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