caps and dividing the dodo into sections approximately 4 ft, square. The terrazzo finish shall then be applied, pressed, and troweled plumb and true. (2) Terrazzo wainscot shall finish flush with plaster above. It shall be machine rubbed and brought to a smontb hnno finish (Or to a polished finish). 5. G-,taraute@! All work shall be gugranteed for a period of.one (1) year against.defects caused.by the use of inferior materials or workmanship, 1.L. 2 J .. �. ate.'.: :'� :.. %.'�:: ]!:�.� �v OI�G'♦ .. �C. �� � ., J SECTION M INSULATION AND ACOUSTICS The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. -• " 1. Scope of Work: Furnish all labor, materials,.equi.pment and service for completl -AL! bf insula ion work shown on drawings. 2. Insulation: a. Material: Alfol type IV of JM 3 ", full thick mineral wool batts b. `tltfrkmanabips The entire ceiling area over the second floor shall be insulated. Stap}c between roof joists. Turn down to ceiling line at exterior walls. The insulation shall form a continuous septum between uninsulated exterior space and interior second floor above the ceiling line. Acouatlest a. Materials: Wood stripping: 2" x 3" S.td or Btr D.F. Acoustic tile: 12" x 211" x 3/411, T & G, Armstrong Cushiontone, full random. Staples: Rosin coated, 1/2" min, leg length. b. Workmanshipt Install at 12" centers over areas to receive • tile. Strip to provide solid backing for all tile joints. Shim stripping to assure straight and true finish surface. Lay out roosts square with walls and to avoid small tiles and odd cuts. Staple to avoid damage or blemish to the surface. Neatly scribe and fit tiles where they abut other surfaces (use no moldings). c. General: 1. Finished ceilings shall be level to within 1/8" on 12 ". Pattern of ceiling shall be square with r018M and in accordance with reflected ceiling plane on drawings. 2. Coordinate work with mechanical and electrical con- tractors to facilitate installation of their work. • M--1 , SECTION N. FINISH CARPENTRY'. AND XILLVORK The GENERAL CONDITIONS and SPA CONDITIONS- are, a part of this section. 1. Scope of Work: Furnish all material.,, labor and equipment necessary to—complete all finla) ?; carp4nLry and millwork as indicated on the Plans„ 2. Separate Bid Items: ac,parate Bid items shall be submitted as spec a yx{}..ex`.. m' .i P32Pasal, where indicated on drawings ,-. wnd egp.@Gifi.ed bgTelu., 3. Finish Lumber: a. All M—i-a-E lumber shall be "B and Hatter" Douglas Fir, and "C-Seleot" Ponderosa Pine, kiln dried, except where otherwise specified on Flans. . 4. Finish Carpentry Work: a. A in s was work shull be closely fitted, nails set and finished work sanded ready for paint or stain. b. Doors shall be fitted and adjusted for smooth operation. c. Finish hardware shall be installed in conformance with hardware list. Hardware finish aball be protected. d. Undercut doors where required on drawings for air supply. • 5. Wood Doors: a, Wood Doors: Shall be fiveoply, flush type, and shall meet or exceed requirements of Commercial Standard 171 -58 or latest amendments thereof. Doors shall be assembled with exterior type glue. Face veneers shall be unselect .j birch for paint finish. T, b. Doors shall conform to requirements of the Door Schedule, C. LoySVBr0, g4.41:k be furnished and i1?s t,at_1 ed �� indicated on the plans. 6. Cnb,inet Works All cabinet work shall be in accordance with woodwork nstituts of California spucifications,`Standard Grade. Constru•:tion shall be flush type. Cabinet faces shall be select birch for natural finishes and unselect birch for painted finishes. Interior of ce:binets and storage shelving shall be No. 3 pine or shop plywood w /edge banding. Include all working hardware. Include lamiru,ted plastic covering where called for: ParkMood, Lotax, or approved equal. External pulls, etc, shall be furnielied as .part of Finish Hardware. ..1 T 0 N-1 A i �i • SECTION 0 1�INDQWS UNITS The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. • • 1. Scope of Work: Furnish. all Labor, Ma�eriai, brill egliipmOrit 'required t.. provide and iht tgll iaia4bw units As shown on drawings. 2. -Work Not Included. Detailed wood casings. ]. Window Units: All awning windows shall be flexview units as manufactured by Anderson Corporation, Bayport, Minnesota. Combination units as shown in drawings shall be factory assembled. Complete witli hardware, weather striping and glazing. u. Glass: Glass shall be of type and thickness as specified on drawings. a. Double strength "B" quality b. Obscure Glass 1/8° Factrolite 0 -1 0 ;.ECT:LON P GLASS & GLAZING • "ho GENERAL CONDITIONS and SPECIAL CONDITIONS are q part of this :ection. Sce * e of Xork: Provide all labor, materials and services sequuTred to complete all glass and glazing shown. on drgvings and 83eelfied herein. 2. Work Not Included: Glass and Glazing for prefabricated window 12 _.ts ee Rection 0 . 3. Materials; %l ass: Libby- Owene -- Ford, Pitttburg, Mississippi, or approved :—quaff. a. Solar grey }" polished plate at Communications Room, exterior walls b. Clear }° polished plate at entrance and sidelight c. "B" glazing quality double strength elsewhere 4. Workmanship: Clean cut 4 edges oj' glass, accurately to size, S—ot as.s Ira non - hardening mastic.. Wood stops furnished by others shall be bedded in mastic, securely nailed into place. Cut sheet glass with major distortion running horizontally, p.,1 r 1 • SECTION Q FLOOR COVERING The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1y Scu a of Works Furnish material, labor equipment and services necessary to complete all floor covering as indicated on the drawings and as specified herein. Work includes: resillient tile, topset cove base and stair tread Covering. 2. Materials: a. Vinyl Asbestos Tile: 9 x 9 x 1/8" Kentile "Avanti" or approved equal. Color as selected. " b. Adhesives per manufacturer's specifications. e. Topset cove material: Burke or equal, u" high, rubber. Color as selected. d. Stair treads: molded rubber with rounded nosing, Burke or f approved equal, color as selected. j• Workmanshipt a. ReMove all grease, dirt, droppings and dust from floor. Fill all holes and cracks in subfloor with "Floor Stone ". Machine Sand subfloor if requited to obtain smooth base for tile Installation. b. Lay flooring in accordance with recommended specifications of the manufacturer. Entire area shall be floored, including the area under all fixtures, and equipment as per drawings. Adhere bass securely to base of walls and cabinets in smooth, continuous line, ` c., Neatly fit stair tread material to cover entire tread.. Scribe to riser and skirt boards. d. When flooring materials have been sufficiently seated, and before building is to be released to the tenant, clean flooring in accordance with tile manufacturer's recommendations. e. Give tile work two coats of wax of grade and in manner in accordance with tile manufacturer's recommandationa. Machine buff as required and /or directed. • • SECTION R FXNISH HAR'!1_ AXB The 6.1NERA �!_',. "'? "_� �^y nd. ; ^rC_IAL _C_ONDZTIONS are a part cf this section. 1, 3ct)pe c'.' 'Wor.:�ci iuti.1 .. an' .'' required for Finish Hard,ar °, as shown on the drawings L. dooTa, . a .., tie �r:cz.h :. ... •i s e .. ..... _ ., _......, 'exuded as part o< s.. ... .h,.'..,g oft quantities, . °._ - -V :'. +_j_; =. _:.s h s spflcifications carefully to see that all its :rs a +•-xx :.:..iuded such as brackets, hangtrs, thresholds, etc., as this ifentractor will be required to furnish all hardware complete as n „ded for the entire project, even though some items may have been inadvertently omitted from this specification, 2. Additive bid Items: ..:dative Did items shall be submit ced as ijpeclfied under Form of Pr posal where indicated on drawings and specified herein, � I'ork Not Included: Tbo following items are covered slsewhare: a. Windows • b. Toilet Tissue Disp. c. Doors 26, 27. d. Toilet partitions 4. Markina of hardware, Ea,h package of hardware r.hall be marked for its intended opening and use. A complete list in triplicate shall be furnished of hardware, giving opening and catalogue number. Approval of the schedule by the Architect will n.oc relieve this contractor of responsibility for errors of omission. . � K ®vines: Ali. loe:cs shall be musterkeye.d as per instructions of Awne.*r and /or Architect, j i 6. Make of Hardware; All bardware shall be first quality of a reputable manufacturer. This contractor shall identify all brands used for specific applications in the list he submits for ; approval. Items not doemed to be of suitable quality may be rejected by the Architect. After approval of the hardware list by the Architect, should the Contractor make any substitutions without the approval of the Architect, be shall remove substituted hardware and replace with approved hardware. The numbers used in this section have been taken from the following catalogues: Stanley, Rusewin, Pemko and Bobrick. All locks, cylinee]rs an¢ trim shall be from the sale manufacturer, 7. Fiuisb: Finish to be US26D� Dull chrome except locks and • plates. 8. Design: Design of locks to be Russwin's Futura - U332D Dull Stainless Steel. 2_ Door Closers: All Door Closers are to be furnished in Prislo Coat finish, j, • 10, Thresholds: All metal threshold! zre to be if Brasse old!. .v.: Kickplates and Push Plates: All kick auc.pjgo*:.plates are to be 0632D - Dull Stai-Liaaa: S ae1,,, . ._UardYIOreI Door 12 Ext.'- Reception . .3'0 x 618 x 1 3/4 ^rencia x Wf LH 1 pr ButtA,t:$B -.S4 4 x 1' 1 sa Lockeet DP540 1 as Door ' Closer ' 600 - 4 XI i 1 Pe Threshold 110B x 66B Door 16 Poo ' frog' Reception RHR Door 22 Dec'; from Lt. & Captor RIM Door 21 Deo� from Chief LHR 300 :c 613 x 1 3/4 Sea x Wf . 41 pr Butts 184 4 x 4 NRP 3 set Look 522 1 ea Wall Stop 350 3/4 v (Door 16) 1 ea RoV.or Stop 496 .. • pis Tbreahold 110E x 66B Dior 9 E3it fr6th Garage Ift poor 10 Ext from Garage LHR 216 z 6t8 x 1 3/4 See x Wf 3 p' Betts 184 4 x 4 NRP 2 ea Lo-,k DP340 2 ea Door Closer P600 -4 . Dour 7 Garage � Stairs RH Door 8 Ext - Lockers LH '.96 x 6 +8 x 1 3/4 Sea x Wf • 3 pr Butts Bw 84 4 x 4 W. 1 ea Look DP54o (Door 7) 1 ea Lock 522 (Door 8) R -2 �.. e, - ;. Hardware (Continued) i 2 sa Door Closer 600.3..R11 2 ea Wall Stop 350 ? pc Threshold 1108 x 66B (Door 7) Door 1 Deck - Corridor 3'0 x 618 x 1 3/4 Sea x wf 1+� pr Butte BB184 4 a 4 ' 1 ea Lock DP540 1 ea Closer 6o0.4. i ea Wail Stop 350 3/4 1 pc Threshold 172B z 102B x 66B Pr Doors 2 Deck , First Aid . 514 x 08 x 1 3/4 sea : Wf LH RH - Active 3 pr Butts 25 4 x 4 • 1 ea Lock DP 540 2 ea Flush Ext, Bolt 19812" 1 Pc Threshold 110E x 66B 1 ea Astragal A3o4 pegr 5 Corr. #or Toilet Door 15 Reception � Toilet 216 x 618 x 1 3/4 sea z Vf 3 pr Butte 184 4 x 4 2 ea Push Plate 1217 2 ea Pull Plate 1227 2 ea Door Closer 600..2 2 ea Kick Plate 6 z 28 #118 2 ea wall, stop 35o 3/4 • Door 11 Garage - Squ44 Room +8 3'0 x 6 x 1 3/4 Sea x Wf LH 1 pr BiAtts 184 4 x 4 R,.3 _'.w_::�� -,t � w,•,.�.. a.��7.��::. �..a . _-._:- '_i'rc�_:�ib =s:ys_ �,_ ® =i.4 �:.� Hardware (Continued) 1 set Lock 522 1 ea FkRar Stop - :209 1 Pc Threshold 110E x 66B Door 4 Corridor =-Squad Room RH Door 23 Lt', & Capt. - Comm, RII Door 24 Reception •- Comm, LH Door 25 Reception - Lt.& Capt, RH 310 x 6 18 x 1 3/4 He x WF (Dutch) 8 pr Butts 184 4 x 4 4 ea Latch 510 2 as Floor Stop 210 2 ea Wall Stop 350.3/4 (Dooms 23 & 24) Dq;Qr 20 Chief - Lt. & Capt. LH Door 17 Hall = Mech, Room LH Door 18 Hall ;� Chief RH Door 19 Chief .from Closet Door 11i Reception from Janitor RHR Door 6 Stairs from Storage RHR Door 3 Corridor . First Aid RH 310 x 618 x 1 3/4 Res x Wf its* Tim Butts 184 4 x 4 7 s& Lktohset 310 j as Wall Stop 350 3/4 (Doors 3, 179 18) 1 ea Baas Stop T217 (Mount at top of Door 20) Door 13 Reception - Storage V6x618x1 3/4 Iles xWf 1+} pr Butts 184 4 x 4 1 ea Deadlock 01203 R-A4 • Hardware (Continued) 1 ea Wall Stop •35o gj4 S • I E $ATH ACCESSORIES 2 ea Towel Disp #B262C 7 ea Robe hooks #481T (1 -bath 203, 2-Bath 105, 4-Looker-Room) 2 ea Soap Disp " 024 3 ea Soap & Grab #465L (Showers) 2 ea Mirror & Shelf #6118 FP 1 ea Mirror & Shelf #6148 FP MISCELLANEOUS 2 ea 2 as 22 pr 37 ea 22 ea 6-Ft 1 ea 2 pcs 4 sa sign 1004 amen" Stair Rail Brackets 59A Hinges 1.584 Pull 1?9 Catch #GJ23S Slide Glass Track KV 1092 Slide Glass Lock KV 963 Adjustable Shelf Standard KV80 -480 Adjustable Shelf Brackets KV180m16" R -5 SECTION S PAINTING The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1, Work Included: Furnish all 3abor, materiU s and equipment :. Comp ete painting work in Plans or Specifications, .r Sections o° S=.actfications, for Painting require. all surfaces to reca>ive paint but left unfinisher. prime coated fixtures and equipment. Do not pai;ct _ai 2. Materials; Shall ba r,7^ ;t a.p3 ;.ambert, Sinclair, or approves. equal, first line quality, delivered to job in original, unopened labeled containers. At lease. thirty dais before painting, sub,-it to Architect a written list o' all materials to be used, Ordr..r no materials without approval of Architect; No subsequent deviations will be allowed. 3. Workmanship; a. fusp ac all areas before painting.. Notify Architect immediately of unsuitable suri'aeea. Paiatiu6 constitutes ascendence of surface by Painting C•ontractre. Roualat entire surface where unsatisfactory finis'i rosults from • defective surface, b. SuLmit samples to Architect of all f_.n.shes to match color Schedule prepared by architect. Do nr.t apply finish coats without approval, C, Materials shall be of proper consistency, smoothly and evenly spread, covering completely, free from runs, sags, or other defects, Dr not paint durLhg unfavorable weather. d. Do not reduce or alter materials e:.eept as recommended by manufacturer. e. Seal knots and sap spots on surfaces to be painted. f. Prime and back -prime all wood to 'Je painted as soon as possible after delivery to site, g. Patch holes, cracks, other defee:s in plaster; smooth to level of original surface. Ligbtly sand rough surfaces. h. Putty nail holes, putty or spat is open joints and other defects after priming i* dry and before second coat.. 1. Remove aft or rust before painting metal. Pretreat galvani. -, ed iron with chryataline zinc 'phosphate preparation. J. Allow minimum or twenty..four hours between coats; more if required for adequate drying. k, Protect adjacent work. Repair damage to work of other trades at painting Contractor's expense. 1. Store materials in assigned space on premises. Protect floor. Mix paint in suitable container, Remove thinner • "' soaked rags at end of each day'h work, M. Upon completion remove from site all materials and debris resulting from painting, Clean paint from hardware, floors, glass, plumbing fixtures, other Unpainted surfaces. �F 4. Guarantee: The Painting Contractor shall guarantee his work against defect in materials and workmanship for a period of one year, After filing of Notice of Completion. nepair defeats occuring within guarantee period in manner acceptable to Owner° and Architect. S. Schedule of Finishes: EXTOR Surfaces Stucco All wood Metal (except copper) Copper Concrete block Finish no finish 2 Coate stain 1 shop coat primer 2 coats low sheen house paint no finish 2 coats masonry paint INTERIOR • Schedule No. Surface Finish Finish #1 Plaster 1 coat pigmented primer+.sealer 1 Coat flat interior vinyl LI Finish #2 Plaster 1 coat pigmented pritfibir..sealer Woody 1 coat Low -sheen Eggshell enamel Masonry (light stipple finish on walls Finish #3 Plaster., Same as #2, except use gloss Wopos enamel final coal; Masonry, Finish #4 Hardwood 1 application pigmented stain 1 coat sanding lacquer 3 coats lacquer S >2 • SECTION T MISCELLANEOUS ITEMS The GENERAL CONDITIONS and SPECIAL CONDITIUNS are a part of this section, 16 Scope of Work: Furnish all labor, material and services required to completely install items listed below. 2. .Additive Bid Items: Refer to FORM OF PROPOSAL for listing of Separate of Additive Bid Items. 3. Toilet A Urinal Partitions Shall be Sanymetal "Academy" or approved equal, of bonderized- galvan.ixed steel. Doors and partitions shall be constructed of two sheets of stretcher leveled steel with fiberboard sound deadener cemented uniformly to metal. All edges shall be bo'and and interlocked. Headrail shall be 1 x 11" tubing. Pilasters made similar to partitions, 110 thick, Base of pilasters shall be stainless steel, 3" high. Furnish and install all stock hardware including coat hook, keepers and bumpers and paper `molder. Include baffle.at - urinal, *Finish color shall be selected by Architect. 4. Sign Letters • Allow 12.50�00 in contract .price for purchase and installation of individual letters that will identify the building and mount dii,o..X erior well. Architect will determine size, style, mater- ial and location, 18e'tting drawings will be requited for approval before letters are installed, 5 3'li hte Skylights shall be 42 inch square plastic domes as manufactured by Red Plastic Company, Lane- Aire#,ot 'approved equal, with white translucent plexiglas d5me and extruded aluminum frame and coun- terflesbing. Each skylight shall be supplied complete ready for attachment to 1 -5/8" curb. Curb by others. 6/ Unit xitchon Unit kitchen shall be Dwyer Model No G- 60 -RS. Unit shall ba in- stalled complete with all aceesaories, ready for use. 7. Game s 222x$ Overhead garage doors shall be flueh, wood, sectional, upward - acting doors as manufactured by Overhead Door Corp., or approved equal. Doors made of 1 /8" thick hardboard pressure bonded on both sides of a wood frame to make sections not leas than 1 -3/4" • finished thickness. Accurately counterbalance with torsion springs, Include hard chain hoist for each door. Door track shall wedge door tightly against opening when in closed position. Hardware shall be adequately corrosion pro- tected; Doors shall ride on ball - bearing rollers. No cylinder locks are required (Doors will be locked and unlocked from inside 5 • • Doors shall be installed by 19g11!u#1;ptxa?•pT g{ his representative and shall be guaranteed by htp against faulty workmanship or material for a period Of one year from q$tg of Notice of Comm pletion, a8 Derck Surfaci At two Second'Floor decks, inetall "Deal -O -Tex" Weatherwear Roof Deck Covering, or equal approved by Architect in writing. Appm lication only by manufacturer's licensed installer, in strict accordance aaith manufacturer's instructions, Properly flash at per #Mter and drain outlet to obtain watertight installation, 'repress slightly at drain opening to insure proper water runoff,. a+'k- hitect .,ill. select color. Se Ahnhalt Paving & Aggregate Base Aggregate aase and asphalt paving shall be itemized as Separate Bids in FObK OF PROPOSAL, All work and materials shall be in strict accordance with Sections 10, 11 and 12 of the Standard Specificatio-is, City of Newport Beach, Department of Public Works, . SECTION U PLUMBING The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this sectlon. I. Scope of Work: Contractor shall furnish and instals the plumbIng, compl te, tested and ready for use as shown on the drawings and borein specified. 2. Work Included: Soil, waste and vent piping to (5) feet out rom u ing,.cold water, hot water, one.. -as piping to (5) five feet out from building. Storm water disposal drywell. House water and gas piping. Clean -outs, access p:in.els, hose bibbs, valves, hangers, copper roof vent flashing, sleeves, escutcheons, provide gas cock; handle angle stops and trap and vent on waste line for kitchen unit (U.O.S.). 3. Work Not Included: Structural concrete and iron work. Accessories mounted on tile walls.. Field painting. 4. Approval Required: All items of material and equipment required by this section shall bear the approval of Architect and Owner, prior to the start oi' any work. The Contractor shall submit information concerning all items requiring such approval, allowing ample time for checking and processing and shall assume all responsibility for • delays incurred due to rejected items. Four copies of drawings and /or manufacturer's cuts shall be furnished for every piece of equipment, device or appliance. 0 5. ARprovals shall Include: a, Cuts of all plumbing fixtures. b. List of all Manufacturer's names and catalogue numbers of all material required for this job including: 1. Pipe hangers. 2. Cleanouts 3. Valves, Iiose bibbe and Itydrants Tbc plumbium Contractor shall submit to the Building and Safety Aept, any addi,tion.al drawings as may be required, such As Isometric drawing for cotrpXnation Waste and 'Vent ,System, and fixture unit water demand ,drayiag. Codes. Nothing in those: drawings or specifications shall be construed to permit work in violation of tho codes. 6. Permits and Fees: The contractor shall apply and pay for all permits, fee and inspections required by any of the legally constitued authorities having jurisdiction.. U-1 7. Verification of Dimensions: Contractor shall verify locations, e evat on, anc characteristics of services, equipment and .fixtures to which conn.octi ns are required. Contractor shall re-for to the Architectural drawings for exact placement of drawings for coo - ordination of .thc plumbing work to avoid interferences. 8eninga, Cutting and Patching: The contractor shall furnish information to the other trades on siie and location of.openings required, at the proper time. Contractor stall be responsible for cutting and patching of rough construction. Patching shall match origi'ual work. 9. Excavation and Backfilli s The contractor shall do all excavating, shoring and backfilling for the installati ft of wider- - ground piping and drywall. 10. Materials: a. All materials shall be v.e1,. the highest grade and free from any defects or imperfee't'lon's. b. All equipment shall be provided with manufacturers metal identification labels showing model, serial number, size capacity, eta. C. Due to highly corrosive action of beach Sand,all underground piping shall be sufficiently protected, which shall include • extra heavy coated cast iron soil pipe below and to 6" above floor and heavily wrapped water and gas piping below and to 6" above floor as horein specified, 0. Air chamber shall be installed in water piping. e. Storm water piping shall be spun type extra-heavy coated cast iron.. f. Soil, waste and vent piping: Piping below and to 6" above floor shall be spun typo extra -heavy coated cast iron. Piping above floor shall be spun type service weight coated cast iron. Piping 2 1/2" or smaller 6" above floor may be schedule 40 galvanized steel pipe with co:;ted cast iron screwed drainage fittidg&6 g. Cold water and hot water piping shall be type "K" copper With NWOkt fittings. .f .h. Not water pipe insulation shall be 1/2" thick fiberglass molded covering; Gustinbacon 115g4p -qn!' P.T ImAial. i. Gas piping shall be sojledule 4Q black steel pipe with 150# black banded malleable Iron screwed fittings and couplings. J. Wrapping for buried pipings All underground cold water, hot water and gas piping shall be wrapped as follows: 1 - Coat of coal tar primer 2 - coats of hot coal tar 949M.-OA 1 - Layur of 15#' felt 1 - Coat of hot coal tar enamel 1 - Layur of 15# tar saturated • Felt with 1/4" overlap U-2 i k. Water Heater: Day and Night Jetglas, "Century" series complete with temperature controls, heater gas cock, pilot gas cock, 100% safety pilot; gas vent to roof, roof flashing, vent cap. heater shall be A.G.A. rated, 11. Fixtures: WC /1 - Water Closet: Kohler "Elongated Bolton" K -3 7S --EBA assembly, with No. 5$B open seat and cover, supply pipe, handle angle stop, tube riser; floor flange assembly. SS /1 - 22" x 181, service Sinki Kohler "Bannon" K- 6716 -A complete with X-8906 double faucet with vacuum breaker, rim guard, wall hanger, 3" trap standard. FB /1. Foot Bath: Sohl.er K- 12145 -A CRmplets w.tJ supply fitting, pop-up drain, ;escutckieans, ".su��.�gs, ato08. . .FD /1 - F.;oor ,Drain: Smith Fig. 2210 Wtth bingR4 njok.al bronze grate, sediment,Ppc.ket. SH /1 - Shower asseq'ply; Logan Model 19140 -8 complete with double showed valve, .r..3 Oci ,shp}�er i{ead, bent oq�, escutcheons, a T.R /.1 - Wall Bung Urinal. Kohler "Bardou!' K.-4982 -T, with wall hangers, sloan "Royal" 186- 11-YVrrq i'liigp valve. ie LV /1 - 20•" x 18" Wall Type Lavatory. Kohler "Greenwich" K- 2020 -F complete with double faucet, supplies, pop•.up strainer, handle angle stops; wall mounted arm assembly; IV" 'x 1 #" cast brass L.A. "P" Trap. LV /2 v 20" x 18" Wall Type Nurses Lavatory,: Kohler "Greenwich" 9- 12667 -A complete with Gouseneck, yrtst operated double faucet, supplies, strainer, handle angle"itops wall mounted arm assembly; 1ili x 11" cast, brass L.A. "P" trap, WS /1 - 36 11..x 17$" Wall Type wash Sink: Kohler "i}Sc1p�q!ay!! K�32Q0 modified, .drilled for else IC- -8$89 m bnp gwoap dish, 4"9$20 strainer; one .4" long "#laws" 1-C2 dx�.nking faµae.t with stream control at right side; wall bu . .. tall mounted arm assembly, supplies, .handle &pelt: stops; It" past past braes J...A. "P" trap, 12, Cl @@D uD. >g4ipmr4nt, mgtlri.ul and surfaces to be �{aintpd shall be cleaned: The premises *Iia be cleared of all depr$g r1141ti.ng from tbe`work o� e:,ntraact r. 1„3, Q,mmiglions: Tbc oamisipin of e"gRptiRl aPpoialties or minor item+ of equipment, fxogl t}�g p ca¢g Qr, g ,ppjf. pations shall not rolieya the contractor frgn} SA onpibll ty,f9p B thorough and complete installatign unde apt. U -3 y J 14. Workmanship:. The installation shall be according to the highest standards and practices of :Gh@ lgdu} try. Contractor shall be responsible for a.tl openin3s and shall drill, out and patch for the Installation of his work. Patching shall be of the same materials, workmanship and finish as the original work., 15. Guarantee: All equipment, material and workmanshiy shall be guaranteed fdr a period of (1) year from date of acceptance of the complete installation by the .arc %±tect. U -4 i I, G SECTION V MATING AND VENTILATING The GENERAL CONDITIONS and SPECIAL CONDITIONS are a part of this section. 1. Scope of Works Contractor shall install a forced -air heating system for the let and 2nd floors; a ventilating system for the communications room; an exhaust system for the toilet, shower and locker areas and two gravity ventilators for tkpa garage. 2. Work Includeds Ga$ shut -off ,ya].ve and cvnne.ctipu to furnace, h galvanized soet metal ductwork, ineixls.tloln, grills and regist.¢ra, ;outside -•air intake and coosbustion• -air louve$e; forced -air f;uF #,ce with shop- fabricated intake plenum and base under fVM "@.0 ;q, gas vent tbequgb. roof cpmplete with flashing and raippap, exhaust fans and gravity roof ventilators, Low - voltage furnace controls and room thermostat with L.V. wiring In conduit. Work Not Included; Line voltage wiring. Disconnect switoixes. Painting Door Louvers. • 4. Gam P12in9: Sch.edul• 40, Black Steel, prime coated. 5.. Ductwork: Galvanized Steel, ASHRAE standards. 6. Insulation: Supply ducts in concealed spaces shall be wrapped with 1" thick fiberglass blrnnket overlapped and wired on with galvanized wire. Exposed supply duct in the furnace room shall be covered with two layers of 1/411 thick ocrregated asbestos VI th aluminum foil cover and taped at the joints and seams frith a.}winum tape. 7. Grilles and Registers: Supply registers shall be Krueger series $0 G- O.B.D. Return grille *boll be Krueger S-80 -H. Exhaust ceiling registers shall be flat stamped lattice or equal, With keyroperated louvers. ixbaust wall registers phall by Krueger seripq 3 -80 -H O.B.D.. B. .Rain Louvers: air and pgoi uation air louvers shall be aluminum. Sizes as ipc�ted. 9, Furnace: '• DAY apji NISaI T �[ €g. ,Cg. ""del 123UA -14 upflow type with "Jet'la`s" heat exob4nger cE q"g bott p14!ee, shop fabricated intake plenum as .shown, 1/L FL P. mo pr gnd 3,.9w V9.jtage controls with low- voltage room thermostat. Furp¢cg capacity §hall be j0f1,000'Htu output, 12$,000 Btu input. 1200 I{p. V--1 10. Exhaust Fans: Acme "Centri- mao:er" centrifugal roof exhaustera, or approved equal, direct driven, vi h backward curve, airfoil type blades, complete with curb -cap, disctunect switch, bird screen and back -draft damper$, of the size and capacity shown on the drawings. Toilet exhaust fan shall be single spied, Communications room fan shall be three -speed complete with three -speed flush -mount wall switch. All exhaust fan components exvos&d to weather be aluminum. 11. Roof Ventilators: Acme type MV(, or approved equal, with Integral ,curb-cap, cf tl,e sizes show,i, eatxa heavy galvanized iron. 12. Cutting and Patchin : Contractor shall provide the other traded with all,neei*asary rough -in information at the proper time, Contractor shall be responsible for 3uttingt patching and trim due to re -work caused by errors, omissiots or lack of coordination. 13. Testing and Adjusting: The sy €' ;om shall be- thoroughly bft11Anved, tested and adjusted to function in accordance with tbau intent of the design as indicated on the drawings. 14. Work by Others: Undercut doors and /or door louvers for relief- air, or make-up air to toilets, will be under Carpentry or other • sections of the specifications. 15. Guarantees: All equipment, maturiale and workmanship shall be guarantee or a period of one yoar from date of aoceptanon by the Architect, of the completed iustallation. • V -2 SECTION W ELECTRICAL The GENERAL CONDITIONS and SPECIAL CONDITIONS are a p rt of this section. 1. Sc2pc of Workc Furnish and install complete and in service all necessary labor, material, equipment and services required for the complete electrical installation as specified herein and /or as shown on tbo drawings. All work shall be installed codes and o nc rd*paes. Noth shall be construed as parmi code or ordinance. in strict accordance with applicable W% n or any Electrical Service shall be 120/240 Y single phase 3 wire. 2. Drawings: Drawings are diagrammatic; the work shall be installed to fit the building as constructed and to coordinate with the work or other trades. 3. WorkmanabIRz All material and equipment shall be installed in a workmanlike manner by competent electricians. The exact Jn -eat o The Contractor shall make all necessary provisions to receive his work as the building progresses including proper backing, supports, inserts, anchors, cuts, chases and sleeves. a. All recessed outlets, boxes, cabinets, and fixtures shall be installed and flush with the surface of.the wall, ceiling or floor. =' ' b. All conduit shall be concealed unless,,*igirwise indicated or permitted by the Architect. Surface wiring shall be installed true and parallel to construction lines, with proper offsets into bones and around obstructions, C. A l.work shall be coordinated so that the work of each trade will properly fit together without conflict, dis- crepancies or omissions. If tbo Contractor believes that he cannot secure a proper installation using tho materials or methods indicated by the plA" and specifications, it shall be his obligation to immediately notify the Architect in writing, setting forth his reasons, and asking for instructions on. hoof to proceed, d. All exposed su..•.Faces of electrical work shall be left clea.a. al? equipment = -u aces that are warred shall be re:ftaisler as directed; all rubbish resulting from the electriUti cork shall be retnoved from the site as it accumulates. W=,1 • e. This Contractor shall make all tests required by the inspector or Architect to show.his work is properly installed. The costs of such tests and of repairing any damage caused b by such testing shall be borne by this Contractor. L. Guarantee: This Cpatrr§agtgr apo.11 guarWep hie ,yoric free from � defe+c#s of mtatsrtal AA0 avax ,i p CAF ype: 9ht oS La:av ,F.4a7c fxp'90 ! the date of acceptance of the work. Any defects that appear during the period of the guarantee shall be repaired or otherwise made good . without expense to the Owner. S. Materials:; Shall be now and of the type and quality specified, and approved for the use to which it is applied by the 1tnd*rwrilers Laboratory or other approved testing agency. Any substitution of material from that specified must be approved by the Architect. a. Conduit: National, Electrical Products, standard rigid steel hot dipped galvanized or sheradized where exposed on outside of building, under floor, of in concrete or masonry. In other locations, electrical metallic tubing may be used wbure permitted by code. Flexible conduit shall not be used except for short connections to motors that require flexible connections, Conduit in contact with the earth shall have two coats of asphalt protective paint applied prior to installation; touch up all joints and scars. Non metallic conduit shall be Johns- Manville' transits encased in concrete envelope. 1. `112- conduit openings: shall be sealed at time of installation and kept sealed until installation of wires. 2. Conduit fittings: National Electrical Products, malleable iron, galvanized or rustproof finish. b. Outlet boxes, plaster rings, and covers: National Electrical Products "red Edge ". Plaster rings shall rise the full thickness of the plaster or finish material. All outlets shall be installed plumb with plaster ring flush with finished wall or ceiling. Provide solid blocking or approved bar hangers for all outlets in frame construction. c. kiire and Oa�tlat Anaconda oopper conductors with type TRW Sb��Meation. Minimum size wire shall be #1,2 AVQ. Fixture wire sbull be not lees man #16 type AF. d. Service a ui ent: As indicated on drawings. Provide labels as required. e. Lig[btipA panels Square D NqQ with circuit breakers as indicated. Provide typewritten schedule in each panel. f. Pull boxes: Square D; code gauge as show or required. • g. Time o oc : Tork 32002,. W-2 i h Convenisnoe outlets: Hubbell 5242 lreatherproof single receptacles shall be Hubbell 5260, Clock outlet shay_ be Hubbell 7708. series, 20 amps ivory quiet AC YPe= Single pole Hubbell.1221.1 ... Double pole w Hubholl 1222"1 Three way Single pole Three way wet J. Plates: or telephone �. outlets, k. Receptacles u i..1 as code requirements £!' 6. Fixtures: F +s ^f.at1 •s.': _. `.'.:'.'... '.. ..' --.. -g proper....., la:i as Shown on puns. or t.. _al. Pro. .,11 necessary backlog, hangers, connectors, and spacers for installation of fixtures. All fixtures shall be hung so as to appear true and iovei. Electrical Contractor shall be responsible for ordering proper trim and mounting for all recessed fixtures. All lamps for outside lighting shall be rated for 130 Wm2 volt operat on. Ballasts shall be advance "Advanguard" +.- 7. Electrical Services: Shall be installed at pointd shwou on drawings anN to conform with the power company's service require- ments. Consult with power company prior to commencing work for the w,. . exact method and point of service. Provide grounds to cold water service in accordance with code. Owner shall pay all charges due Edison Company for installation of permanent services. 8. Telephone Outlets and Conduit: Shall be installed in the same manner as the electrical work. Provide service, conduits, and '.. _ outlets as indicated. Conduit shall be not loss than 3/411. Provide - >++ Nylon pull cord in all conduits. Provide ground to cold water as I required by phone company. 4 9. Relays s B;,all i,9 c: -c_e D of t'1a size required-and as shown in 4 the sctedulee and'or *.e n -bo+±n o'u the mechanical plans. 10. Conn,-':_ cn ci g 1:1.:• =e v . tsava wiring to and connection of all heating, ventilaL1'!:: : "'. ^'i_�SiioU the mechanical contract. Provide conduit and wires for and install thermostats furnished by the Mechanical Contractor. The Mechanical Contractor shall provide all necessary diagrams and instructions required for connection of equipment. 11. Disconnects: Provide Square D disconnect evitches'at all locations required. 12. Pushbuttons: Pushbuttons *call be Faraday 9010 weatber proor and corrosion resistant. 13. Chimes: Chimes shall be Nutone L-70 complete with transformer. W-3 Now 40 to UN 14. Cutting and Patching: All cutting and patching for his work shall be done by the electrical contractor. All surfaces cut and patched shall be restored to the original condition prior to cutting. All patching must meet the approval of the City of Newport Beach. Electrical Contractor shall be responsible for damage to existing utilities if the same are damaged in the execution of his work. .. :� w -4 0 SECTION CLEAN UP I. Scope of Work: Furnish all labor, materials and equipme nt required to maintain the building premises in an orderly condi- tion during construction and to clean. up the work at completion. 2. Items not Included: The normal clean-up of mat.trials and equip- - went used by particular trades shall be done by that trade as the work progresses. 3. During Construction: The Contractor shall periodically pick lip and dispose of debris, remove unused materials and properly store materials that will be incorporated in the work. This shall be done in a manner to avoid unnecessary hazard and obstruction dur- ing construction operations. 4. At Completion of Construction: action: The Contractor shah claac all c °rg h ^-hw .rt;. All cabinet shelves and drawers :!c.^rel ready for storage of materials by Owner, and elevtrical fixtures shall be shall ba b _ 9d, mopped 3A:, r" .-.•.': ' i- .... .:a .7 1Jeat and i'inished f .il debris shall be removed "yam be taken to prevent burial of `od, p p ±r, naia. ,, ecr-. , .'.11. t '::toll. 5. Finally; A :.:.;.ti :,f final acceptance by the Owner, the entire premises shall be in the condition hursinbefore described insofar as the work covered by this General Contract is concerned. m Z-1 MAIL TO: {BAIL YO CITY OF NEWPORT BEACH 5538 2 ®U32 RECORDED PAGE 175 u j 3300 w. NEWPORT BEACH NEWPORT BEACH, CALIF. 9266 ED AT REQUEST OF dr or rune c . Attn: Margery Schrouder f-�K IN OFFICIAL RECORDS of FREE ORANGE COUNTY, CALIF. 9:05 AM AUG 25 1965 u1 ' NOTICE OF COMPLETION ), WYUE CUMF, County Reyordw PUBLIC WORKS RE- RECORDED TO CORRECT NAME OF SURETY COMP._„ p i To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 5, 1965 , the Public Works project consisting of construction of Lifeguard Headquarters on which E. F. Grand was the contractor, and Accident and Indemnity Co. was the surety, was completed. I, the undersigned, say; CITY OF NEWPORT BEACH 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 August 24, 1965 at Newport Beach, California. VERIFICATION 1 I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 23, 1965 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 August 24, 1965 at Newport Beach, California. !•,, >�.� Ste' .�- Margery'Schrpuder !- City Clerk City of Newport Beach . RECORDED AT REQUEST OF = of NEw?"T a"CN ORANGE COUNTY, CALIF. FREE 9 :05 AM SEP 8 1965 J. WYLIE CAKYLE, Courtly Retoldo Ix rJ 4 J. WYLIE CARLYLE COUNTY RECORDER r of TELEPHONE: 50] -054] 'ARRE;A CODE 714 N E HALL OF RECORDS 212 WEST EIGHTH STREET P. O. BOX 238 SANTA ANA, CALIFORNIA 92702 I OFFICE OF THE COUNTY RECORDER F City of Newport Beach 3300 W. Newport Blvd. NEWPORT BEACH, California L Attn: M. Schrouder, City Clerk_ J We are returning UNRECORDED Notice. of Completion naming City of Newv Beach together with your remittance of $ NONE C�� gEpCN, PW/eb September 7, 1965 Cash By your telephone request, we are returning enclosed document. Check M. 0. (� �r J. WYLIE CARLYLE, COUNTY RECORDER Deputy P- WALKER, F 20]1 -, ' .. 22.. � .I� .� -• � a I �yy�I'j Y NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Mater al Men and to Every Other Person YOU WILL PLEASE TAKE NOTICE that on August 5, 1965 the Public Works project consisting of construction of Lifeguard HeaS on which E. F. Grandy was the contractor, and Hartfo ' Accident and was the surety, was completed. st. I, the undersigned, say: Assistant I am the/Public Works Director of the ty of Notice of Completion is true of my own knowled e. I declare under penalty of perjury that the or Executed on September 3, 1965 at Ai TION OF {CITY I, the undersigned, say: I am the City Clerk of the City of City on August 23, 1965 completed and ordered that a Notice of C I declare under penalty of perju/ Executed.on September 3, 195 e- f rs T BEACH Beach;. the foregoing is true and correct. Beach, California. v ort Beach; a City Council of said accepted the ab a described work as pletion be .filed. that the foregoing i true and correct. at Newport Be ch, California. Margery �kchr¢u City Clerk \ City of Newport MAIL TO: CITY OFrNEWPORT BEACH 20032 BOO-( 7643 PACE 175 3309.,w• NEWPORT BEACH RECORDED AT REQUEST OF NEWMRT BEACH, CALIF. 92660 �y of xtwvo IN OFFICIAL RECORDS OF FREE ORANGE COUNTY, CALIF. 9:05 AN AUG 25 1965 NOTICE OF COMPLETION ), WIUE CARLYIE County Retoldp PUBLIC WORKS ' RE_RECORDED TO CORRECT NAME. OF SURETY COMPANY To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of construction on which was the was the • CITY OF NEWPORT BEACH Director 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 August 24, 1965 at Newport Beach, California. I. the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on August 23, 1965 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 August 24, 1965 at Newport Beach, California. Margery Schr uder a7d" \ City Clerk City of Newport Beach,'f X11• ,,�..` J;:;S } +�(�� •ti. Col September 7, 1965 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Attention: Mrs. Pearl Walker Dear Mr. Carlyle: In accordance with our telephone conversation of today, I am returning for re- recordation the Notice of Completion which was recorded on August 25, 1965 in connection with the construction of a Lifeguard Headquarters building in the City of Newport Beach. The contractor was E. F. Grandy, and the surety was Hartford Accident and Indemnity Company. The re- recordation is necessary to correct the surety company which was indicated as National Surety Corporation when the document was recorded on August 25. Very truly yours, Margery Schrouder City Clerk City of Newport Beach MS:dg Encl. September 3, 1965 Jk . CAW Mr. J. Wylie Carlyle County Recorder P. U. Sox 238 Santa Ana, California 92702 Dear Mr. Carlyle: On August 24, 1965 a Notice of Completion was forwarded to . you for recordation in connection with the construction of a lifeguard headquarters building by E. F. Grandy. Said Notice of Completion indicated that National Surety Corporation was the surety. It should have indicated that Hartford Accident and Indemnity Company was the surety. I am attaching a Notice of Completion to indicate the correct surety. It is requested that the other document be marked to show that the Notice of Completion is being rerecorded to indicate the correction. Very truly yours, Margery Schrouder City Clerk City of Newport Beach MS :lcl Encl. NOTICE OF COMPLETION PUBLIC WORKS i To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PL SE TAKE NOTICE that on August 5. 1965. h✓v'q� , the Pgblic Works projec'. consisting of construction of Lifeguard Hea quarters AY . vy��' r on which E. F. Grandy was the contractor, and Hartford Accident and Indemnity Co an was the surety, was completed. \` CITY OF NE PORT BEACH Asst, ublic Wo ks Director I, the undersigned, say; Assistant I am the/Public Works Director of Notice of Completion is true of my own kr. I declare under penalty of perjury that Executed on September 3. 1965 VERIFICA I, the undersigned, say: I am the City Clerk of the City of City on August 23. 1965 completed and ordered that a Notice of I declare under penalty of per Executed on September 3, 19 TION City of Newport Beach; the foregoing ;dge. I. liejforegoing is true and correct. I �at Newport Beach, California. CITY CLERK ,wport Beach; th&. City Council of said accepted the abov� described work as ipletion be filed. \ that the foregoing is trie and correct. at Newport Beach,\California. 5G City Clerk ' City of Newport Beach August 24, 1965 Mr. J. Wylie Carlyle County Recorder P. O. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is a Notice of Completion in connection with the construction of a Lifeguard Head- quarters building by E. F. Grandy. Very truly yours, Margery Schrouder City Clerk City of Newport Beach MS:lci Encl. 0 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of construction on whic was the was the I, the undersigned, say: CITY OF NEWPORT BEACH 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 August 24, 1965 at Newport Beach, California. VERIFICATIO$ OF (CITY iC 1, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 23, 1965 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 August 24, 1965 at Newport Beach, California. N argery ScHrouder City Cleric City of Newport Beach 0 4 AUGUST 23, 1965 TO* CITY COUNCIL FROM* P•JBL;C WORKS DIRECTOR SUBjECTe ACCEPTANCE OF CONSTRUCTION OF LIFEGUARD HEADQUARTERS (CONTRACT NO. 946) RECOMMENDATIONS. I. ACCEPT THE WORK,. P.,, AUi'HOR12E THE C17Y CLERK TO FILE: A NOTICE OF COMPLETION. 3. AUTHORIZE THE CITY CLERK TO RELEASE THE BONDS 35 DAYS AFTER NOTICE OF COMPLETION HAS BEEN FLED. DISCUSSION* THE CONTRACT FOR CONSTRUCTION OF THE LIFEQUARD HEADQUARTERS HAS BEEN COMPLETED TO THE SATI.SFAC 1 ON OF THE PUBLIC WORKS DEPARTMENT, THE BID PRICE WAS. $63,678.00 EXTRA WORK AMOUNTED TO* $ 396.00 THE FINAL CONTRACT PRICE WAS* $63,599.00 THE EXTRA WORK WAS FOR INCREASING THE. LENGTH OF ?HE PILINGS TO ALLOW FOR EROSION OF THE BEACH. THERE WERE OE:DUCTIONS FOR NARROWING THE DRIVEWAY AND DELETION OF T:i F. SIGN FROM THE CON','RAC ".T. THE CONTRACTOR IS E. F. GRANDY OF COSTA MESA, CALIFORNIA. Y IA THE ORIGINAL DATE OF COMPLETION WAS JULY 16, 1965. THE BUILDING WAS COMPLETED AND OCCUPIED BY THE LIFEQUARD SERVICE ON JULY' 6, 1965 HOW- EVER, THE FINAL PAVING OF THE DRIVEWAY WAS DELAYED UNTIL. AJGUS' 5, 1965, DUE TO T "HE STRIKE BY THE EQUIPMENT OPERATORS.. A TIME EXTENSION OF 20 DAYS 15 RECOMMENDED. JOSEPH T. DEV[.IN PUBLIC WORKS DIRECTOR GPD:BE %- (U) 1 i X011?, 6106 2 ♦ k98dl i lex Or to CITT ( IL of To car of NRit%T I1MH AiWfDM A CB t FM CCWVMCTM 3 Or TO i.irlat"D WAY1QIYjjVW 4 5 ,l mks irwrsarrutt. to tbs Nottsa awititt kids fear Woark 6 I casolattarf of ibs aaaasataraetisat of atlas .lam NOW40 a om to em 7 City of t llaaarb► is, +aaecordsma* with do y%Aaa ad oreUtma- 8 tlarart las+stoftM adoftsd, bids maaars aroolved as the lard day of 91 f bg%Wyr► 14if► "d tub1teIY *PON" a" dmUM*di a" 10 WMMO It &PPOWS dot the lawn tosysssibls :iddw 11 dwmt r is IL, F. G""yj 12 �► IT "SOLVO ibat the 144 of ti, !, 13 ftmw* is the *WOO" of WAYS be seemptod amid that do omtr"t 14 fear tbt eesats"ClOt vwk M swtratad to sold bidden, 15, sa IT mum > umvim that do Holm a" City clost oaro 16I b ob7 a+stbas#ssd Mad directed to execute a *"gust la asemods"s 17 vitb %be op"Ifieatiass► Mid sad tbia weaard +rat babsif of diw Clty 18 sf M No Dart beat*. Sad that do City Clork be diarot" to fagastiib 19 sat as+artat e0" to tbt smoss"Mal bidder, 20, Allflfl's8 tbir ftl day of Iftwomyo It". 21 22 1 23 7 A!'1' TI 24 25 casm 26 1 27 28 29 30 31 32 TO: Finance Director FROM: City Clerk SUBJECT: Contract Contract No. C -946 • Date February 16, 1965 Authorized by Resolution No. 6106 , adopted on February 8, 1965 Date Mayor and City Clerk executed Contract February 16, 1965 Effective date of Contract February 16, 1965 Contract with " • F. Grandy Address P. O. Box 56(728 -B W. Costa Mesa, California Brief description of Contract Newport Beach Lifeguard Headquarters Amount of Contract $63, 678.00 City Clerk `�`' CERTIFICATE OF INSURANCE �1�t� py�p�r�(� u m Hartford Fire Ins Company J [M New York Uuderwn't suranee Company 1O 11t11L11'V� , m Hartford Acciden indemnity Company l'if Northwestern Unde s of Citizens Insurance Company of New Jersey ryytte�', M GROUP "® Citizens Insurance Company of New Jersey Z M Twin City Fire Insurance Company W111 I IONNEenGUT This is to certify that the company designated C. c.a. IN LIEU OF CERTIFICATES DATED 2 -10 -65 herein by Co. Code has issued to the named insured _ _ Named Insured and Address the policies enumerated below. E. F. GRANDY P. 0. Box 56 COSTA MESA, CALIF. The policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by specific entry herein, subject to all the terms of such policies. Hazards Policy Number Effective Date Expiration Date Coverages and Limits of Liability Bodily Injury Liability Property Damage Liability each person each accident -- — each accident - - - - -- - - aggregate General Liability _Premises- Operations - �6 Xax 128212Z 8 -11-64 $ _ 200 ,000 $ 500 OOO $ 100 ,000 $ 10O ,000 Elevators _ $ 200 ,000 $ 50() ,000 $ 1c)().....'000 $ 100 ,0_00 $ 100 ,000 XXXX _ $ ,000 S— _— XXXX Independent Contractors S. 200 ,000 $ 200 ,000 $ 000 $ 000 $__JQ ,000 $_IM,000 $ _ 100 ,000 XXXX Products- Completed Operations _ _ _ Aggregate: Contractual -as described below $ 000 �� $ ,000 —5i�, $ 000 .-100 Automobile Liability Owned Automobiles Is 't " -_ _ $ 000$ 2 —�. 500-000S 500-44 $ 000 LOQ. 000 $ 0001 XXXX Hired Automobiles $ 000 XXXX Non -Owned Automobiles $ _ 200 000$ 500 ,000 $ 100 ,000 _XXXX Workmen's Compensation and Employers' Liability 56 WHP 608641 $ -11 -64 Compensation — Statutory Employers' Liability Umbrella Liability $ ,000,000 Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and date.) JOB: CONSTRUCTION OF LIFEGUARD HEADQUARTERS - CONTRACT NO. 946 (Contract Price - $63,678.00) "It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the amount of coverage thereof reduced, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in cod po i } is canceled, 'TEN DAYS CITY OF NEWPORT BEACH w� tJe r oji nwjjl_b_e,given to: 3300 W. NEWPORT BLVD., 'S_" r :° NEWPORT BEACH, CALIF. 92660 L'a c?: j�4 /`S PUBLIC WORKS DEPT. 1:.0 G7yi.�: INSURANCE A GEN - Y _ Y --- 2 Date 2_11_65 : RW .....•� By .............6Y ���- _.. ...__.......................... Form G- 3106 -3 Printed in U. S. A. 6-'64 ���/ A. rued Representative x ADDITIONAL INSURED (Owner's. Protective) �P''� IN LIEU OF A/I EMT. ' DAM gio /65 L Named Insured and Address This endorsement forms a part of Policy No....5v...�..ax....... 7.._.... . .............. E. 7. CrPMDY issued by the HARTFORD FIRE INSURANCE COMPANY'GROUP company P. o. BOY 56 or companies designated therein, and takes effect as of the effective date of said policy C�,� I�EgA,�,, unless another effective date is stated herein. Effective date.......7... _ ..._........_ .............. 12:01 A. M., standard time at the address of the named insured as stated herein. It is agreed that such insurance as is afforded by the policy under Coverage B - Bodily Injury Liability - except Automobile, and Cov- erage D - Property Damage Liability - except Automobile, applies subject to the following provisions: 1. The unqualified word "insured" wherever used in the policy also includes the person or organization named below (herein- after called "Additional Insured "), but only with respect to operations performed by the Named Insured and omissions or supervisory acts of the Additional Insured in connection with work performed for the Additional Insured by the Named Insured, as hereinafter described. 2. The insurance with respect to said Additional Insured does not apply to bodily injury to or sickness, disease or death of any employee of said Additional Insured while engaged in the employment thereof. 3. The insurance with respect to said Additional Insured does not apply to liability assumed by the Additional Insured under any contract or agreement. NAME OF ADDITIONAL INSURED CITY OF NEWPORT BEACH DESCRIBED OPERATIONS CONST. OF LIFEGUARD HEADQUARTERS coNTRAcT No. 946 The premium for this endorsement shall be computed in accordance with the following premium schedule: RATE PER $100.00 TOTAL CONTRACT COST OF CONTRACT COST COV.B COV.D, PREMIUM COV.B. COV.D $63,6Ia.o0 !_! ;`0VED AS TO FORW $18.00 $10.00 Ci `i ATTORNEY. 2}4.1 -65 HW Nothing herein contained shall be held to vary, waive, alter, or extend any of the terms, conditions, agreements or declarations of the policy, other than as herein stated. This endorsement shall not be binding unless countersigned by a duly authorized agent of the company or companies. HARTFORD FIRE INSURANCE COMPANY GROUP Hartford Fire Insurance Company New York Underwriters Insurance Company Hartford Accident and Indemnity Company Citizens Insurance Company of New Jersey Twin City Fire Insurance Company LIAB aeO REV. "OLE INSURANCE AGEN"Y, INC. Counrnrigned by........ ...... _.... _'__.....___ _.-...._......._......... Aut anze Agrnt V-- `�" CERTIFICATE OF INSURANCE ,Yds ,$ m Hanford Fire 1. a Company e ® New York Under- �surance Company l llFi1 ° ®Hanford Aeeiden d Indemnity Company ® Northwestern Und<rwr ers of Citizens Insurance Company of New Jersey $iBU AfE GROUP " ® Citizens Insurance Company of New Jersey u° [T Twin City Fire Insurance Company NMT.... CONNECTICUT This is to certify that the company designated IrC.. C.del IN LM OF CEBTIt ahM DAM 2 -10 -65 herein by Co. Code has issued to the named insured I� -J Named Insured and Address the policies enumerated below. iii. IF. GRAM P. 0. BM 56 - COM 11386, QLV. The policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by specific entry herein, subject to all the terms of such policies. Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and date.) - iOD: CUNSTS MOM CF LU=M ZUDQURIM - tOMACT NO. 946 (Contract Price - #63,678.00) "It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the swunt of coverage thereof reduced, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, f a registered written notice of such cancellation or reduction is coTP ris canceled, =x Dm QF N MCH written notice liXi l be given to: 33pp W. N3i 'P BLYD., Dated: AS TO r RM Neill xchm, 0111 r. 9� Da,cd: a7�/6/6 J PUBLIC iRiM am. .CITY ATTORNEY. _n" By / u �' C01-F ',TTRAME �ENCY, INC. r. - ..,..... : y Date }' .. .. By .......... ...... .,:U�a,.-.-- - - - -.. .. . C. d- 1�- 4, rr. ...................... .......... 2-u-65 NA - --- - -- ---- - - ---- - = -- - - - -- �raiL uized Repruantative Form G -21064 Privfed in U. S. A. V64 '� Coverages and Limits of Liability Hazards Policy Number Effective Date Expiration Date Bodily Injury Liability Property Dmnage Uablllq 0, each person each accidenr , each accident I aggregate General Liability +I Premises - Operations eL 4=-128213T— 8_11_65 000 200 $ 000 — _ $ OUO �_C?K�ti Elevators am 000 '000 _ Independent Contractors_ _ _ _ $ ,000$ ,000$ '000$ x,,000 Products - Completed Operations _ _$ 200 ,Goo Aggregate: $ eM ,000 $ w ,000 - 00 $�mQ_— 0 "1?C _ $_ _ ]QQ 000 xxxx _ Contractual -as described below S 200 ,000 _I $ ,OQO S coos 1. 000 _ -5p0._ ��_ 180 Automobile Liability . Owned Automobiles a a n $ yv� 000 $— _.y��000 S 0 S 0005 $ ice ,000 S 000 000 xxxx Hired Automobiles $ !00 000 $ 0 XXS\ xxxx Non -Owned Automobiles Workmen's Compensation Compensation — Statutory d Employers' Liability Employers Liability — S 1000 Umbrella Liability $ ,000,000 Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and date.) - iOD: CUNSTS MOM CF LU=M ZUDQURIM - tOMACT NO. 946 (Contract Price - #63,678.00) "It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the swunt of coverage thereof reduced, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, f a registered written notice of such cancellation or reduction is coTP ris canceled, =x Dm QF N MCH written notice liXi l be given to: 33pp W. N3i 'P BLYD., Dated: AS TO r RM Neill xchm, 0111 r. 9� Da,cd: a7�/6/6 J PUBLIC iRiM am. .CITY ATTORNEY. _n" By / u �' C01-F ',TTRAME �ENCY, INC. r. - ..,..... : y Date }' .. .. By .......... ...... .,:U�a,.-.-- - - - -.. .. . C. d- 1�- 4, rr. ...................... .......... 2-u-65 NA - --- - -- ---- - - ---- - = -- - - - -- �raiL uized Repruantative Form G -21064 Privfed in U. S. A. V64 '� ADDITIONAL INSURED (Owner's, Protective) Mp0 $0'00 ax tta 3 W All Halal. L UD 21P 65 Named Ensured and Address This endorsement forms a part of Policy No._ 56 IM12826 1 .................__..... s. !. GRAM issued by the HARTFORD FIRE INSURANCE COMPANY GROUP company rrr Q. 56 or companies designated therein, and takes effect as of the effective date of said policy ,�.. unless another effective date is stated herein. Effective date 2_..?'5 ...._._.... _... ........... __ - 12:01 A. M., standard time at the address of the named insured as stated herein. It is agreed that such insurance as is afforded by the policy under Coverage B - Bodily Injury Liability - except Automobile, and Cov- erage D - Property Damage Liability - except Automobile, applies subject to the following provisions: 1. The unqualified word "insured" wherever used in the policy also includes the person or organization named below (herein- after called "Additional Insured "), but only with respect to operations performed by the Named Insured and omissions or supervisory acts of the Additional Insured in connection with work performed for the Additional Insured by the Named Insured, as hereinafter described. 2. The insurance with respect to said Additional Insured does not apply to bodily injury to or sickness, disease or death of any employee of said Additional Insured while engaged in the employment thereof. 3. The insurance with respect to said Additional Insured does not apply to liability assumed by the Additional Insured under any contract or agreement. NAME OF ADDITIONAL INSURED CITY or aISWBOw E&UH DESCRIBED OPERATIONS The premium for this endorsement shall be computed in accordance with the following premium schedule: RATE.PER $100,00 TOTAL CONTRACT COST OF CONTRACT COST PREMIUM COV.B COV.D. COV.B. COV.D ArE OVLED AS TO FORM $630678.00 D - "' .ellele,j $18.00 $10.00 G1 i -Y ATTORNEY 6 Y. ••- c •-1�.. N:......•... wt 2 -11.65 KW Nothing herein contained shall be held to vary, waive, alter, or extend any of the terms, conditions, agreements or declarations of the policy, other than as herein stated. This endorsement shall not be binding unless countersigned by a duly authorized agent of the company or companies. HARTFORD FIRE INSURANCE COMPANY GROUP Hartford Fire Insurance Company New York Underwriters Insurance Company Hartford Accident and Indemnity Company Citizens Insurance Company of New Jersey Twin City Fire Insurance Company r.OLE 4NSURANCE;ACEWI'Y, isc. Caunterngned by...__...ii % .. ... ......... ......... .............._...............__...... ..._..._.. ... ... ............. .... Authorized Agent LIAa 280 REV. CERTIFICATE OF INSURANCE p�p pp .$ m Hartford Fire In a Company JE New York Underwri snrance Company TMUMW " m Hanford Accident and Indemnity Company u ® Northwestem Underwriters of Citizens Insurance Company of New Jersey MEP8i11RA?'CB GROUP ®Citizens fOSUraace Company of New Jesey �' m Twin City Fire insurance Company 0RD CtNIRECTI 0 This is to certify that the company designated C.. c.d. herein by Co. Code has issued to the named insured the policies enumerated below. Ili LM CV CIRMIMMM 1 2- 210-0 Named Insured and Address so F. GRAM P. a. XK 56 COM MM.* +CIA=. The policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by specific entry herein, subject to all the terms of such policies. Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and — date.) tta®: — c,`rYaN tit - cACt N@. 9h6 (Contract Prier - 463,678.00) Olt is hereby understood asd aid that the policy to wideh this esrtiriasts rKtrs aq sat be Cenoelled, astsrisny c2aapd, Aar the aammt of evewsaes thMWf rwdstsd, Mr the POUC7 showed to lqpe until tea (10) dsys alter rectipt by the City Mark of this MY of Hcwport Naseh, City Vitus Newport 9"Obs r s registered written aoties of wueh easesllstien or rtduetLOR is 1"s canceled, 1Xff VAlg CM Olf now= MACK wntte of 1 v n to: APPI I?,mnM e;�'iv 3300 ti. NpiiII"adT ltta/Ii., 12 11 n //G �5 t MLKN, C"V. Da'rd: s2 f / ^ l9=C YC MM. CITYATTORNEY _ CALF ,1 �LRANCE ENCY, INC. Date By .., - ....1.... B NS y.......sY.......:.�... ..........Re�w Form G -21864 Printed in U. S. A. 6264 Coverages and Limits of Liability Hazards Policy Effective Expiration Bodily Injury Liability Property Damage Liability Number Date Date — each person --- each accident each accident aggregate �� General Liability Premises-Operations lr �� �/.,k A-1 Lx—N-0 ; . ,000$ S ,000 ;OQ ,000$ ,000 I{O ,000 $ ten ,000 XXXX Elevators Independent Contractors_ $ 2M ,000 $ ,000; 000 $ �� ,000 Products - Completed $ gm ,000 S OW 000 $ ��000 -- $ x,000 Operations _ Aggregate: 00 XXXX XXXX Contractual -as described below $ qty ,000$ qM 000; 1m ,000$ IAA ,000 Automobile Liability Owned Automobiles w n _ _ e $ .,yy� 000 $ ,000 $ 000 XXXX Hired Automobiles _ ` $S ars '000$ 000,$ -SPA -000 XXXX Non -Owned Automobiles $ ,000 'assn w�— $ ,000 slim ;-s ,000 - -aysr- •ao XXXX Workmen's Compensation Compensation — Statutory and Employers' Liability Employers' Liability — $ ,000 Umbrella Liability $ ,000,000 Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and — date.) tta®: — c,`rYaN tit - cACt N@. 9h6 (Contract Prier - 463,678.00) Olt is hereby understood asd aid that the policy to wideh this esrtiriasts rKtrs aq sat be Cenoelled, astsrisny c2aapd, Aar the aammt of evewsaes thMWf rwdstsd, Mr the POUC7 showed to lqpe until tea (10) dsys alter rectipt by the City Mark of this MY of Hcwport Naseh, City Vitus Newport 9"Obs r s registered written aoties of wueh easesllstien or rtduetLOR is 1"s canceled, 1Xff VAlg CM Olf now= MACK wntte of 1 v n to: APPI I?,mnM e;�'iv 3300 ti. NpiiII"adT ltta/Ii., 12 11 n //G �5 t MLKN, C"V. Da'rd: s2 f / ^ l9=C YC MM. CITYATTORNEY _ CALF ,1 �LRANCE ENCY, INC. Date By .., - ....1.... B NS y.......sY.......:.�... ..........Re�w Form G -21864 Printed in U. S. A. 6264 ♦ ADDITIONAL INSURED (Owner's Protective) in Liza or Aix sir. �LAM 2fij 6 Named Insured and Address This endorsement forms a part of Policy No.. _...1"G. �x !'!��!.! I• F• G� issued by the HARTFORD FIRE INSURANCE COMPANY GROUP company P. 0, = 56 or companies designated therein, and takes effect as of the effective date of said policy C ,� unless another effective date is stated herein. A/P: $28.00 Effective date -_2.._ ...._._... ... ...... ....................... 12:01 A. M., standard time at the address of the named insured as stated herein. It is agreed that such insurance as is afforded by the policy under Coverage B - Bodily Injury Liability - except Automobile, and Cov- erage D - Property Damage Liability - except Automobile, applies subject to the following provisions: 1. The unqualified word "insured" wherever used in the policy also includes the person or organization named below (herein- after called "Additional Insured "), but only with respect to operations performed by the Named Insured and omissions or supervisory acts of the Additional Insured in connection with work performed for the Additional Insured by the Named Insured, as hereinafter described. 2. The insurance with respect to said Additional Insured does not apply to bodily injury to or sickness, disease or death of any employee of said Additional Insured while'engaged in the employment thereof. 3. The insurance with respect to said Additional Insured does not apply to liability assumed by the Additional Insured under any contract or agreement. NAME OF ADDITIONAL INSURED CrW or XCWPCRT WCB DESCRIBED OPERATIONS .. -•a s: r .-e -tt :n .. - .:. The premium for this endorsement shall be computed in accordance with the following premium schedule: RATE PER $100.00 TOTAL CONTRACT COST OF CONTRACT COST COV.B COV.D. PREMIUM COV.B. COV.D APP ZOVED AS TO FORM $63#678.00 Deed: 211614Y $18.00 $10.00 CITY ATTORNEY By 14 ... ;! ..... �..... h�✓f. 2 -12-65 RW V Nothing herein contained shall be held to vary, waive, alter. or extend any of the terms, conditions, agreements or declarations of the policy, other than as herein stated. This endorsement shall not be binding unless countersigned by a duly authorized agent of the company or companies. HARTFORD FIRE INSURANCE COMPANY GROUP Hartford Fire Insurance Company New York Underwriters Insurance Company Hartford Accident and Indemnity Company Citizens Insurance Company of New Jersey Twin City Fire Insurance Company Caunterrrgnedbr......._b�`+...... .................... .......................... .... ..... ..... .... _ ..... ..... Authorized Agent LIAR 280 REV. i FIRM NAME R. F._GRANDY ennRV-aQ n n nnY S(, (09R —R or_ loth) COSTA MESA CALIFORNIA FORM OF PRGPOSAL for the GENERAL CONSTRUCTION NEWPORT BEACH LIFEGUARD HEADQUARTERS Newport Beach, California ARCHITVCTS : DOHIUS & BELL AIA 2712 E. Coast Highway Corona Del Mar DATE FEBRUARY 1 1565 (one copy to be filled 3.a and ss t r.C;;a:c:. as the bid, the other for your files) x M To: Honorable City Council City of Newpors- Beach, California The undersigned, a; tf'.3` ;)avAjag carefully read and examined the details, ftwiin,gs and spec1ficati.ons -nd having examined the premises and the condition":: :wader VIjinh the work is to be per- formed, hereby agrees to tsh o t-h e labor and materials necessary for the GENERAL CONSTRUCTION VOI'K of the LIFEGUARD HEADQUARTERS, Newport Beach, California, quoted on bet.ew, i -.:s the suns there indicated and 'hereby agrees to crmpl::te tee eceire work within 150 consecutive calendar days. BASE BID: INCLUDING ALL 'WORK 5*11OW44 ON THE DRAWINGS AND SPECIFIED HEREIN, BUT EXCLUrl -: G SEPARATE BIDS I,2STEDlBELOW: �o SEPARATE BID # 1: State the additive separate price for cabinet work indicated in the Communications Room Number 205,. ADD SEPARATE BID # 2: State the a0d1tive separate price for all other cabinet work indicated ADD _SEPARATE BID #, 3: State the additive separate price for installing terrazzo floor & base in lieu of concrete in Locker Room 103, Toilet Room 105 and First Aid Room 106 and in lieu of ceramic 6 J tile in Shower Room 104. /400 SEPARATE BID # 4: State t.-'!e additive separate price for including the prefabricated unit kitchen in Squad Room 107,, j) j ADD SEPARATE BID # State the additive separate price for including sewer and water service ccunecti.ons between building and city lines as indicated on the Site Plan, nn//77 ADD FORM OF PROPOSAL - 2 E. F. ,Grandy 3 0 6 SEPARATE BID YP 6: STATE the additive separate prices for exter- ior paving of parking area and service drive, for low block wall at pdrking area and for dry well. a. Price utilising concrete parking area: ADD b. Price utilising asphalt paved parking area: ADD (s —s Lol-r I 0 CONTRACTOR CANNOT WITHDRAW H18 BID FOR A PERIOD OF THIRTY (30 DAYS FOLLOWING THE DATE OF OPENING OF BIDS* FORM OF PROPOSAL E. F. Graagy 0 0 UNIT PRICES: When and where applicable, the following prices way be used in ...making changes and/or adjustments during the course of the,work, A single unit price _sklail be used whether for addition or cmissi UNIT PRICES 1. Price der ctjhic 3r g. fqx, goperal excavation work, including necessary snoring and cribbing will be: a. To 3 °0" below existing grade ................ b. Between 3 10" and 710" below existing grade, 2. Price per cu. yd. for concrete in place, includ- ing fo7r;:.s not reinforced will be ...... .......... 3. Price per pound, for reinforcing steel in place will be .............. I ................ .... 4.. Price per square yard for two coats of Interior Paint as specified will be ............. ........ LrV $_23L !VJ 5. Price per square foot for asphalt concrete paving, *_ncludiiig rock base course specified will be..._ ............................ 6. Price Re.r square foot_ for finiebed concrete paring in place will be .... ............................... $ /S 7. Price per lineal ;foot of 24" high concrete block y`o wall including footing will be ........... ....... $� FORM OF PROPOSAL ., 4 E. F. Grandy 4 C i:iraish the wnrk as shown and as aveci,fte "t for the i.::..... 1Y .. t?`e Owner elects- ... .. .. _r .:; i . -,i.16 .• offered by the yCcntra for ems sge::ified or shown, the following sums Will be added deducted from the Base Hid as indicated: ADD DEDUCT $ $ $ $ $ ADDF.NDUMS.: Receipt of the following addenda to the Contract Documents is adknow l added : Addendum No. One DATE i -29_ 5 Addendum No. DATE Addendum No. Addendum No. DATE DATE C: PROPOSAL 5 E. F. GRANDY The undersigned further agrees that in case of default in executing the required contract with necessary bonds within. ten `(10 }'days after having received notice th;it the contract is ready for signature, the proceeds of the check or bond accompanying this bid.shall become th. property of the City of Newport Beach. Lincensed in accordance with the Statutes of the State of 'California providing for the registration o Contractors, Lincense No. 'x1821 B -1, SA The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part o the undersigned in making up this bid. .n. Accompanying this proposal is Bidders Bond Cash, Certified Check, Caehlerla Check or Bond? In an amount not less than ten (10%) per cent of the total bid price. 547 -6?25 Phone Ho. February i 1, 406 Date P.O. Box 56 Costa Mesa Bidders Address Authorized Signature (?28 -B kj l2th St.) Individual Type of Organization - --, (Individual, Corporation, Copartnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all copartners if a copartnership: 110. 1 FORM OF PROPOSAL 6 , _, z .0 i IDLSIGi?ATION Oi' SUB- =CGYTR_kC`QR8 0 The undersigned. certif ��S tS:,at he has used the sins +bi.ds of the following listed contractors in making up his bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applic:abl.! pr.:visions of the specifications. No change may be made is these sub - contractors except upon the prior approval of the City C"ncil ur the City of Newport Beach,. It i., 2. 3. i 5. 6, • 7. •E 8, DECKING 9. SHEET METAL t 0, LATH & PLASTER f :» CERAMIC TI J✓ to �✓CE_sifte4. RESILIENT FLOOR/ g,�' �y ,' GLASS & GLAZE tk, PRIME & PAINT ACOUSTICAL CEILING E. F. GRANDY Bidder �Ta �J� r7Chit Authorized Signat e Individual P.O. Box 56 Costa Mesa Calif. • Type of Organization A dress (Individual Copartnership or Corporation) i E. F. GRANDY gwe"1c e COSTA MESA, CALIFORNIA DESIGNATION OF SUB — CONTRACTORS (contld) P. O. BOX 56 728 B WEST 19TH STREET Telephone 642.3270 Kimberly 7.6725 Item of Work Sub — Contractor Address 3-- BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECITNICAL ABILITY AND EXPERIUCE (The bidder is required to state what work of a similar character to th.it included in the proposed contract ho has successfully pc.r-< formed and give reference which will enable thL: City Council to judge of his responsibility, experience, skill and business standing,) The undersigned submits he.rawith a statement of his financial responsibility, The undersigned submits below a statement of the work of a similar character to that included in the, proposed contract which he has successfully performed. We are or .anal i fi oA i t., i-�Ia 9tatw �� QTiP _211114"d n I I A r g (Rpnui rpmSn,t,_ • for_ pre,�ualiat�„o,� Sn9�.�.��.111dI1S�al s at mant, nrPnaTP3_ "" b,y asrtl_Pied accou art), exDerie g„st�aj��nx, and fine responsibility),_ • Signed_ Page S o.f -.0 M Y 0 NON COLLUSION AFFIDAVIT duly a worn on their oaLhs Say, t.h.&y any D1' ha-va in any way, directly or into any arrangem-ant or agreement with any Gt--,-.3r or w±V arty public officer of such CITY OF NEYPOIRT 1, 4b�,�aby c -0- or affiants a- either of them, Alas pa id or ia t�7 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 anythl-.-3 of value whatever, or such affiant or affiall-ts or either of tLem, has not directly or indirectly entered into any arrangn- ment 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 inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to a�%-, wl?nmsoever to influence, the acceptance of the said bid or of the contract, nor, has this bidder any agrooment .or understanding of any kind wbatsoelrer, With any p >rson whomsoever to pay, deliver to, or share with any oth<-.,r person, in any -way or manner, any of the proceeds cf the contracts sought by this bid. Subscribed atld sworn to before me b E- V- Gra this 3rd y day of February 1865. My Commission expires: 2/23/68 V Dorothy W. Butler. Notafy PiAbltc Page I of 1 DI ER`S BOND TO ACCOMPANY PR SAL KNOW ALL MEN BY WSE PRESENTS, That we, E. F. GRANDY , as Principal, and HARTFM MCI= AND INMMF TS COMPANY as Surety, are held and firmly bound unto the CITY OF NEWPORT BEACIL, California, in the sum of M XMM (10 %) Or TIC AMOUIIR AW Dollars ($ jg% 0£ ptd ) , 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 TILE FORGOING OBLIGATION IS SUCH, That if the proposal of the above bounden, principal for the construction of Lifeguard Headquarters Building in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construction and shall execute and deliver the two (2) bonds described in the "Notice inviting Bids" within ten (10) days (not including Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for ekocution, then this obligation shall become null and void; therefore, otherwise • it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said city. IN WITNESS WHEREOF, we hereunto set our hands and seals this cal day of daauau , 19-65-, Corporate Seal (If Corporation) .s Principa B. F. GRANDY (Attach acknowledgement of Attorney in Fact) SARTFDRD ACCID»'P =WAVY /jSure- t By F Title Arlene A. Oleo, Attorney- in -mt�/ • Page i of 1 t V STATE OF County of Los Angeles, CALIFORNIA, � ss. On this ..... ---_-------- day OL .... ....... Jannary --- ------- -------- , in the year 19 before me ........................................... ................... _ ------------------------------ t_- ............ I --------- a Notary Public in and for said County, residing therein, duly commissioned and sworn, personally appeared- .- ._... ----. .... ... ... ... ..... . ..... known to me to be the Attorney-in-Fact of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the Corporation described in and that executed the OFFICIAL SEAL within instrument, and also known to me to be the person.... who executed it on T 0 OFFICIAL SEAL behalf of the Corporation therein named, and ....he.... acknowledged to me that L PUBLIC 0 N NOTARY PUBLIC - CAt(FORNIA L I IF RUTH P PRINCIPAL L F FI RINCIPAL OFFICE IN such Corporation executed the same. LOS P L 0 COUNTY Ty OS ANGELES COUNT IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official sea] the day and year in this certificate first above written. 9. ^. "A eiirn YlALnlls$ Notary Public a, and for the County of Los Ang0ce. State of.0difornia. r 0 SUBJECT: Access road to new Lifeguard Station DATE: 3 -8 -65 RE: Ltr of protest frm Mr. & Mrs. Roy Bates, 1928 W. Ocean Front Ltr of protest frm Mrs. A. A. Stahlheber. 20064 Court Ave. Ltr of protest frm Henry Wagner. Jr.. 1116 W. Ocean Front Ltr of protest frm Central Newport Beach C-% m- — Jtv Association Petitions bearing 94 signatures opposing present access road SEE SUBJECT: 6d.bi Public Works Department i February 160 I965 City Clerk Contract docuinettte for Lifeguard Headquarters, C -946 Attached are the executed copies of the above contract for the Public Works Department and the Contractor. Margery Schrouder City Clerk mew enclosures < i b T0: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: CONSTRUCTION OF THE LIFEGUA RECOMMENDATIONS: FEBRUARY 8y y11965 , CONTRACT 1. ADOPT F. RESOLUTION AWARDING THE CONTRACT TO E. F. GRANDY FOR $63,678..00,, AND 2. AUTHORIZE TXE MAYOR AND THE CITY CLERK TO EXECUTE THE CONTRACT 1i rL ♦1--°� DISCUSSION: FOUR BIDS WERE RECEIVED AND OPENED IN THE OFFICE'. OF THE CITY CLERK Al' 10:00 A.M. ON FEBRUARY 3, 1965. BIDDER BASE BID TOTAL BID E. F. GRANDY, COSTA MESA $55+`34,`00 3 0 SNYOER ^LANr.S7ON INC., COSTA MESA 56,586.70 .65,479.20 JAMES J. BARRETT, HUNTINGTON BEACH 5717(P2.00 65,585.00 HARRY KELSO, INC., NEWPORT BEACH 67,942.00 76,365.22 THE LOW BID IS 11.8% MORE THAN THE ESTIMATED COST OF $56,970.00. THE AMOUNT BUDGETED IN ACCOUNT' NO. 26- 2897 -020 IB $50,000.00. THE FOLLOWING IS A SUMMARY OF THE COSTS OF THE PROJECT. ARCHITECT'S FEE $ 3,255'00 ENGINEER 'S SOSLS REPORT 316.75 CONSTRUCTION COSTS BASE BID $55,434.00 ADDITIVE BUILDING CrONST.(ITEMS I THRU 4) 2,400.00 UTILITY CONNECTIONS +ITEM 5) 1,690.00 ACCF..Ss ROAn & PARKING AREA(ITEM 6) 4.154.00 SUSTOTA'. 6 6 8 Do 'TOTAL $67,249.75 ALTHOUGH THE LOW BID IS IN EXCESS OF THE ESTIMATE, THE BID REPRESENTS A COMPETITIVE FIGURE "OR THE 'WORK INVOLVED AND WE CONCUR WITH THE ARCHITECT IN RECOMMENDING AWARD CF ALL, PHASES OF THE PROJECT. SEE ATTACHED) A BUDGET AMEND- MENT IS BEING SUBMITTED FOR YOUR CONSIDERATION. THE NEW BUILDING WILL PROVIDE A PERMANENT HEADQUARTERS FOR THE LIFE- GUARD DEPARTMENT. THE BASIC .STRUCTURE WILL BE CONSTRUCTED ON PILES. INCLUDED IN THE SITE OPVELOPMEN'p WORK IS THE CONSTRUCTION OF AN ASPHALT CONCRETE ACCESS ROAD AND A PORTLAND CEMENT CONCRETE SERVICE AREA ADJACENT TO THE BUILDING THE ESTIMATEO DATE OF COMPLETION IS JULY 15, 1965- ATTEST 'TO OPENING OF BIDS CITY CLERK 0 EPM T. DEVLIN PUB I WORKS DIRECTOR BBN:BE ATTSe -r DORIUS & BELL A R C H I T E C T S 2712 EAST PACIFIC COAST HIGHWAY CORONA DEL MAR. CALIFORNIA • 675.1164 City Council .City of Newport Beach, :,,Newport Beach, California Re: Lifeguard Headquarters Building February 3, 1965 Gentlemen: Bids were received at the City Clerks office, 10:00 a.m., Feb. 3, 1965. A total of four bids were received from an original list of 10 bidders. Bids were expected from 6 bidders at bid time. The low bidder was E.F. Grandy of Costa Mesa. His base bid was #55,434.00 which results in a square footage cost of 415.40 for the building. Considering the type of construction, the location of the project and the quality of appointments included in the base price, we feet that the unit cost is very much in tine. The group - Ing of the low bidders indicates a good competitive bid on the part of the lowest bidder. Separate bids were called for, adding to the base bid for addition= al features required for proper operation of the headquarters, but that could conceivably be omitted until a later date. These Items weres 1. Cabinets In the Communications Room 2. Other storage cabinets inthe building 3. Terrazzo flooring in toilet, shower, locket and first aid areas. 4. Unit kitchen in Squad Room 5. Sewer and water connections 6." Access road and paved parking area E.F. Grandy's added bid for Items I through 4 totaled 42,400.00. We recommend that all of these items be included on the basis that later addition will cost more and the ease of terrazzo maintenance will soon Justify the $100.00 additional cost bid for that item. We therefore recommend to the Council that E.F. Grandy be awarded the contract for all bid items listed. Recommendations regarding Items 5 & 6 will be made by the Public Works Department, M E M B ✓t'. R 8 OF T H E A M E R I C A N I N S T I T U T E OF A R C H I.T E C T 8 1 0 2 Should the Council desire to reduce the overall building cost, we refer to our listing of deductive changes, submitted with/our final cost estimate, resulting in estimated savings of $2650.00. All of these items would tend to decrease the-qui4ity of the building and /or increase future maintenance costs, or defer installation of items that will cost more later. Very truly yours, DORIUS AND BELL, AIA ���le Architect KSB /md 0 6 CITY OF NEWPORT BEACH CITY ATTORNEY DEPARTMENT February 8, 1965 To: From: City Clerk City Attorney Subject: Agenda Item H 1 Transmitted is a resolution which, if adopted by the City Council, will award to E. F. Grandy for the amount of $63,678 the contract for construction of the Lifeguard Headquarters. THS:mec Encs. cc - Acting City Manager Public Works Director � e Tully . Se City Attorney oma *� c> m < >rl _q qo- w o-+ I zm l< SC M W -4M wm —mom ao vi =e r v z f p W e p 01 � � �� � �� • o fx 4] 7 ' N o 1! —4 � w f � �� c� o a � r A M A let /yOy� i Y 01 qv C .A! J< n o o w p s . yt "I 9* ti 0 a .+ e J m � m f )IJ m 0 0 n e r� 9D a h - C. a m I W ca -m N t a I m a a oom mw -. m e v aaw h s �C+ m w co w av jo w w J 31 o a m p► N T-1 fi 1-t 0 oma *� c> m < >rl _q qo- w o-+ I zm l< SC M W -4M wm —mom ao vi =e r v z . ' !u C� J ' IDORIUS & BELL ;y n '' A R C H I T E C T S 271_* EAST PACIFIC COAST HIGHWAY CORONA DEL MAR, CALIFORNIA 6754156 \i City Council February 3, 1965 City of Newport Beach, Newport Beach, California Re: Lifeguard Headquarters Building Gentlemen: Bids were received at the City Clerk's office, 10:00 a.m., Feb. 3, 1965. A total of four bids were received from an original list of 10 bidders. Bids were expected from 6 bidders at bid time. The low bidder was E.F. Grandy of Costa Mesa. His base bid was $55,434.00 which results in a square footage cost of $15.40 for the building. Considering the type of construction, the location of the project and the quality of appointments included in the base price, we feel that the unit cost is very much in line. The group- ing of the low bidders indicates a good competitive bid on the part of the lowest bidder. Separate bids were called for, adding to the base bid for addition- al features required for proper operation of the headquarters, but that could conceivably be omitted until a later date. These Items were: 1. Cabinets in the Communications Room 2. Other storage cabinets Inthe building 3. Terrazzo flooring in toilet, shower, locker and first aid areas. 4. Unit kitchen in Squad Room 5. Sewer and water connections 6. Access road and paved parking area E.F. Grandy's added bid for Items I through 4 totaled $2,400.00. We recommend that all of these items be included on the basis that later addition will cost more and the ease of terrazzo maintenance will soon justify the $100.00 additional cost bid for that item. We therefore recommend to the Council that E.F. Grandy be awarded the contract for all bid items listed. Recommendations regarding Items 5 & 6 will be made by the Public Works Department, M E M B E R S OF T H E A M E R I C A N I N S T I T U T E 0 F A R C H I T E C T S • 2 • Should the Council desire to reduce the overall building costp we refer to our listing of deductive changes, submitted with,our final cost estimate, resulting in estimated savings of $2650.00. All of these items would tend to decrease the quality of the building and /or increase future maintenance costs, or defer installation of items that will cost more later. Very truly yours, DORIUS AND BELL, AIA lK;. Stanley 6611, Architect KSB /md DOR• AND BELL AIA ARCHITECTS • 2712 East Pacific Coast Hwy Corona del Mar, California ADDENDUM NUMBER 1 January 29, 1965 to plans & specifications for LIFEGUARD HEADQUARTERS BUILDING City of Newport Beach, California t. �O;M__ F PR1POSALs a. Separate Bid # 6 is divided into two pars o sesepa�- rattily price concrete and asphalt paving in the parking area. In either case. the access road shall be asphalt paving, b. Unit Price #6 (price per square foot for finished concrete paving) shall be for 4" th ek concrete paving. 2. SE N _ MILSIMM Shelves in display case in Room 200 se ahal a se ect birch for natural finish. SECTION S4 poDshedIp Glass for display case doors, R Room , s a a ilbe e polished plate and shaft be furnished & installed by Finish Hardware supplier. Finish Hardware supplier shall also furnish all mirrors. 4. 3 G N R F NI H HA AR t The cabinet manufacturer shalt furn s an ns a a own working hardware such as hinges and catches. Sliding track and took for display case, shelf stand- ards and brackets and cabinet pull* shall be supplied under this Sec. S�FCjYON j MISCELLANEOU3 ITEMS MR AG RE GATE PAVING & AGGREGATE BASE: Remove only the portion of existing concrete wa lK -tnaT is in conflict with installation of new work. 6 S T 2 - ON P M 1 : The floor drain In Toilet Room 105 shall e he d rom the plumbing wall to avoid an addition- al vent stack per Newport Beach Plumbing Co e. '� 7. 8 C_� TIONW & T CA • Supply and install only conduit and out a oxes or n ercommunication system. Install pull wire In all empty conduit. 8. GENERAU Job access for material delivery may be obtained by way o e pier providing the use is limited, the pier is not blocked and normal safety precautions are observed, it to sug- gested* however, that the ramp and aggregate base for the access road be installed at the outset to provide required access. (NOTE% The access road is listed as part of a Separate Bid item for budget purposes only. It is intended that this work will be included as a part of the general construction contract). Page i of i JANUARY II, 1965 TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: CONSTRUCTION OF THE LIFEGUARD HEADQUARTERS, CONTRACT NO. 946 _ RECOMMENDATIONS: REMARKS: 1. APPROVE THE PLANS AND SPECIFICATIONS. 2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE OPENED AT 10:00 A.H. ON FEBRUARY 3, 1965. THE FOLLOWING IS A SUMMARY OF THE ESTIMATED COSTS: ARCHITECT'S FEE $ 3,255.00 ESTIMATED CONSTRUCTION COSTS: I. BASE BID FOR BUILDING 50,670.00 2. ADDITIVE BUILDING CONSTRUCTION 3,100.00 UTILITY CONNECTION 500.00 . SITE DEVELOPMENT 2,700-00 TOTAL 0,225.00 THE AMOUNT BUDGETED IS $50,000.00. A BUDGET AMENDMENT WILL BE SUBMITTED, IF NEEDED, AFTER RECEIPT OF BIDS. THE NEW BUILDING WILL PROVIDE A PERMANENT HEADQUARTERS FOR THE LIFEGUARD DEPARTMENT. ALL OPERATIONS PRESENTLY PERFORMED AT THE NEWPORT BOULEVARD OFFICE WILL BE TRANSFERRED TO THE NEW LOCATION. THE NEW OFFICE BUILDING AND GARAGE WILL BE CONSTRUCTED ON PILES. INCLUDED IN THE SITE DEVELOPMENT WORK IS THE CONSTRUCTION OF A 20 FOOT WIDE ROADWAY CONNECTING THE SITE WITH THE END OF 20TH STREET. THE ESTIMATED DATE OF COMPLETION IS JULY 15, 1965. r COUNCIL: D SPOSITIO N: �r Q� E V L I N `-�� � r S DIRECTOR FILE: �¢d�.�.�"" 0 0 December 22, 1964 City Council City of Newport Beach Newport Beach, California Subject: Final Cost Estimate for Lifeguard Headquarters Gentlemen: The final cost estimate of construction cost of the Life. guard Headquarters shows the building to be approximately X3,90 0,00 over the budgeted construction cost of X46,750.00. We feel that the building, as drawn, reflects the median line of standards acceptable for public buildings subject to hard use, severe maintenance problems$ and expected to endure for many years. If, however, it Is absolutely necessary that the building Come closer to the budget figure, the enclosed fist will show necessary cost cutting steps. Very truly yours DORIUS & BELL AIA i K. Stanley�Bell, Architect Vol �, � �• C',SV CyF��CN, ,l • LIFEGUARD HEADQUARTERS Newport Beach FINAL COST ESTIi +LATE TEN _ _ ESTIMAT Acoustic Tile 1200.00 Carpentry - rough 3600.00 Carpentry - finish 1000.00 Ceramic Tile 480.00 Concrete 1600.00 Doors, Garage 1000.00 Deck Covering 500.00 Doors, toilet enclosures 350.00 Doors, wood 600.00 Electrical 4000.00 Flooring 900.00 Glass & Glazing 940.00 Grading 350.00 Hardware, rough 300.00 Hardware, finish 850.00 Heating & ventilating 1800.00 Insulation 200.00 Lumber, rough 4000.00 Lumber, finish 800.00 Masonry 4350.00 ;.A rrors 150.00 Painting 1250.00 Plastering 3250.00 Plumbing 3850.00 Roofing 800.00 Sign 250.00 Sheet ?Metal 450.00 Waterproofing i00.d0 Weatherstripping 75.00 'dindows 600.00 Pilings, wood 3000.00 Skylites 300.00 Steel 400.00 SUB TOTAL 43,295.00 Job office 125.00 Job sign 50.00 Supervision 2600.00 SUB TOTAL 46,070.00 Builders Fee 4600.00 GRAND TOTAL $50,670.00 i. o i NN rr" (,fir LEGAL NOTICE r CITY OF NWPORT BEACH NOTICE O 8105 SEALED P 1 B M star, per. NO BID will; ecelved unless It Is made on a pr al form as bound in the sPedli<ef Each bid must be accompanied by gash, certified check an bidder's bond mal payable to the City of Newport Beaonalor an amount equal to at least 10 percent of the amount bid. such guarably to be forfeited should the bidder 10 Whom the'- contract IS awarded fait to enter Into BBIIee contract. In accareance with the pe'Motors of Section V]B of the, Labor he city Council of the City of Such' has ascertained the no IIIttO rate of W diem wages I(tY in which the work is for each craft or type .gr mechanic' needed to a tract and is set forth iri R 5196. A copy of said ResolutlmM Is l4 able in the office of the City Clerk In tllr City of Newport Beach. All bids are to be compared an the basis of the Architect's estimate of the quantities of work iR be e. +don No bid will be acosPhd.fram a Con- tractor who is not licensed in actor, dance with the provisions of Chapter 9, Division III of Business and Professions Code. Plans and Specifications, farms of pro. posals, bons, and contract may be ob- tained at the office of Darius b Bell AIA, Architects, 9719 E. Coast Highway, Corona del Mar, California, an will be available for examination at the Public Works Department, City Hall, Newport Beach, California. A deposit of $35Aa will be required for each set 01 plans- and specifications. The deposit will be returned only upon return of the documents complete and in good condition within five days after the bid Opening. The City of Newport Beach reserves the right to reiact any or all bids and to waive any informality in such bids. Dated: January 13, 1965 CITY OF NEWPORT BEACH CALIFORNIA MARGERY SCHROLIDER City Clerk Published Newport Harbor News-Press, Newport Beach, Cal4mia, January 14, 1965 5165 0 I Newport Harbor News Press mbined with DAILY PILOT was decreed a newspaper of general circulation In the of Newport Beach by Decree of the Superior Court of Orange Covnfy, Ca l ifornie, cr A248311 dated I I June, 1963. STATE OF CALIFORNIA ) ) ss. County of Orange ) 1 _William Me Schmidt being first duly sworn, and on oath depose and say that I am f4dvert181ng Mgr. of the Newport Harbor News Press /Daily Pilot, a newspaper of general circulation in the City of Newport Beach, County of Or- ange, State of California, and that a Notice of2nyiting Bids of which copy attached hereto is a true and complete copy, was printed and published in the regular Newport Beach, Costa Mesa and Huntington Beach issue (s) of said newspaper for - -___ 1 —7 wEgcj j xmdzx wkbC issues *) of Janua.r�y_.14 _..- 196._5_ _ 196--.—..- 196_ 196 —___ � 196 (signed)C,4-k.�C, <.dr�.� LC _`..._t- - -� - Subcribed and sworn to before me this 14th day of January, 5 19j—Te� i Notary Public in and for +he l County of Orange, State of California My commission expires • 0, NOTICE GF INVITING BIDS SEALED PROPOSALS will be received at the office of the City Clerk, City .He {• Newport Beach, California, Up to, III 'at rater than, 10:00 A.M., Wed. Fet, i, )965 at which time they will be pchlol, opened and read, for Per - forn•-9 walk as follows: CONSTRUCTION OF LIFEGUARD r.E= DDUARTERS BUILDING Au BID will be received Unless it Is ,rode on a proposal form as bound in F,d specifications. Each bid must be accompanied by cash, certified check or t•cder's bond made payable to the City el N =wport Beach, for an amount equal tp at least 10 percent of the amount bid. such guaranty to Be forfeited ShoUld 'the rioter to whom the contract i5 'awarded fail to enter into the contraci. In accordance with the provisions of Section 1770 of the Labor Code, the Citv Caudill cf the City of Newport Beach has dfcerfained the general prevailing rate If net diem wages in the Iacelity in y-JCO the work is to be performed for ea C' craft or type of workman or mechanm needed to execute the con- hoof antl is set forth in Resolution No. SKE A copy of said Resolution is avait• n thr c' :ice of the City Clerk in the ^'y of Nrwport Beach. All "1"% are to be Compared Id the b, is of 1:l Architect's estimate of iha quam.PCy of Work to be done. Nr btl wm to accepted from a Cov tractor who is not licensed in actor. dance with the provisions of Chapter 9, Dimsloh Ill of Business and Profession5 Code. Plans and Specifications, forms of pro• posals, bonds, and contract may be ob- tained at the office of Delius S Bell •AIA, Architects, 2712 E. Coast Highway, Corona del Mar, California, antl will be available for examination at the Public Works Department, City Hall, Newport i Beach. California. deposit of 525.00 will be required ,for each [st of plans and spedficatwo,s ;Th. deocsif will be returned only upon r i ".i of file documents complete and in 9aetl Calldltinn Wihip five day, after he bit 'Felling. Th; City Of Newport Beach reserves ,be right to 'elect any or all bids and to wave env informality in such bids. Deted: January 13, 1955 CITY OF NEWPORT BEACH CALIFORNIA MARGERY SCHROUDER City Clerk Published Newport Harbor Newsprese, Newport Beach, California, January Id, 196, 51 -65 .vim