HomeMy WebLinkAboutC-1670(A) - City Council Chambers, Constructioni
I
March 19, 1976
Higson Construction Co., Inc.
19 Bay Island
Newport Beach, CA 92661
Subject: Surety American Motorists Insurance Co.
Bonds No. SSM 164 721
Project City Council Chambers
Contract No. 1670
The City Council on February 23, 1976 accepted the work
of subject project and authorized the City Clerk to file a
Notice of Completion and to release bonds 35 days after
Notice of Completion has been filed.
Notice of Completion was filed with the orange County Recorder
on February 25, 1976, in Book 11656, Page 880. Please notify
your surety company that bonds may be released 35 days &fter
recording date.
Doris M. George
Acting City Clerk
swk
cc: Public works Department
c CORDED IN OFFICIAL RECORDS
ELEME T.. "h To, R OU ORDN �36 _ .ORANGE COUNTY; CAIiFORNIA
LA;;- CiTiCIER FSrFO
Q o
er EXEMPT 9'05 A.M. FEE3 25 1976
7 ,:vARD C 8 J. WYLIE CARLYLE, County Recorder �
CALIF. 92660 NOTICE OF COMPLETION "O
a+
PUBLIC WORKS CID
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 City CouZc
on which Higson Construction Ccargany
was the contractor, and American MQf=Jcztq rnanr n Cann =
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
s Director
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 February 24, 1976 at Newport Beach, California.
VERIFICATION
I, the undersigned, say: \
Acting v
I am the /City Clerk of the City of Newport Beach; the City Council of said
City on Fehrua z, 21, 1976 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 February 24, 1976 at Newport Beach, California.
L'
0
o
CITY OF NEWPORT BEACH
CALIFORNIA
March 12, 1:376
xxxxxx
W -2231
Al *Ar er Bonds
686 Carrndolet Street
Los Angeles; CA 90037
Attn: Jackie
SubJect. Construction of Mew Council Chambers (Contract No. 'Io70)
Gentlemn:
On March 1, 1976 the City of lieWort Beach received a "Release of
Notice to Withold" from Wallace Gial:enes, comer of Gialenes Truck
apd Equipmnt Co. A copy of the release is attached.
There are presently no outstanding notices to withold against the
subject project.
If them are any questions please call Kenneth L. Perry at 114-640 -2281.
Very truly yours,
J.T. Devlin 2�7 " /
Public Works Director
Attachment
cc. City Attorney
City Clerk
M.-bed
a 0
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: p+ebrUgry 24. 1976
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of city gwU o7ja CbMtWn
Contract No. 1670
on which HOPM cmWtra tim CCePNW was the Contractor
and Amide 1 Motorists Mnmzanm Cmq) W was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
• a
Gialenes Truck and Equipment Co.
12642 Prospect Avenue
Santa Ana, Calif. 92705
February 13, 1976
Mr. Kenneth L. Perry
Department of Public Works
City of Newport Beach
33 ')') Newport Blvd.
Newport Beach, Calif, 9266')
Release o4 Notice tn_W;thhold
We hereby release Notice to Withhold dated Sept. 26, 1975, to the
City of Newport Beach and H. W. McClellan in the amount of
$2, 744. 69,
Wallace Gialenes, Owner
Gialenes Truck and Equipment
S tale of California
County of Orange
01�1.7,L,ILa.i1"/ 19Z(� , before me, the undersigned, a Notary
Public in and said sLaL9, personally appeared
0__ known to me to be
the person whose name /22i�_._.� subscribed to the
within instrurant , and acknowledged to me that be _executed
the same.
Date
o n +'A �Sn ne A• >0000*
„Lt t�: WITNESS m�hdridy�nd o`ffe gj wall °o
C_I A PQiF ! s.: rORNIA e
i ^ n
y Co- �ssion Pi s..7,p
{., p; ° t7ovose es coos
N ary h� °
ub4`an`d io "rasa State
Acknoledgement
sound:: ^en
ctr
s.'
_y
CACO
n 1 C
""e
I Ile
i
k
October 3, 1975
Finance Director
City Clark
Construction of New Council Chambers, Contract No. 1670
Attached is Stop notice of Cial.eass Truck b Equipment in the amount of
$2,744.69 for equipment furnished to R. W. McClellan in connection with
subject project. Bigson Construction Company, Ina. is the prime contractor
and H. W. McClellan is the subcontractor indicated an the contract for
grading.
Laura Legion
dg
Att.
cc: City Attorney
Public Works Department
7-
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
City of Newport
(Name of owner, construction lender or public officer)
Const. Dept. 3300 W. Newport Newport Beach, Calif. HOLDER OF FUNDS,
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
Gialenes Truck & Equip. 12642 Prospect Ave. Santa Ana, Calif. 92705
(Name and address)
has furnished or has agreed to furnish Equipment
(labor, services, equipment, materials)
of the following kind Trucking
(general description of labor, services, equipment or materials)
to or for R. W. Mc Clellan
(name of person to or for whom
for the work improvement, located at, or known as:
Newport City Hall 3300 W. Newport Newport Beach. Calif.
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 2,744.69
The amount in value of that already done or furnished by claimant is $ 2.744.69
Claimant has been paid the sum of $ None and there remains due and unpaid the sum of $ 2, 744.69
plus interest thereon at the rate of per cent per annum from 19�.
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Dated: Sept. 26. 1975 Wallace Gialenes Owner
Name of Claimant
12642 Prospect Ave. Santa Ana, Calif.
Address of Claimant
/B -'I— ? 'S
,being A sworn, deposes
and says: That —he is the person(s) who signed the foregoing Stop Notice; that _he has read the same and knows thElofllN01hewt
to be true of h t S own knowledge, except as to any matters or things that may therein be stated on h1,3 information and belief and
as to those matters and things —he believes them to be true.
Subscribed and sworn to before me
this day of�� 19�.
Notary Public and in and for said state
Tbfs stendald fmm w my Mort nmal pmbl� an the &Id Iadkated. 8elom
STOP NOTICE and make eb.40, pmper to your tramaetfoa. Comult alaw er 9 you d
WOLCOTTS FORM 894 RCv. 2.78
1
kFlj"eC T £F
'" "F, Tw,
the
/S4 3
S7
all Manb,
YOYi parpda.
,i
CONES OT Ta
STATE OF CAL
❑ r,4ayor
/ SS.
[ j r�r.aaL'et
COUNTY OF
i'G' 'laorrrey
v
;ar
,being A sworn, deposes
and says: That —he is the person(s) who signed the foregoing Stop Notice; that _he has read the same and knows thElofllN01hewt
to be true of h t S own knowledge, except as to any matters or things that may therein be stated on h1,3 information and belief and
as to those matters and things —he believes them to be true.
Subscribed and sworn to before me
this day of�� 19�.
Notary Public and in and for said state
Tbfs stendald fmm w my Mort nmal pmbl� an the &Id Iadkated. 8elom
STOP NOTICE and make eb.40, pmper to your tramaetfoa. Comult alaw er 9 you d
WOLCOTTS FORM 894 RCv. 2.78
1
kFlj"eC T £F
'" "F, Tw,
the
/S4 3
S7
all Manb,
YOYi parpda.
,i
PLANT: (714) 837 -6677
eAtoro materials
4301 BIRCH ST., SUITE 1 -B
NEWPORT BEACH, CALIF. 92660
December 5, 1975
City of Newport Beach
3300 Newport Bl.
Newport Beach, Ca. 92660
co_
Release of Notice To Withhold
OFFICE: (714) 556 -0353
- . 670
We hereby release Notice to Withhold dated 9 -17 -75 to
the City of Newport Beach and R.W. McClellan in the amount
of $7,352.25 contingent on a joint check from the City of
Newport Beach made out to R.W. McClellan and F1 Toro Materials
Co. for $7,352.25.
ft RC" MATFt-ML, CO.
PAUL T. SAI.ATA
State of California
County of (grange
ON Oe c. _ 19_Z�fi efore me, the undersigned, a Notary
Pu ictil � in and for said State, personally appeared
person wnose name
to the wit in Instrument, a
he executed the same.
known to me to he the
subscribed
acknowledged to me that
WITNESS my ha and cial seal.
otaryIP 15, in an or sal , tate.
ir /F1t/'4 v 4 Ria
Acknowledgment
o„
DEC 1975 b
•1Y�.•
.y ...�y.;L�f Z
CGGOL.4.^.tE(1
U1,
STOP NOTICE TO HOLDER OF FUNDS
for Materials I urnishud and /or Labor Performed
TO CITY OF NEWPORT BEACH , HOLDER OF FUNDS,
NOTICE IS HEREBY GIVEN that the undersigned has performed labor and /or furnished materials to the contractor or other person
acting by the authority of the contractor and /or the owner in the repair, construction or alteration upon the property generally
described as follows: Old City Hall
3300 Newport B1.
Costa Alesa
The same has been furnished between the 1.4tLi day of_ .__May__ _, 19__7$_,
and the? _day of_— June 19 75. A general description of the nature of the
labor performed anti. /or materials supplied is as follows:
Fill Sand
The name or names of persons to or for whom the same was performed or furnished is (are)
R. IV. McClellan
The total value of all labor to be performed and /or materials to be furnished is $_ 7352. 25__ _
THE CLAIM OF THE UNDERSIGNED is for the value of all materials and equipment actually furnished and /or for services and labor actually
performed for which payment has not been received; which claim is $ 7352_2.5___ .
YOU ARE HEREBY NOTIFIED TO WITHHOLD sufficient money to answer the foregoing claim and any lien that may be filed therefor for record
under Article 2. Title 4, Part 3, of the California Code of Civil Procedure. ( §1190.1 to 1193.1 C.C.P.)
E1 Toro I•faterials Co.
Name of claimant
By, Paul T. Salata
_,4321 BiT -cIL.St_ suite..1- I3
Newport liteach, Ca. 92600
Complete Addro;,s of Claimant (lip Code)
STATE Or CAMORNIA )
) ss.
MUNTY JF _ Qxange .
Paul T. Salata , being duly sworn, deposes
and says: That he is the person who signed the foregoing Notice to Withhold; that he has read the same and knows the contents thereof to be true
of his own knowledge, except as to any matters or things that may therein be stated on his information and belieefff and as to those matters and things
he believes them to he true. f. '64f.'
Deponent
Paul T. Salata
Subsrnbed and scorn b0oie me
/7
nuz 17,iny, -1 -f /SCilt .- / to 75
.— tote.
Notary I'uh!iC si and to� State.
C.R. Pennavaria t „vw)
NOTICE TO WITHHOLD `Y&
WOLCOTTS FORM 884, REV. 9.68
%
WK. .
` No Q4
PURCHASE ORDER - - --
p
k NEWPORT _ pn�
APPEAITTiR _�
3300 NEWPORT BOULEVARD vACtaaaa: assT:be
""'1N�-RA��� MBGEtPl3 AND ...
NEWPORT _]LEACH, CALIFORNIA 42160 Y
Dz%jy NT.,TICAlTB. is U4 __.
PKM 11161613.2110
:--- VENDOR
�."
C Higson constructI406.> Inc.
F- 19 Eay Island
Newport Peach, Calif. 9201
7, T975 city OEM
SHIP TO
(SAME UNLESS OTHERWISE NOTED) - -
Cn- :!,traction of 1e; ,tract i �8f?
cif Chambers as per c.
LO
/'p s� ?�
g
Contract 1670
Resolution 8475
IMPORTANT
021497068 184, 580.00 The Articles covered by this Purchase Order or Contract must con -
form with the Safety Orders of the Slate of California. Division
of Industrial Safety.
Show as a separate item any retail sales tax, use tax or Federal
tax applicable to this purchase.
This order subject to California sales tax.
All allowable transportation charges must be prepaid and shown as
a separate item on the invoice. Do not include Federal transporta-
tion tax.
pGfXXlllE VYl1
CITY OF NEWPORT BEACH-
D. W. MEANS
i
PURCHASING AGENT _.
_. a
E
TO: Public Works Department
FROM: City Clerk
LI
Date May 1, 1975
SUBJECT: Contract No. 1670
Project Crmctruntinn of New Cramoil Chambers
Attached is signed copy of subject contract for transmittal to the contractor.
and Bonding Ccupany.
Contractor: Hiam Constriction CoTmanv_ "Lic
Address: 9 Bav Island, ".ewport Beach, CA 92661
Amount: $ $184,580.00
Effective Date: 2 -10 -75
Resolution No. 8475
re
Laura Lagios
LL-.dg
Att.
cc: Finance Department
Approved by the City Council this
10th day of February, 1975.
Laura Lagios, City CleT
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
11111
CONSTRUCTION OF
NEW COUNCIL CHAMBERS
CONTRACT NO. 1670
SUBMITTED BY:
HIGSON CONSTRUCTION COMPANY, INC.
Contractor
19 Bay Island
Address
Newport Beach, California 92661
City Zip
673 -1232
Phone
$184,580.00
Total Bid Price
PR 1 of 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF
NEW COUNCIL
_PROPOSAL
CONTRACT NO. 1670
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
the work required to complete Contract No. 1670 in strict conformance with the plans identi-
fied as City of Newport Beach Drawing No. B- 5046 -5 (consisting of 28 sheets); the Special
Provisions, the Standard Specifications, and the Standard Drawings; and that he will take
in full payment for the work the following unit prices for each item of work, complete in
place, to wit:
M Cu.Yds. Site preparation; excavate building
site; separate reusable backfill
material from unusable material for
the unit price of:
Two Dollars
and
twenty -five Cents
Per Cu. Yd.
500 Cu.Yds. Dispose of unusable excavated
material from building site for
the unit price of:
Six Dollars
and
seventy -five Cents
Per Cu. Yd.
3. 500 Cu.Yds. Furnish imported backfill material
for the unit price of:
$ 2.25 $ 3,150.00
$ 6.75 $ 3,375.00
Nine Dollars
and
seventy -five Cents $
Per Cu. Yd.
9.75 $ 4,875.00
PR2of3
z
2
hOM QUANTITY E
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Mix imported backfill material with
existing sandy material, and compact in
place for the lump sum price of:
P
VA
D
Sixteen hundred fifty Dollars
and
no Cents
Lump Sum Construct new Council Chambers,complete
in place, except for bid items listed
separately. This item includes utility
connections; and furnishing all transpor-
tation, materials, labor, equipment and
services necessary to complete the project
as shown on the Plans and in the Specifi-
cations, for the lump sum price of:
Lump Sum
Lump Sum
Lump Sum
One hundred fifty thousand Dollars
and
no Cents
Furnish and install carpet for the
lump sum price of:
Thirty seven hundred fifty Dollars
and
no Cents
Furnish and install drapery and drape
tracks for the lump sum price of:
Fifteen hundred thirty Dollars
and
no Cents
Reroute existing City Hall electrical
service around new Council Chamber for
the lump sum price of:
Nineteen hundred fifty Dollars
and
no Cents
9. Lump Sum Furnish and install auditorium seating
(116 seats) for the lump sum price of:
Seventy four hundred Dollars
and
no Cents
$ 1,650.00
$ 150,000.00
$ 3,750.00
$ 1,530.00
1,950.00
$ 7,400.00
oa
10. Lump Sum Furnish and-install sound sy''
for the lump sum price of...-
Twenty seven h nd nollars
and
no Cents $ 2,700.00
11. Lump Sum Furnish and install voting system for
the lump sum price of:
Forty two hundred Dollars
and
no Cents $ 4,200,00
TOTAL BID WRITTEN IN WORDS
One hundred eighty four thousand five hundred eighty Dollars
and
no Cents $ 184,580.00
4 -7 -1975
Date
HIGSON. CONSTRUCTION COMPANY.
(Bidder's Name
S/ James. D. Higson,, Pres.
(Authorized Signature
S/ Susanne. H. Higson, Sec'y. -Treas.
CONTRACTOR'S
LICENSE NO.
209384
PR3of3
NO. 673 -1232
CONTRACTOR'S
ADDRESS
19 Bay.Island,
I!
1.
—) M- DESCRIPTION
TOTAL
L I,T
II,IYT .,AY/Ir I�n1TT1",I ♦.I II/, Af,[. �1ti }/.T
nATPr
oa
10. Lump Sum Furnish and-install sound sy''
for the lump sum price of...-
Twenty seven h nd nollars
and
no Cents $ 2,700.00
11. Lump Sum Furnish and install voting system for
the lump sum price of:
Forty two hundred Dollars
and
no Cents $ 4,200,00
TOTAL BID WRITTEN IN WORDS
One hundred eighty four thousand five hundred eighty Dollars
and
no Cents $ 184,580.00
4 -7 -1975
Date
HIGSON. CONSTRUCTION COMPANY.
(Bidder's Name
S/ James. D. Higson,, Pres.
(Authorized Signature
S/ Susanne. H. Higson, Sec'y. -Treas.
CONTRACTOR'S
LICENSE NO.
209384
TELEPHONE
NO. 673 -1232
CONTRACTOR'S
ADDRESS
19 Bay.Island,
Newport, Beach,
California 92661
mv
M
P
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
0
CONSTRUCTION OF NEW COUNCIL CHAMBERS
CONTRACT NO. 1670
ADDENDUM NO. 1
NOTICE TO BIDDERS
March 31, 1975
Please be advised that the following revisions shall supplement the Plans and
Specifications, and shall become a part of the contract documents.
1. PROPOSAL
Item No. 1: Change 1100 cubic yards to 1400 cubic yards.
2. DRAWINGS
Sheet 2, a. Grading Note 4 shall be superseded by special grading Note 2
found on page 13. (Compaction shall be 95% of relative com-
paction.)
b. Estimated cut and fill calculations shall be changed as
follows:
Excavation 1400 cubic yards
Export 500 cubic yards
Import 500 cubic yards
Sheet 9, Door Schedule: add "exit" sign over door 3, mount on wood
band, center over door. Fabricate as per section 10.1 of
specifications.
Sheet 25 (E -1), Site Plan - a. A 2" conduit will be stubbed out from the
existing 3' x 5' telephone company pull box by others prior to
construction of the new Council Chamber. It will run under
the existing sidewalk and terminate just west of the walk.
b. Existing telephone conduit and cable
noted on drawing has been abandoned.
Sheet 26 (E -2), All fluorescent tubes to be warm white (ww) in lieu of
cold white (cw).
L
F March 31, 1975
Construction of New Council Chambers - Contract No. 1670 - Addendum No. 1
Page 2
3. SPECIFICATIONS
a. Add the following paragraph to Finish Hardware:
8.3.1 (g) The contractor shall base his bid on items exactly as
specified. If the contractor wishes to offer a substi-
tution, he must get written approval from the architect
prior to the time the bids are submitted, otherwise
no substitutions will be allowed.
b. Clarification to Acoustical Tile & Integrated Ceilings:
(1) 9.4.2 (d) regressed frame for light fixtures shall be supplied
and installed by the electrical contractor.
(2) 9.4.2 (e) perforated metal pans at ceiling line shall be sup-
plied and installed by mechanical contractor. Integrated
ceiling contractor to furnish and install supports.
(3) 9.4.2 (f) delete:(future lease spaces).
(4) 9.4.3 (b) (9) speakers shall be installed by electrical contractor,
acoustical tile and integrated ceiling contractor shall
coordinate and provide cut outs for speakers.
Please sign_ and date this addendum, and attach it to our bid proposal. No
bid will be considered unless this adden um is attache .
lin
Director
Addendum received by:
HIGSON CONSTRUCTION COMPANY, INC.
S/ James D. Higson. Pres.
Contractor
Date: 4 -7 -1975 S/ Susanne H. Higson, Sec'y. - Treas.
Signature
_ • Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 7th day of April , 1975 ,
at which time they will be opened and read, for performing work as follows:
CONSTRUCTION OF
NEW COUNCIL CHAMBERS
CONTRACT NO. 1670
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
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.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an the Co C_orpo —rate Seal
shall be affixed to all documents requiring signatures. In the case of a arT' tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepared by the Southern California Chapters of the erican
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), 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, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
Page 2
All bids are to be computed on the basis of,the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
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 of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 209384 Classification B -1
Accompanying this proposal is Cashiers Check
(Cash, Certified Check,, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
673 -1232
Phone Number
4 -7 -1975
Date
HIGSON CONSTRUCTION. COMPANY, INC.
Bidder's Name
(SEAL)
S/ James D. Higson, Pres.
uthorized Signature
S/ Susanne. H. Higson, Sec'y. -Treas.
Aut orized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
James D. Higson
President
James R. Anderson Vice President
Susanne H. Higson Secretary Treasurer
.c
Y
0
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and t41at the subcontractors 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 provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work
1. Grading
Subcontractor
McClellan
2031
Address
St. Anne, Santa Ana
2.
Concrete.
Kittle
953
Capital, Costa Mesa
3.
Electric
Hoglind
3001
Red Hill, Costa Mesa
4.
Heating
Schmetzer
185
S. Prospect, Tustin
5.
Framing
Hueftle
1090 Mission, Costa Mesa
6.
Glass
Model
16691 Noyes, Irvine
7.
Painting
Featherston
647
W. 17th St., Costa Mesa
S.
Masonry
Custom Craft
405
Bolsa, Newport Beach
9.
Roofing
Crank
10. Plaster /Drywall American 2875 Orange, -Olive
11. Carpeting Newport Floor Covering Corona del Mar
12.
HIGSON CONSTRUCTION COMPANY, INC.
Bidder's Nam
S/ James D. Higson, Pres.
u7u it orize ignature
S/ Susanne H. Higson, Sec'y. —Treas.
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
19 Bay Island
Newport Beach, Calif. 92661
Address
NOT APPLICABLE IRASHIERS CHECK IN AMOUNT OF $2090 Page 4
i' SUBMITTED WITH BID.
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, as Principal,
and , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves;
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
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 construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) 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 execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day of
19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
By
Title
Principal
Surety
0
t. ?.
NON- COLLUSION AFFIDAVIT
0
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding 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 of the contracts sought by
this bid.
Subscribed and sworn to before me
this 4th day of April ,
19 75 .
My commission expires:
8 -6 -1975
HIGSON CONSTRUCTION COMPANY, INC.
S/ James D. Higson, Pres.
S/ Susanne H. Higson, Sec'y. -Treas.
S/ J. E. Poole
Notary Public
FOR ORIGI10 SEE CITY CLERK'S FILE COPY •
I Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
HIGSON CONSTRUCTION CO.
Nov. 30, 1974
ASSETS
Cash $ 1,420
Construction in Progress 602,842
Buildings 52,302
Other assets 1,570
Total Assets
$658,134
LIABILITIES & EQUITIES
Notes Payable $ 80,000
Other Current Liabilities 5,889
Loans from.Stockholders 165,992
Mortgages, Notes 321,232
Common Stock 1,000
Retained Earnings 84,021
Total Liab.. & Equities $658,134
Bank and Credit Reference: Ronald Rodgers, Bank of Newport 645 -5333
HIGSON CONSTRUCTION COMPANY, INC.
S/ James D. Higson, Pres.
Signed
S/ Susanne H. Higson, Sec'y. -Treas.
0
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1969 City of Newport Beach Joseph Devlin 673 -2110
Office Annex
rs. o nson
1969 Newport National Bank Ronald Rodgers 645 -5333•
Bank Building
1969 Large Ba front Residence Arthur E.Svendsen. 546 -1161
1601 E. Bay Avenue
1970 Large Bayfront Residence Felix Juda 625 -7311
29 Linda Isle
1972 Large Bavfront Residence Richard. Yantis. 459 -0281
n.. Isle
1973 Jt.pit!i:. air .r,rrraut ;a-is�cd,:n;re jgey
Bishop
534 Via Lido Nord
1973 Large Bavfront Residence Roger Alison 644 -4161
69 Linda Isle
1973 Large Ba front Residence Dr. Phil Hansen 673 -0607
536 Via Lido. Nord
HIGSON CONSTRUCTION COMPANY,.INC.
S/ James D. Higson, Pres.
igne
S/ Susanne H. Higson, Sec'y. -Treas.
. Page 7a
,New-Council Chambers PROPOSAL
GUARANTEE
"GUARANTEE FOR CONSTRUCTION OF NEW COUNCIL CHAMBERS
(CONTRACT 1670)
We hereby guarantee that all work which we have installed
under the provisions of Contract No. 1670 of the City of
Newport Beach, California, has been done in accordance
with the drawings and specifications and that the work as
installed will fulfill the requirements included in the
specifications. We agree to repair or replace any or all
of our work, together with any other adjacent work which
may be displaced by so doing, that may prove to be defective
in its workmanship or material within a period of one year
from date of acceptance of the above - mentioned structure by
Owner, except for wear and tear and unusual abuse or neglect.
In the event of our failure to comply with the above -
mentioned conditions within a reasonable period of time,
as determined by the Owner, after being notified in writing
by the Owner, we do hereby authorize the Owner to proceed
to have said defects repaired and made good at our expense,
and we will honor and pay the costs and charges therefor
upon demand."
HIGSON CONSTRUCTION COMPANY, INC.
Signed S/ James D. Hi son, Pres.
General Contractor
Susanne H. Higson, Sec'y. -Treas.
Date 4 -7 -1975
Address 19 Bay Island, Newport Beach, CA 92661
Phone No. 673 -1232
FORM OF GUARANTEE
Direct all correspcnderce to —
?: AL t3ti4t"��a, g ? �QS •
685 Car! i t Street
Los Angeles, Cat +t,zr., " - 94057
Page 8
(213) 383L" AND MATERIAL BOND
FOUR EXECUTED 8 ® ®RZ BOND # 55M 164 721
COPIES
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted April 14, 1975
has awarded to Higson Construction Company, Inc... ... .. ....
hereinafter designated as the "Principal ", a contract for Construction of New
Council Chambers (Contract No. 1670)
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.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond.with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender., or other supplies or teams used in, upon, for,.or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We HIGSON CONSTRUCTION COMPANY, INC.
as Principal, hereinafter designated as the Contractor and
AMERICAN MOTORISTS INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
NINETY -TWO THOUSAND TWO HUNDRED NINETY & NO/100 - - -- Dollars ($ 920290.00 i )
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or hiss ubcontractors,
fail to pay for,any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor.thereon of any kind or for amounts due.under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's feq -i to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
7 • Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications.
received, hereby stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond,
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 23rd day of Ae ril 19 75
i
BY:
Approved as to 31W.
,ty Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
ae
Attest:
City Clerk
(Seal.)_.
(Seal)
X0-77 a )
MOTORISTS INSURANCE CO al)
A.
n -Fact+ =
_(Seal).
,r
• • r ��-,,,�..
.- --
�;
— - -— ��
a
_ -.;
/
: ]
: \
\
rri
cn
K`
Ln
_ _
-
!/& _
-
}!�
¢
a
. .
C-)
7
\i )
\
\
rri
cn
FOUR EXECUTED COPIES
Direct a:! correspondence to
AL LrAAMTR; BONDS
683 C >rc ^F1! t St°aet
Los Angeles, California 90057
(213) 383.2163
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 10
BOND # 5SM 164 721
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 14, 1975
has awarded to Higson Construction Company, Inc.
hereinafter designated as the "Principal ", a contract for Construction of New
Council Chambers (Contract No. 1670)
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.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
HIGSON CONSTRUCTION COMPANY, INC.
as Principal, hereinafter designated as the "Contractor ", and
AMERICAN MOTORISTS INSURANCE COMPANY
As Surety, are held.and firmly bound unto the City of Newport Beach, in the sum of
EIGHTY AND NO /100=--- - - - - --
ONE HUNDRED EIGHTY -FOUR THOUSAND FIVE HUNDRED / Dollars ($ 184,580.00 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents,
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his
or its heirs, executors, administrators, successors, or assigns, shall in all things .
stand to and abide by, and well and truly keep and perform the covenants, conditions,
and agreements in the said contract and any alteration thereof made as therein provided
on his or their part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Newport Beach, its officers and agents, as
therein stipulated, then this obligation shall become null and void; otherwise it shall
remain in full force and virtue.
Z • a
<_ Page 11
f
(Performance Bond - Continued)
And 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 to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alteration or addition to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual, it
is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been d
above named, on the 23rd day of
by the Principal and Surety
19 75
ontractor
AMERICAN MOTORISTS INSURANCE COMPANY` (.Seal)
B df (Seal)
cq Vine Rhodes —
i tto ey=in -Fact - — - - -
(Seal)
Surety
Approved as to fo
City Attorney
��'� .
. ��-
,. i
.. -- -__
_ _ -
�
_
�
_.
:
�>
CD\
\
rri
} \��
} F�
\/i
\
\_
�
\ \>
- !�
E�
^
�C
Cl-
7
\�
\
\
0
n
u
i Jp .i i u MOTORISTS INSURANCE O i. `>
ii�P.9� °ctt
UV Hn.,CJ
Home Office: Long Grove, Illinois 60049
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the AMERICAN MOTORISTS INSURANCE COMPANY, a corporation organized and existing under the
laws of the State of Illinois, and having its principal office in Long Grove, lllinoi;, dues hereby appoint
A. F. Berkor, Jacqueline Rhodes and William E. Crocker
Loy A_ngelea, Cali%orniu (I iGli)
its true and lawful agent(s) and attorney(s) -in -fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1976, wdrss suoncr reruked fur and
on its behalf as surety, and as its act and deed: Any and all bond., and u ❑drltakiugs puavided thr a.,lbunt of
no one bond or undertaking exceeds TfiP. _3 H011DR D THOUSP11D DOUPRS ($300,000„00)
This appointment may be revolted at any time by the AMERICAN MOTORIST$ INSURANCE COMPANY.
The execution of such bonds and undertakings in pursuance of thes_° prsents shall be as binding upon
the said AMERICAN A1010RISTS INSURANCE CO.`.WANY as fully and amply to all intents rind purpos.,, as if the
same had been duly executed and acknowled,eNd by its regula dy elected ofocrrs at fu priacfpel olim, in Lap;
Grove, Il�nois.
THIS APPOINTMENT SHALL CEASE, AND TFRMINATI? WITHOUT NOTICE AS OF
DECEIVIBI?.R 31, 1926
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said
AMERICt-14 MOTORISTS INSURANCE COMPA IP on May 15, 1939 at Chicuf;o, dllinols, ;t true an,l FLCCUrala [upY of
which is hereinafter set forth and is hereby certified to by the wider :ignad ;cn'tary or Aasbstant >iecrettry as
being in full force and effect: .
'NOTED, That the President or any Vice President or Secretary or any Ass mans Secretary of the Company shall
have power and authority to appoint aKents avid attorneys in fact, and to aut6ot¢n Than to execute oil b�lcdf of
the company, and attach the seal of the company thereto, bouds and uudrrteki:.,;;, cccog,.i<an: c„ a,otraou ul
indemnity and other writings obli' atory in the nature thc :evf, and ioy such ufuce. of the c,:u,peuy n:.,y appou;t
ascots for acceptance of prows."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Board of Directors of ilia company at a me,tirug duly called and lidd oa the: 22n4 day
of May, 1963:
"VOTED, That the signature of the President, any Vice President, Secretary or A Astant .Secretary, and the Seal of
the Company, and the certification by any Recremry or Asri. rant 5rcreuay, may he aili..e.t by fa.:hoil: ou any ,
power of attcrnJy executed pursuant to rm'Itui„n adopted by the Rani of fli,,, u,A uu May 16, 1902, a,.d any
such power so executed, sealed and certified with rospect to any bond or ualt.tdd_,; to ,,iJ,h it its atta,h..f, sh.11
continue to be valid and binding upon the Company."
In TL•STIMONY WHrREor, the AMERICAN MOTORISTS INSURANCE COMPANY Ims Cam-d this instrument
to be signed and its corporate seal to be affi:;ed by its ataWrized oflicer.s, this ............. .1. �t ........ ...............................
dayof .............. J T.: i....................... ............................... 19_73.
Attested and Certified:
6. 1St IC nsbnhm AS�lot :1 ➢` 5ecreLnry'
STATE OF ILLINOIS 1
COUNTY OF COOK I
AMEP,ICAN MOTORISTS
INSOICANCE COfv1PANY
By.................................................................. ...............................
T. nit P:,n.•., S. road \'ire Prod. tent
1, Tv•lflton S. Welke, a Notary Public, do hereby certify that T. nf. Patton and G. H. Kasbohm personally known to me to be
the same persons whose names are respectively as Second Vice President and :1:,slant Secrrl:u v of the Alncrir.u, ]l ulm ia; L,.v,r:u,ce
Company, a Corporation of the Stale of Illinois, subscribed to the foregoinC instrumaot, app,rand hafure ".e tl',k day iu pL-on %„i
severally acknowledged that they being thereunto duly authorized sinned, scaled with tl:e curporuti: nr;.l an,.l ddi.e,rd der a..i,l if_ he-
ntent a3 the free and voluntary act of said corponui;m and as their own free and volu uary act I.,r It,- ,.aa :u.d pu :pa :.f.. Ihn,iu
set forth
My commission expires: April 2, 1975
...,,. � _.._.._ .................... ............................... ..........................Notary Public
CERTIFICATION
I, H. C. Fall, Assistant Secretary of the American 1J, torists Insuniuce Company, do hereby cerlifv that the attach d Pmver
of Attorney dated..... ...June..1,...19.Z3 .......... ... .......... on behalf o t.. . A.P. Barlcur.,. Ja KUa1ys 13
Rhodes and William E. Crocker Loa Angeles, Calif (,,�C,O
.......... ........ ........ ........ ........ ................. ........ I..... I...................... .. �. g !............... IS a rue Litt, r.. r;ctt cm>v and that the
.... ...............................
same has been in full force and ,ffert since the mute thereof and is in full force and effect on dim .I,I, :..f li.i; n-rdlir:,w; :::,d f du
further certify that the said T. Pd. Patton and G. Id. Kasb,ilun who execuU•d flo Po. i of Ato,rnry a ,did V'ire 1',, i.1,,.t ::::.1
Assistant Sxretxry respectively were on OT date of the e%,cuiion of the Au30W,i P(-1: of Aiiuiocc th'. h.l, d "I'd 5,.,,.,d vi.e
Pnxidant and :Assistant Sccretnr) of the American _dotori -ts I::sureoce Conr,p::,,y.
IN iESIUMONY WHEREOF, I have hereunto subscribed my Mtnc and aLired the corporate .=teal of the Ameeican
hfotor;'sts I:mcrance Company on this..23,1',d ........... day of........... Apri.1 ............. 29.... 7.5.
................... Assistant Secretary
..... ............................... .. ............................... 11..............
-..._ n. r. r•:al
.i
401 �
0
CONTRACT
Page 12
THIS AGREEMENT, made and entered into this 2 91d day of A P Rit lgZ_.
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and Higson Construction Company, Inc.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. 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 furnish all
materials and labor for the construction of
New Council Chambers (Contract No. 1670)
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing 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 unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance 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 discontinuance of work, except such as in said Specifications are expressly
stipulated to•be borne by the City, and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials.and to do the work
according to the terms and conditions 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 conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
S �> Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the - Notice Inviting Bids and is incorporated by reference herein.
6, The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, 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 contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the
day and year first above written.
r
`�a'9L! FA 4i
Approved as to
OF NEWPORT,BEACH, CALIFORNIA
mayor
By
Title
t
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEW COUNCIL CHAMBERS
CONTRACT NO. 1670
1
INDEX
A. SPECIAL PROVISIONS
a
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1
II.
ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . 1
III.
FEES ........................... 1
IV.
SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . 2
V.
PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VI.
INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . 2
VII.
AWARD AND EXECUTING OF THE CONTRACT . . . . . . . . . . . . 3
VIII.
TIME . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
IX.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 3
X.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . 4
XI.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . 4
XII.
UNFORESEEN DIFFICULTIES . . . . . . . . . . . . . . . . . . 4
XIII.
CONNECTIONS TO EXISTING UTILITIES . . . . . . . . . . . . . 4
XIV.
TESTS AND INSPECTIONS . . . . . . . . . . . . . . . . . . . 4
XV.
SERVICE MANUALS AND RECORD DRAWINGS . . . . . . . . . . . . 4
B. ARCHITECTURAL SPECIFICATIONS
i.
I
II
SCOPE OF WORK
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEW COUNCIL CHAMBERS
SPECIAL PROVISTDIU-
N
SPECIAL PROVISIONS
Page 1
The intent of the City of Newport Beach is to construct under this contract a
complete facility, including the building, building equipment, built -in furni-
tdre, and site development; but not including landscaping.
ADMINISTRATION OF THE CONTRACT
A. The Public Works Director of the City of Newport Beach shall administer
this contract.
1. Any place where the word "architect" or "owner" appears in the
Architectural Specifications, the words "architect" or "owner"
shall be understood to refer to the Public Works Director of the
City of Newport Beach or his authorized representative.
2. Any change order issued to the contractor shall be void unless
signed by the Public Works Director or his authorized representa-
tive.
B. 1. The Standard Specifications of the City of Newport Beach shall
govern contractual relationships between the parties to this
contract.
2. The Architectural Specifications shall govern for determining
quality of workmanship and materials.
3. In case of any conflict between the Standard Specifications and
the Architectural Specifications, the Standard Specifications
shall govern.
III. FEES
A. The City will be responsible for securing a building permit and other
permits normally required by the City.
B. Included in the scope of the contract is the payment of all fees and the
securing of all permits normally charged by governing public agencies
other than the City; the payment of all connection charges normally
charged by serving utilities; and the furnishing of all material, labor,
and transportation necessary to complete the construction.
C. The following fees normally charged by the City of Newport Beach will be
waived:
1. Building excise tax fees.
2. Building and plan check fees normally charged for the
account of the General Fund and including plumbing,
electrical, drywall, and plastering permits.
~ '
i
I
II
SCOPE OF WORK
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEW COUNCIL CHAMBERS
SPECIAL PROVISTDIU-
N
SPECIAL PROVISIONS
Page 1
The intent of the City of Newport Beach is to construct under this contract a
complete facility, including the building, building equipment, built -in furni-
tdre, and site development; but not including landscaping.
ADMINISTRATION OF THE CONTRACT
A. The Public Works Director of the City of Newport Beach shall administer
this contract.
1. Any place where the word "architect" or "owner" appears in the
Architectural Specifications, the words "architect" or "owner"
shall be understood to refer to the Public Works Director of the
City of Newport Beach or his authorized representative.
2. Any change order issued to the contractor shall be void unless
signed by the Public Works Director or his authorized representa-
tive.
B. 1. The Standard Specifications of the City of Newport Beach shall
govern contractual relationships between the parties to this
contract.
2. The Architectural Specifications shall govern for determining
quality of workmanship and materials.
3. In case of any conflict between the Standard Specifications and
the Architectural Specifications, the Standard Specifications
shall govern.
III. FEES
A. The City will be responsible for securing a building permit and other
permits normally required by the City.
B. Included in the scope of the contract is the payment of all fees and the
securing of all permits normally charged by governing public agencies
other than the City; the payment of all connection charges normally
charged by serving utilities; and the furnishing of all material, labor,
and transportation necessary to complete the construction.
C. The following fees normally charged by the City of Newport Beach will be
waived:
1. Building excise tax fees.
2. Building and plan check fees normally charged for the
account of the General Fund and including plumbing,
electrical, drywall, and plastering permits.
z, SPECIAL PROVISIONS
Page 2
D. Every contractor and subcontractor on this project must maintain a valid
City business license at all times that he is working on this project.
E. Any connection fees for plumbing fixtures that are charged for the account
of County Sanitation District No. 5 will be paid by the City directly.
IV. SPECIFICATIONS
The contract requires completion of all the work in accordance with these
Special Provisions, the Architectural Specifications, the City's Standard
Special Provisions, the Plans, and the City's Standard Drawings and Specifi-
cations.
The City's Standard Specifications are the Standard Specifications for
Public Works Construction, 1973 Edition and 1974 Supplement thereto. Copies
of the City's Standard Special Provisions may be purchased from the Public
Works Department at a cost of $5.
The Architectural Specifications are attached to these Special Provisions.
V. PLANS
The complete set of plans for bidding and construction consists of Drawings
No. B- 5046 -S, Sheets 1 through 28, inclusive, prepared by Kermit Dorius &
Associates.
VI. INSURANCE
A. CONTRACTOR'S LIABILITY INSURANCE: The contractor shall obtain, pay for
and maintain liability insurance in accordance with the following:
Bodily Injury $250,000
500,000
500,000
Property Damage $100,000
500,000
500,000
500,000
Each person
Each accident
Aggregate products
Each accident
Aggregate protective
Aggregate products
Aggregate contractual
The limits of liability listed above supersede the limits of liability
listed in Section 7 -3 of the Standard Specifications.
B. WORKMAN'S COMPENSATION INSURANCE: In accordance with Subparagraph
11.1. 1.1 of the General Conditions, the contractor shall provide Workman's
Compensation Insurance, including Employer's Liability, of not less than
$100,000 covering all persons employed by the contractor.
C. DELIVERY TO OWNER AND ARCHITECT: Two (2) certified copies of above insur-
ance policies or certificates of insurance shall be delivered, one (1) to
the owner and one (1) to the architect, prior to the comnencement.of work,
and shall not be cancelled except upon not less than fifteen (15) days'
written notice to the owner and the architect, in accordance with Sub-
paragraph 11.1.3 of the General Conditions.
VII. AWARD AND EXECUTING OF THE CONTRACT
40 SPECIAL PROVISIONS
Page 3
A. Award of Contract: The award of the contract will be to the lowest respon-
sible bidder w ose proposal complies with all requirements described in
the contract documents. The award, if made, will be made within 30 days
after the opening of the bids.
B. Execution of Contract: The contract shall be signed by the successful
bidder and returned, together with the contract bonds, within 10 days, not
including Sundays, after the bidder has received notice that the contract
has been awarded. No proposal shall be considered binding upon the City
until the execution of the contract by the City.
The date of the contract shall be the date that the contract is executed
by the City.
VIII. TIME
Within five (5) calendar days after the execution of the contract by the City,
the City shall issue a notice to proceed.
The contract shall be completed within 200 calendar days from the date of the
notice to proceed.
IX. PAYMENT
The prices bid for the various items of work shall, unless otherwise stated,
include full compensation for all labor, materials, tools, equipment and inci-
dentals necessary to the completed work. Compensation for work shown on the
plans and described in the specifications, but not separately provided for in
the bid proposal, shall be included in the prices bid for the base bid.
Item No. 1
The upper six feet of existing soil must be removed from under an area formed
by a line drawn five feet outside the building limits, and replaced with a
mixture of sand found in the excavation and imported backfill material.
Groundwater might be encountered below four feet from the surface.
The quantity paid for under Item No. 1 shall be determined by the amount of
material excavated. The amount of material excavated shall be determined by
the City by means of cross - sectioning the excavation.
Items Nos. 2 and 3
The quantity of unusable material to be disposed of under Item No. 2 shall
be arbitrarily established as the same amount of imported material that is
required to be furnished under Item No. 3.
Item No. 8
The contractor shall reroute the existing City Hall electrical service around
the new Council Chambers, including furnishing and installing new 4" PVC conduit,
making all arrangements with and paying all charges of the Southern California
Edison Company, including paying charges for excess cable; and removing the
existing service duct and cables from underneath the new Council Chambers.
XI
XII
XIII
XIV.
CONSTRUCTION SURVEY STAKING
M
SPECIAL PROVISIONS
Page 4
Field surveys for control of construction shall be the responsibility of the
contractor. Construction staking shall be under the supervision of a California
licensed surveyor or civil engineer. Staking shall be performed for all items
ordinarily staked at intervals normally accepted by the agencies and trades in-
volved. Payment for construction and survey staking shall be included in the
base bid, and no additional allowance will be made therefor.
PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. The contractor shall arrange for
each utility company to locate facilities prior to performing work. The con-
tractor shall protect in place and be responsible for, at his own expense, any
damage to any utilities encountered during construction.
UNFORESEEN DIFFICULTIES
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination as to whether these conditions constitute extra work
and so notify the contractor in writing.
CONNECTIONS TO EXISTING UTILITIES
It shall be the responsibility of the contractor to determine the existing
conditions at the proposed connection points with existing utilities prior to
beginning construction and to notify the engineer of any differences between
the existing conditions and those shown
TESTS AND INSPECTIONS
on the plans.
A. Initial tests required by contract documents and retesting, if required,
will be paid for by the contractor.
B. The cost of tests or inspections ordered by the owner for the purpose
of determining the existence of faulty materials or faulty workmanship
shall be paid for by the contractor, except when the tests or inspections
determine that faulty materials or faulty workmanship does not exist, in
which case the owner will pay for the tests or inspections.
C. Local, legally constituted public authorities having jurisdiction over
this construction, and the owner shall be the only persons empowered to
direct tests to determine compliance or non - compliance with requirements
of the work.
XV. SERVICE MANUALS AND RECORD DRAWINGS
The contractor shall furnish two service manuals to the owner. Manuals may
be loose leaf and shall contain complete exploded drawings of all equipment
installed showing components and catalog numbers together with the manufac-
turer's name and address.
OCHITECTURAL SPECIFICATIONS 40
` a + NEW COUNCIL CHAMBERS
Index - 1
pages
1
1
2
2
F
3
1
3
2
1
2
2
1
1
2
4
INDEX TO SPECIFICATIONS
division 1
GENERAL REQUIREMENTS
1.1 General Requirements
2
SITE WORK
2.1 Demolition & Clearing
2.2 Earthwork
3
CONCRETE
3.1 Concrete
4
MASONRY
4.1 Masonry Veneer
5
METALS
5.1 Structural Steel
5.2 Miscellaneous Metal
6
CARPENTRY
6.1 Rough Carpentry
6.2 Finish Carpentry
6.3 Cabinet Work
7
MOISTURE PROTECTION
7.1 Sheet Metal
7.2 Built -up Roofing
7.3 Insulation
8
DOORS & WINDOWS
8.J' Wood Doors
s.2 Storefront, Glass & Glazing
8.3 Finish Hardware
Index - 1
pages
1
1
2
2
F
3
1
3
2
1
2
2
1
1
2
4
S,
a d
e
0
N
Index - 2
division 9 FINISHES
pages
9.1 Lath and Plaster
3
9.2 Drywall
2
9.3 Tile Work
2
9.4 Acoustical Tile & Integrated
Ceiling 2
9.5 Painting
4
9.6 Wall Covering
2
9.7 Resilient Flooring
1
9.8 Laminated Plastic
1
9.9 Carpeting
2
10 SPECIALTIES
10.1 Miscellaneous Specialties
2
10.2 Toilet Partitions
1
10.3 Operable Walls
2
11 EQUIPMENT
None
12 FURNISHING
12.1 Seating 1
12.2 Drapes 2
13 SPECIAL CONSTRUCTION
None
14 CONVEYING SYSTEM
None
15 MECHANICAL
15.1 Plumbing 7
15.2 Air Conditioning 9
16 ELECTRICAL
16.1 Electrical 4
16.2 Materials and Installation 12
16.3 New and Existing Public
Address System 4
16.4 Electronic Roll Call Voting System 3
1. Weral Requirements - 1
1.1 GENERAL REQUIREMENTS
1.1.1 THE GENERAL and SUPPLEMENTARY GENERAL CONDITIONS are
part of this Section.
1.1.2 UTILITIES: Water for the use of the Contractor during
construction will be available on the site and paid
for by the Owner.
1.1.3 SANITARY FACILITIES: Provide and maintain toilet
facilities fFr workmen for the duration of job. Toilet
facilities as per applicable codes and regulations.
1.1.4 PROTECTION: Protection barriers shall be erected to
protect the Owner's employees and the public from
building operations.
1.1.5 PARKING: Contractor's employees shall either park off the
sit—` a or where directed by the Owner.
1.1.6 SCHEDULE: Contractor shall provide Owner with a con -
strucT schedule which shall be kept up to date and
shall advise Owner of time and place that construction
will take place which may interfere with Owner's operations.
1.1.7 SHOP DRAWINGS: Contractor shall submit shop drawings
in three copies. Submittals shall be made in suffi-
cient time so as not to cause delay in operations. Con-
tractor shall check and verify all field dimensions.
Drawings shall clearly indicate by noting and by heavy
line any feature that deviates from the original.
1.1.8 TELEPHONE: Contractor at his option may install a job
telephone.
1.1.9 SIGNS: No signs will be permitted on the project except
t e project sign, identifying captions over offices,
certain directional signs and warning signs required for
safety and protection. The Contractor shall take all
necessary steps to prevent installation of all unauthor-
ized signs.
1.1.10 JOB OFFICE: Contractor shall install Job Office for the
uraation of job.
'r
t,
w
2.31Molition & Clearing - 1
2.1 DEMOLITION & CLEARING
2.1.1 GENERAL:
a. .DIVISION 1 of these Specifications is a part of this
Section.
b. Contractor to provide all labor, materials and
service for demolition and clearing as indicated
and required for new construction. This includes
existing underground.lines except for electric.
2.1.2 WORKMANSHIP:
a. Demolition materials and items shall be removed from
the site except that anything of value such as
building lights, shall be turned over to Owner for
their disposal.
b. Protect trees.
c. Protect existing walks.
d. Utilities shall be rerouted and reconnected as
per drawings and specifications before demolition
takes place.
2.2.1
2.2.2
2.2.3
49
2.2 EARTHWORK
GENERAL:
go2.2 Earthwork - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Complete all excavating, filling, backfilling and
grading as indicated on drawings and as specified
herein.
C. Any indicated bench marks or other reference points
shall be checked for accuracy.
MATERIALS:
a. Fill: Clean, non - expansive, granular soil, free of
large rocks, organic materials, clay or other debris
approved by Foundation Engineer.
b. Fill placed in flooded excavations shall consist-of
clean, on -site or import material have a Sand
Equivalent or 30, or greater per California Test
Method 217 -E. Representative samples of soil proposed
for use under such conditions shall be delivered to the
Foundation Engineer for approval at least 48 hours
prior to placement.
WORKMANSHIP:
a. The upper six (6j feet of the existing soil shall
be removed from the building area (i.e., within an
area formed by a line drawn five feet outside the
building limits). The majority of this soil can be
removed conventionally; the use of a drag line should
be anticipated for the lower two or three feet.
b. Slope existing banks of excavation where practical
to prevent caving. Existing building is on caissons.
All excavation work shall comply to the safety orders
of the Division of Industrial Safety, State of
California.
Contractor to provide and be responsible for temporary
desalting facility during rainy season (October 15
through April 1).
2.2 Earthwork - 2
r
2.2.3 Workmanship (continued):
C. Prior to backfilling, notify Soils Engineer. Soils
Engineer shall take necessary tests to verify
adequate subsurface bearing soils and approve the
excavation. It is anticipated that all but a
l' -0" thick layer of decomposed salt grass and
other organic materials can be reused as fill
material. This layer will be encountered at the
bottom of the excavation.
d. Fill and backfill shall be placed at or near optimum
moisture content in 6" lifts.
e. Fill and backfill shall be compacted to a minimum
of 958 relative compaction based on ASTM test method.
D1557 -73 modified to use three (3) layers. All areas
to be filled or backfilled shall be inspected by the
Foundation Engineer prior to fill placement.
f. Cut excavations to proper size to permit installation
and removal of forms where required.
g. All excavations for building shall be carried to
minimum depths below grade as per code or as shown
on drawings. Unauthorized excess excavations below
indicated elevations for footings shall be filled
with concrete as required for footings.
h. Bottom of footings shall be level and free of loose
material.
i. Backfilling: No flooding or jetting will be permitted.
j. Grading:
(1) Finish grades as shown on plans. Slope all
surfaces to drain water away from building
to insure adequate drainage.
(2) In area indicated as planted spaces, top 12" of
fill shall be top soil.
k. Contractor shall remove surplus excavated material
from the site unless directed otherwise by Architect
or owner.
'Y
3.1 CONCRETE
3.1.1 GENERAL:
• 3.1 Concrete - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Concrete Work as shown on the
drawings and as specified herein.
3.1.2 MATERIALS:
a. Reinforcing: Intermediate grade billet steel ASTM
A -615, bars 3/8" and larger shall be deformed.
Deformations shall conform to ASTM A -305.
b. Portland Cement: ASTM C -150, Type I. If aggregates
contain reactive substances, use Type II cement. Type
III, high -early strength cement may be used at the
contractor's option.
c. Aggregates: ASTM C -33. 1k" maximum, 3/4" maximum for
4" thick slabs.
d. Water: Clean and free from deleterious materials.
e. Expansion Joint Material: Asphalt impregnated
"Fexcell ", "Elastex" or approved equal.
f. Curing Compound: Thompson's Water Seal by Chemical
Products Co., San Francisco.
g. Underslab Membrane: .006 Polyethelene.
3.1.3 WORKMANSHIP:
a. Pouring of concrete shall be continuous. Agitate with
mechanical vibrators to secure adequate density free
of voids.
b. Floor slabs to be poured in checker board manner, single
poured areas over 2,000 square feet to be saw -cut.
Maximum spacing of saw cuts to be 50 feet.
C. Concrete shall obtain minimum ultimate compressive
strength 2,000 psi in 28 days.
d. Level slabs with a screed, tamp with a grid tamper
and finish with steel trowel (except wood float finish
under ceramic tile).
'f
a3.1 Concrete - 2
3.1.3 Workmanship (continued)
e. Apply curing compound as per manufacturer's
recommendations. After removal of forms, clean and
patch all exposed concrete.
f. All pipe sleeves, anchors and bolts, angle frames,
inserts, supports, ties and other materials in
connection with concrete construction shall be placed
and secured in position before the concrete is placed.
g. Materials delivered to the job
protected so that there will b
foreign matter and no exposure
would reduce the properties of
ties in storage shall be ample
construction.
shall be stored and
no inclusion of
to any element which
the material. Quanti-
for uninterrupted
h. 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.
i. Use approved type form ties. Wire ties will not be
permitted.
j. Forms for vertical surfaces shall remain in place at
least 24 hours after pouring. Supporting forms shall
remain in place until the members have developed.
sufficient strength to support construction loads.
k. Place 2" of sand between membrane and concrete slab.
4.1 Masonry - 2
4.1.3 WORKMANSHIP:
a. Verify all dimensions shown on drawings by taking
field measurements; proper fit and attachments of
all masonry units is required.
b. Coordinate with all other trades whose work relates
to brick masonry installation for placing of all
required blocking, subframing, backing, furring, etc.,
to insure proper locations.
c. Store masonry in manufacturer's original packing,
until ready for use. Do not stack loaded pallets
of delivered masonry. Store in protected location
off the ground. Concrete block shall be protected
from moisture.
d. Cut units with saw, free from broken or spalled
corners and edges. Minimum length of cut: 1/2 of
unit. Provide full mortar coverage of vertical and
horizontal face of joints. Step back any unfinished
work for joining with continued work. Use no warped,
spalled, cracked or broken masonry.
e. Tolerances to be within 1/8" in 5' vertically and
1/4" horizontally for length of wall.
f. Rake out defective joints in exposed work, fill with
mortar and re -tool.
g. Grout solidly behind all veneer.
h. All exposed joints: 3/8" x 3/8" raked slightly
and brushed.
i. Cover over all unfinished masonry work at night
against the elements with plastic sheet, building
paper, heavy canvas or other material approved by
the Architect.
j. Protect walls and other materials from droppings of
mortar during construction. Remove any mortar
splotches from work before they set up, point up as
necessary.
k. Pattern: 1/4 bond.
5.1 STRUCTURAL STEEL
5.1.1 GENERAL:
" Structural Steel - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Structural Steel work as
indicated on the drawings and as specified herein.
c. Submit shop and erection drawings, as per SUPPLEMENTARY
GENERAL CONDITIONS, based on the contract documents
clearly showing each piece required for fabrication
and erection.
d. Approval of drawings will cover
scheme, design and character of
the checking of dimensions, nor
relieve the Contractor from the
executing his work in accordant
drawings.
only the general
the details, but not
will such approval
responsibility for
with the contract
e. Steel which is not readily identifiable as to grade
through marking and test records shall be tested to
determine conformity to such standards. The fabri-
cator shall furnish an affidavit of compliance.
f. Except where provisions of these specifications are
more exacting, the work of this Section shall comply
with all applicable provisions of the latest editions
of the following standards:
(1) Standard Specifications for the Design and
Fabrication of Structural Steel for Buildings,
of the American Institute of Steel Construction.
(2) Code of Standard Practice for Steel Buildings
and Bridges, of said A.I.S.C.
(3) Code for Welding in Building Construction, D1.0
of the American Welding Society.
(4) Specifications for Structural joints using ASTM
A -325 or A -490 Bolts by the Research Council
on Riveted and Bolted Structural Joints.
g. The Contractor shall comply with all applicable
Federal, State and City codes and regulations for the
performance of the work of this Section, including
erection safety regulations.
.e
40 Structural Steel - 2
5.1.2 MATERIALS:
a. All structural steel and bolts shall be new and of
basic open hearth process steel conforming to all
applicable requirements of ASTM A -36, Structural
Steel for Bridges and Buildings except as noted.
b. All pipe columns, except certain minor ones specially
noted, shall meet requirements of ASTM A -53 Grade B.
c. Rivet steel shall conform to ASTM A -141 for Structural
Rivet Steel.
d. All arc - welding electrodes shall conform to ASTM
A -233 for Steel Arc - Welding Electrodes. Electrodes
shall be as recommended by their manufacturers' for
the positions and other conditions of actual use.
e. High strength bolts shall conform to ASTM A -325
except where noted on drawings, including typical
connections between columns and beams (or girders),
high strength bolts shall conform to ASTM A -490.
f. Paint shall be Tnemec No. 99G green metal primer as
manufactured by Tnemec Company, Inc., North Kansas
City, Missouri.
5.1.3 WORKMANSHIP:
a. Work shall comply with A.I.S.C. Manual of Steel
Construction, latest edition, unless more exacting
requirements are specified in the contract documents.
b. Templates shall be furnished, together with instructions
for the settling of anchors, anchor bolts and bearing
plates. Contractor shall ascertain that items are
properly set during the progress of the work.
c. Shop and field welding shall be performed in every
detail in accordance with all applicable provisions
of the above - referenced A.I.S.C. specifications and
with the Code for Welding in Building Construction
of the American Welding Society.
d. The details of all welded joints shall comply with all
of the requirements for joints which are accepted
without qualification tests under the Code for Welding
in Building Construction (AWA Designation D1.0) of
the American Welding Society and, in addition, to the
specific requirements of the drawings.
•� i
5.1.3 Workmanship (continued)
i1 Structural Steel - 3
e. Errors in shop fabrication or deformation resulting
from handling and transportation that prevent the
proper assembly and fitting of parts shall be reported
immediately to the Architect, and approval of the
method of correction shall be obtained. Approved
corrections shall be made at no additional cost to
the Owner.
f. Anchor bolts and anchors shall be properly located
and built into connection work. Bolts and anchors
shall be pre -set by the use of templates or such
other methods as may be required to locate the
anchors and anchor bolts accurately.
g. Provide such temporary shoring and additional bracing
of steel frame as necessary as to adequately and
safely support any or all loads imposed on structure
during construction.
h. All structural steel work except zinc - coated surfaces
and steel work to be embedded in concrete or mortar,
shall be shop painted. Contact surfaces to be welded
shall not be coated within three (3) inches of the
weld, prior to welding. Contact surfaces for joints
at high- strength bolts shall not be painted. Surfaces
shall be thoroughly dry and clean when the paint is
applied. Paint shall be applied in workmanlike manner
and all joints and crevices shall be coated thoroughly.
Surfaces which�-will be concealed or inaccessible after
assembly shall be painted prior to assembly.
(1) Cleaning: Remove all mill scale, rust, dirt,
grease and other deleterious materials prior
to coating.
(2) Priming: As soon as possible after cleaning,
all exposed surfaces shall be coated with a
primer. The application shall be made to a
uniform dried film thickness of not less than
1.5 mil. Damaged coating shall be promptly
repaired with the primer.
i. After erection of steel, coat all exposed surfaces of
bolts, nuts and welds required for field assembly
of shop painted steel. Repair abraded and damaged
coating to an approved condition.
i
5.2 MISCELLANEOUS METAL
5.2.1 GENERAL:
5.0iscellaneous Metal - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply all Miscellaneous Metal work as shown on
drawings,and as specified herein, including all
anchorage devices and required appurtenances.
C. Coordinate with other trades to effect prompt delivery
of all materials needed for erection or installation.
Identify all bolts or other loose materials.
5.2.2 MATERIALS:
a. Standard commercial products, conforming to the
requirements of the drawings and specifications may
be used.
b. Steel not to be embedded shall be galvanized, apply
"Regale" to any surfaces cut or welded. Thoroughly
shop prime all other metal.
• �.1 Rough Carpentry - 1
6.1 ROUGH CARPENTRY
6.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. The work includes all labor,
transportation and equipment
reasonably incidental to the
rough carpentry and framing
wall framing and all related
is a part of this work.
6.1.2 MATERIALS:
material, services,
necessary for and
installation of all
including roof decking,
items. Rough Hardware
a. All material shall be new, properly grade marked or
certified.
b. Douglas Fir: Grade marked according to "Standard
Grading and Dressing Rules #16" West Coast Lumber
Inspection Bureau.
c. Pine: Graded in accord with W.C.L.I.B. "Standard
Grading Rules ". Western Pine Association.
d. Plywood: Shall meet the requirements of the latest
edition of the U.S. Product Standard PS 1 -66. All
plywood shall be exterior type sheathing, DFPA Grade
Trademarked STRUCTURAL I.
e. Pressure Treated Lumber: Shall conform to one of the
following specifications of the American Wood - Preservers
Association.
Chromated Zinc Chloride...... Spec.
60B
1944
Wolman Salts (Tanalith) ......
Spec.
60B
1944
Zinc Chloride .. ............Spec.
17A
1921
Zinc Metal Arsenite ..........
Spec.
62B
1944
f. Moisture Content: Structural lumber shall not average
more than 19 percent water content at time of installa-
tion in the work. Lumber shall be air -dried at least
60 days before use and shall be stacked on stripping
at the site before use if not previously dried. Treated
lumber shall be dried to a moisture content of not
more than 19 percent after treating.
6.1.3 WORKMANSHIP:
I* .1 Rough Carpentry - 2
a. Installation: Cut and fit all framing lumber with
accurate joints and proper lengths. Corners and
intersections of plates shall be cut to form over-
lapping joints. All cutting and fitting for in-
stallations of other work shall be done as a part of
this Section, and all such work shall be done in a
neat manner and shall not weaken the structural
strength of the building. Special framing and
blocking shall be installed where major cuts of framing
are necessary to install,the work of others. All
cuts and bored holes, nominal bolt size, shall be
in accord with the requirements of the drawings and
uniform code.
Wood which is embedded in or laid upon concrete or
masonry walls less than six feet above the earth,
shall be pressure treated. Ends of wood joist
which are two feet or less from earth and wood
blocking and /or sheathing installed in a similar
position, shall be dipped in preservative treatment
for a period of at least 15 minutes after sawing and
for a minimum distance of 12 inches from the end.
Where wood is dipped in preservative, the treatment
shall be completed at least 2 hours prior to incor-
poration of the wood in the structure.
Pressure treated Douglas Fir shall be used for sole
plates of all shear panels.
b. Backing, Furring, Blocking & Grounds: Provide solid
wood backing for all plumbing and electrical fixtures,
hardware and similar items. Wood furring to enclose
all pipes shall be installed in the same manner as
for partitions.
Fire blocking shall be installed throughout the work
so that no vertical space in excess of 8 feet exists
between studs and so that all intersecting walls,
ceilings, etc., are separated adequately with nominal
2" firestop material. Firestops shall extend the full
width of the stud or frame member to which they are
fastened.
Bridging shall be metal contact and shall be placed
in horizontal spans, at 8 feet 0 inches on center,
except for roof and ceiling joist under 10" in depth,
and shall be securely nailed as noted on the drawings.
Crossbridging shall be nailed into final position
only after sheathing has been installed.
6.1.3
0.1 Rough Carpentry - 3
Workmanship (continued)
c. Rough Hardware: All rough hardware including bolts,
lags, screws, nails and similar parts shall be
furnished and installed as a part of this section.
Nails shall be common type. Box nails will not be
accepted. Nails shall not be installed closer than
one -half their lengths and drilled holes, one size
smaller than nail shank, shall be used where wood
members are liable to be split by normally driven
nails. All nailing shall be in accord with schedules
on the drawings and in the Uniform Building Code.
d. Roof Sheathing: Plywood, Structural I, h" thick
as noted. See structural plans for details.
e. Reuse of Foi
may be used
material is
concrete or
ively bowed
lumber from
job.
-m Lumb
in the
of the
other
pieces
other
er: Lumber used for form work
rough framing provided that such
proper grade, dry and free of
surface debris. Warped or excess -
shall not be used. Salvage
jobs shall not be allowed on the
f. Clean -up: During the course
completion of all work, the
all areas free of excessive
shavings, etc. Special care
to prevent accumulations of
fire or safety hazard.
of the work, and upon
contractor shall keep
debris, sawdust,
shall be exercised
material to form a
6.2 FINISH CARPENTRY
6.2.1 GENERAL:
Finish Carpentry - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install complete Finish Carpentry as shown
on drawings and as specified herein.
c. Verify all dimensions shown on drawings and as speci-
fied herein.
6.2.2 MATERIALS:
6.2.3
a. All finish lumber shall be "B and Better" Douglas Fir,
and "C - Select" Ponderosa Pine, kiln dried, except
where.otherwise specified on drawings.
b. Use only hot dipped galvanized or aluminum finish
or casing nails. Set nails for putty stopping where
occurring in surfaced members.
c. soundboard.
d. medium- density fiberboard.
e. Infinilite.
a. All end splices exposed in finished members shall be
bevel splices and not square butted. Install members
in as long lengths as possible. Miter corners of trim.
b. The Contractor shall install finish hardware as required.
The hardware on all doors shall be fitted prior to the
finishing and painting and then removed and painting
completed before final installation.
C. Cut all doors for specified hardware and
as recommended by the manufacturer. Fit
provide 1/16" to 1/8" clearance at jambs
Bevel lock stiles to 1/8" in 2 ". Ease a
doors. Maximum clearance at floor shall
otherwise indicated.
hang. Protect
doors to
and heads.
L1 edges of
be 1/4" unless
d. Install all items specified under section MISCELLANEOUS
SPECIALTIES which are not called for to be installed
by the manufacturer, supplier or under other sections
of the specifications. Install in accordance with the
details shown on the drawings, the manufacturers' printed
installation instructions, and any additional require-
ment specified. All wall- mounted items shall be
securely fastened to solid backing or blocking.
• 2 Finish Carpentry - 2
6.2.3 Workmanship (continued)
e. Install h" soundboard to studs of three interior
walls of conference room.
f. Install �" fiberboard to gypsum board at areas
designated as tack walls (see drawings).
g. Install Infinilite where shown on drawings.
6.3 CABINET WORK
6.3.1 GENERAL:
6.3 Cabinet Work - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Submit shop drawings of cabinet work at large scale
showing sizes, methods of construction, connection to
adjacent members and installation.
c. Submit samples of hardware to Architect for approval.
Finish shall match other hardware in room.
d. Take such field measurements as may be required and
be responsible for same.
e. Painting and priming are not a part of this Section.
6.3.2 MATERIALS:
a. Supply and install all Cabinet Work as shown on
drawings and as specified herein.
6.3.3 WORKMANSHIP:
a. Fabrication shall be in accordance with W.I.C. Standards,
custom grade.
b. Hardwood will receive an oil finish.
c. Construction will be modified flush overlay type.
d. Doors shall be mounted with concealed hinges.
e. Laminated plastic will be selected from standard, suede,
solid colors.
f. Install units level and plumb. Scribe to wall and other
surfaces as required. Fasten to studs or solid blocking
with #14 wood screws of sufficient length to penetrate
member at least 1 ".
7.1 SHEET METAL
7.1.1 GENERAL:
• 7.1 Sheet Metal - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Furnish and install all sheet metal work as shown
on drawings and as specified herein.
7.1.2 MATERIALS:
a. Galvanized Sheet Steel: conforming to ASTM A -93 or
A -446, as required. Where sheet metal gauges are
not noted, use #26 gauge. Use #20 gauge minimum
for clips.
b. Fastenings: Nails, bolts and nuts, power driven
fasteners, screws, washers, etc., must be hot -dip
galvanized or stainless steel.
c. Sealant: Where it is impracticable to use solder at
joints, corners, etc., seal with G.E. Silicone
Sealant, or as approved by Architect.
d. Hatch: 36" x 36" as manufactured by the Red Plastic
Co., City of Industry, California, or approved equal.
e. Ladder: Dur -Red Hatchway Ladder, Red Plastic Co.,
or approved equal.
7.1.3 WORKMANSHIP:
a. Installation shall conform to the quality, procedures
and methods recommended by the National Association
of Sheet Metal Contractors, where they apply. The
work shall be accurately formed, fitted snugly, have
exposed edges folded under at least h," and have no
sharp corners left exposed. The work shall be
securely fastened and shall be absolutely water and
weather tight.
b. Attach metal to surfaces which are even, smooth,
sound, thoroughly dry and clean, free of all defect
which might affect its application. Any materials
furnished hereunder, and to be built into the work
by others, shall be in condition for proper installation.
Commencement of work will be construed as acceptance
of all subsurfaces. Do all cutting, fitting, drilling
or other operation in metal required to accommodate
the work of the other trades.
7.1 Sheet Metal - 2
7.1.3 Workmanship (continued)
C. Any miscellaneous items essential to complete the
metal installation, even though not specifically
shown or specified, shall be provided. Such items
shall be of the same kind, quality and type as similar
items utilized elsewhere in the building.
d. Provide for expansion and contraction in completed
work.
e. Flashings and counterflashings shall be installed
at the junction of roofs with vertical surfaces and
at all points as shown or necessary to make work
watertight. Counterflashing will be installed as
roofing work is done. Counterflashing shall extend
down to the intersection of roofing with the wall
and shall be lapped well at joints and around corners.
Joints shall be flat locked and riveted.
f. Protect all work from damage of any nature; protect
metal from contact with materials which would support
galvanic action and corrosion.
g. Fabricate flashing components to shapes and sizes
detailed, allowing sufficient allowances for expan-
sion and contraction without causing undue stresses.
Surfaces shall be free from waves and /or buckles, with
lines, arrises and angles sharp and true, and formed
in strict accordance with detailed drawings.
7.2 BUILT -UP ROOFING
7.2.1 GENERAL:
62 Built -up Roofing - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all built -up roofing work as
shown on drawings and as specified herein.
C. The entire roof flashing, gravel stops and all metal
work in connection with the roofing installation to
be under the direct jurisdiction, superintendence
and responsibility of'this Contractor and the manu-
facturers.
d. Guarantee: provide a written guarantee form, as
stipulated Conditions of the Contract, herein, for a
period of two (2) years from date of acceptance
of building stating:
(1) That the roof, including flashings, will be
maintained watertight.
(2) That any defective materials and /or workmanship,
which may become evident within the two year
guarantee period, will be replaced with proper
new materials.
(3) That the roofing will lay smooth and even.
(4) And that any and /or all repairs and /or replace
ments which may be necessary on account of any
of the abovementioned (1), (2) or (3) causes
will be made immediately without cost to the
Owner.
(5) Guarantee shall be dated from date of acceptance
of work by the Owner.
7.2.2 MATERIALS:
a. Roofing: United States Gypsum f -c -1 20 grade bondable,
Class A or approved equal. Approximate weight of
materials per 100 square feet as follows:
(1) Layer 15# felt nailed or spot mopped
Base sheets (2) layers FIRECODE
mark 1
Asphalt, specification grade, mopped
between sheets
Flood coat for gravel
Surfacing
- 15#
- 66#
- 50#
- 60#
- 400#
. Built -up Roofing - 2
7.2.2 Materials (continued):
b. Base flashings as follows:
Base sheets (2) layers Fire code mark 1
Asphalt, 3 moppings, specification grade
Finishing sheet - FIRECODE mark II mineral
cap sheet.
C. All material shall be delivered in original packages
bearing manufacturers' labels. All materials shall
be applied by a roofing contractor approved by the
manufacturers.
7.2.3 WORKMANSHIP:
a. Examine all subsurfaces to receive work of this Section.
Report in writing to the General Contractor, with a
copy to the Architect, any conditions which may prove
detrimental to work of this Section. Failure to observe
this injunction will constitute a waiver to any subse-
quent claims to the contrary and will make this Con-
tractor responsible for any corrections the Architect
may require and this Contractor will be required to
make such corrections at his own expense. Commencement
of work will be construed as acceptance of all sub-
surfaces as satisfactory'.
b. All work specified shall be done by applicators approved
by the manufacturer of the materials and work shall be
installed in strict accordance with the manufacturer's
directions.
C. This Contractor shall work closely with sheet metal,
plumbing and mechanical contractors. Whenever the
watertightness of this Section is dependent upon sheet .
metal, this Contractor shall assume full responsibility
for the finished installation of the integrated assembly.
Supervise the sheet metal installer's work as necessary
to assure satisfactory fabrication and placement.
d. Periodic Inspection: the roof contractor shall arrange
in sufficient time (no less than 3 days beforehand),
for the presence of a representative of the manufacturer,
when work starts and for periodic inspection during
application. Manufacturer's inspection letter shall be
issued upon completion.
e. Clean -up will be in accordance with the GENERAL
CONDITIONS.
ti
7.3 INSULATION
7.3.1 GENERAL:
• 7.3 Insulation - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all insulation work as shown on
drawings and as specified herein.
c. Materials designated for a specific application shall
be the products of one manufacturer.
7.3.2 MATERIALS:
a. Thermal: R -11 (3" thick) at the roof, west wall
except storage, east wall at conference room.
b. Sound: 3k," thick, .75 p.c.f., fiberglass building
insulation at walls around toilet areas and conference
room.
7.3.3 WORKMANSHIP:
a. Install in strict accordance with manufacturer's written
specifications.
b. Materials shall be delivered to the job in manufacturer's
original, unopened packaging and shall be adequately
protected against damage while temporarily stored at
the site. Delivery shall be such that stocks of materials
on the job will permit uninterrupted progress of the work.
8.1 WOOD DOORS
8.1.1 GENERAL:
• 8.1 Wood Doors - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Provide wood doors as shown on drawings, schedules
and as specified herein..
C. All wood doors shall meet the requirements of
Commercial Standard CS -171 and of the National
Woodwork Manufacturers Association Specifications
for Hardwood Veneered Flush Doors, latest edition,
unless specified otherwise.
8.1.2 MATERIALS:
a. Wood doors as manufactured by: Weldwood, Geneerco,
Weyerhausen or as approved by the Architect.
b. Face Veneer:
(1) Hardwood as shown on drawings, standard
thickness, thoroughly kiln dried, smoothly
sanded and laid at right angles to grain of
crossbands or as detailed.
(2) Dorlux skin.
C. Crossbands: Thoroughly kiln dried hardwood, 1/16"
thick, laid with grain at right angles to length of
door.
d. Core: Glued up of properly kiln dried wood blocks of
low density species.
e. Edge Bands: Thoroughly kiln dried hardwood at all
edges matching face veneer species, 3/4" thick,
laminated to core.
f. Adhesives: Crossband and face veneer adhesive shall
conform to CS -35 Type I. Core and edge band adhesive
shall conform to CS -35, Type II.
8.1.3 WORKMANSHIP:
a. Refer to Door Schedule for types, face veneers,
labels, sizes and details. Bottoms of doors shall
clear finish floors by 34" maximum, unless otherwise
noted on drawings for unrated doors. No "finger
jointing" will be permitted at side stiles of doors.
Doors to be hung in steel door frames shall be pre -fit
to door frame manufacturer's specifications.
r . 8.2 Storeent, Glass & Glazing - 1
8.2 STOREFRONT, GLASS & GLAZING
8.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all entrance framing metal windows,
aluminum sliding doors, glass and glazing as shown
on drawings and as specified herein.
c. Submit construction and erection details for metal
windows.
d. All glazing shall be in accordance with the standards
of the Flat Glass Jobbers Association Glazing Manual,
current edition.
e. Verify all dimensions by taking field measurements;
proper fit and attachment to adjoining work is
required.
8.2.2 MATERIALS:
a. Aluminum Entrance Door Frames: Kawneer, Spanline
60 -500 or approved equal.
b. Aluminum Entry Doors: Kawneer #190 narrow stile,
panic guard with Kawneer exterior pulls and panic
hardware.
c. Aluminum Storefront: Kawneer Trifab 450 or approved
equal.
d. Aluminum Finish: #40 dark bronze Permandonic.
e. Glass:
(1) Bronze (exterior glass): 7/32" or 1/4" plate
or float.
(2) Bronze tempered (exterior): 7/32" or 1/4 ".
(3) Clear (interior): 7/32 "or 1/4" plate or float.
(4) Clear, tempered (interior): 7/32" or 1/4 ".
(5) Mirrors: first quality, copper plated 7/32" or
1/4" polished plate or float, with 18 gauge
Type 302, 8 -8 stainless steel frames. Stainless
steel shelf, 5" deep, where shown.
• 8.2 Store�nt, Glass & Glazing - 2
t 's `
8.2.3 WORKMAMSHIP:
a. All sash, gaskets and glass shall be clean and dry
before glazing.
b. Use concealed fastenings throughout unless otherwise
shown. Finish of any exposed screws to match
adjacent surface.
C. Fabricate all shapes as detailed on drawings and
required for the work. Seal corners of the window
frames as necessary to make watertight. Wide
surfaces shall be of sufficient thickness and /or
reinforced to prevent warps or buckles after
installation.
d. Provide all glazing beads and seals required for the
work.
e. Prepare, clean and prime ( as required) surfaces to
which sealant is to be applied in accordance with
sealant manufacturer's recommendation.
f. Install glass types at locations shown on drawings
and according to glass manufacturer's recommended
maximum size limitations and placement of setting
blocks. All adjacent glass in the same glazed
areas shall be consistently of one type and thickness
unless otherwise noted or directed.
g. Seal all joints between window frames and building,
tightly and continuously.
h. Protect all work from corrosion. All concealed steel
stiffeners, anchors, brackets, fasteners, etc., shall
be prime coated prior to installation.
i. Mirrors to be set in mastic with 1/4" plywood backing
or equal.
j. Do not set glass at wood frames until rebates have
been primed and priming is dry.
k. All glass in wood stops shall be back - puttied and
secured in place.
• �.3 Finish Hardware - 1
:
8.3 FINISH HARDWARE
8.3.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Provide all Finish Hardware as shown on drawings and
specified herein unless specifically excluded and
called for in other sections.
c. In accordance with the SUPPLEMENTARY GENERAL CONDITIONS,
submit a complete schedule of all hardware. The
schedule shall indicate identical hardware group
numbers as listed herein.
d. All hardware shall comply with applicable fire and
building codes.
e. While the Hardware Schedule is intended to cover all
doors and other movable parts of the building, and
establish a type and standard of quality, it shall be
the specific duty and responsibility of the finish
hardware supplier to examine the plans and specifica-
tions and furnish proper hardware for all openings
whether listed or not. If there are any omissions
in hardware groups, they shall be called to the
attention of the Architect prior to bid opening for
instructions; otherwise the list will be considered
complete. No extras will be allowed for omissions,
changes or corrections necessary to facilitate proper
installation.
f. Furnish a guarantee that all hardware work shall be
guaranteed for two (2) years against defective
materials or workmanship after acceptance of work.
8.3.2 MATERIALS:
a. All doors hung on butts shall be hung on three (3)
butts. All outswinging doors to have butts with
non - removable pins with set screws in barrel.
b. The hardware finish shall be US10B. Butts on doors
3 and 7 shall be US10B, all others shall be painted.
c. All hardware except prime coated items shall be fitted
to the doors, then removed and placed carefully in
the original boxes until painting is complete.
. • 8.3 Finish Hardware - 2
8.3.2 Materials (continued)
d. Locksets and latchsets shall be Luna design, 3 3/4"
backset as noted.
e. Key valve operated, door closers, through bolts and
grommet nuts furnished where required, sprayed to
match other hardware in the room. None shall be
mounted on exterior of building or in corridors without
approval of Architect. Furnish all necessary brackets,
drop plates, etc., to properly install closers.
f. The following items are not included in this section,
but are found elsewhere in the plans or specifications:
(1) Toilet partition hardware.
(2) Toilet accessories.
(3) Installation of Finish Hardware.
(4) Specially manufactured items (unless specifically
mentioned herein).
8.3.3 WORKMANSHIP:
a. Hardware shall be delivered with each unit marked or
numbered in accordance with the Hardware Schedule
submitted. The Finish Hardware schedule shall
identify each piece of hardware with the name of the
manufacturer to facilitate checking and job identifi-
cation.
b. Finish Hardware shall be furnished with all necessary
screws, bolts or other - fastenings of suitable size and
type to anchor the hardware in position for heavy use
and long life. Note fastenings shall be furnished
where necessary with expansion shields, sex bolts,
toggle bolts, anchors, according to the material to
which it is applied and as recommended by the manufac-
turer, but subject to approval of the Architect. Hard-
ware fastened to concrete shall be furnished with
expansion bolts with lead expansion shield. Note:
Screws going into wood shall be full threaded sheet
metal type.
8.3.4 HARDWARE SCHEDULE:
a. Pr. Doors 1 Ext from Foyer
610" x 8'0" x 1 3/4 Al x Al �LHR
2 Floor Hinges 27105
1 Cylinder 20 -010
1 Threshold 5 x 500 x 200 BRZ
Panic Hardware, Pulls by Door Mfg.
• �.3 Finish Hardware - 3
8.3.4 Hardware Schedule (continued):
b. Door 2 Ext from Chamber
310" x 710" x 1 3/4 SCS x WF RHR
1 Floor Hinge 2790
1 Center Pivot M9
1 Panic Bolt 33EO
1 Pull 290 -2
1 Threshold 5 x 500 x 200 BRZ
c. Door 3 Ext from Vest.
3'0" x 710" x 1 3/4 SCS x WF RHR
1'h pr. Butts CB1960 4' x 4 NRP
1 Lock G51PD Met x 17 -005
1 Closer 4134 x Stat
1 Threshold .1795 MS & A
1 Wall Stop W9x
d. Pr. Doors 4 & 5 Council - Foyer
5'0" x 810" x 1 3/4 SCS x Al
4 Floor Hinges 27105A x M19 Top Pivot
4 Pulls 290 -2
Push Plates, Kick Plates by others
e. Door 6 Chamber - Storage
2'6" x 710" x 1 3/8 SCS x WF LH
1'h pr. Butts 1900 33j x 3' PC
1 Lock A51PD Luna x 11 -102
1 Wall Stop W9T
f. Door 7 Vest - Chamber
310" x 710" x 1 3/8 + Siding - SCS x WF RH
1h pr. Butts 1900 3'h x 5WT
1 Latch AlOS Luna - 2 1/4 thick x 11 -031
1 Closer 4133 Stat
g. Door 8 Vest - Storage
Door 10 Vest - Coats
Door 11 Vest - Conference
1 3/8 SCS x WF
4;j pr. Butts 1900 3� x 3'
3 Latch AlOs Luna x 11 -031
2 Wall Stop W9T
1 Floor Stop 8061 x Door 11
• �.3 Finish Hardware - 4
8.3.4 Hardware Schedule (continued):
h. Door 9 Vest - Council Toilet
214" x 710" x 1 3/8 SCS x WF
1� pr. Butts 1900 3� x 3'
1 Lock A40s Luna x 11 -031
1 Wall Stop W9T
i. Door 12 Foyer - Conference
310" x 7'0" x 1 3/4 SCS x WF
1h, pr. Butts 1900 4 x 4
1 Lock A51PD Luna x 11 -102
1 Wall Stop W9T
17 ft. Door Seal 376 AF
I Auto. Door Bottom 411A
1 Closer 4033 - Stat
j. Door 13 Foyer - Women
.Door 14 Foyer - Men
218" x 710" x 1 3/4 SCS x WF
3 pr. Butts CB1900 4 x 4
2 Pull 290 -2
2 Closer 4032
2 Wall Stop W9T
34 ft. Door Seal 376AP
2 Auto. Door Bottom 411A
Push and Kick Plates by others
k. 1 Gate
1 Gate Hinge 355
1 Gate Plate Type G90 - 4 x 7 x 4
1. Miscellaneous
4 Pull 9054 - 3'" Cabinets
• • I Lath and Plaster - 1
9.1 LATH AND PLASTER
9.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Lath and Plaster work as shown
on drawings and as specified herein.
c. Supply samples, required by the Architect, for exterior
stucco.
d. All work specified herein shall be in accordance with
'Reference Specifications for Lathing, Plastering and
Furring in California' compiled by the California
Lathing and Plastering Contractors Association, Inc.;
Applicable parts thereof are hereby made a part of this
specification, except where more stringent requirements
are called for in this Specification, or in Local
Building Codes, those requirements shall be followed.
Do all cutting and patching work in this Section as
may be required to accommodate the work of other trades.
9.1.2 MATERIALS:
a. Paperbacked Lath: "Aqua -K- Lath ", or approved equal.
b. Expansion Joints: #15 type, 7/8" ground, expanded
metal flanges, galvanized. Install where indicated on
drawings, tied to lath at 16" on center. Cut lath
passing under expansion joints. #40 type, 7/8" ground
galvanized drip.
c. Portland Cement: Conforming to ASTM C -150 Type I.
d. Sand for Cement Plaster: Conforming to ASA A42.2.
e. Exterior, Cement Plaster: Machine applied finish.
(1) Scratch Coat: 1 part Portland cement, 4 parts
sand and hydrated lime equal to 25% of the
volume of cement.
(2) Brown Coat: 1 part Portland cement, 5 parts sand
and hydrated lime equal to 258 of the volume of
cement.
(3) Finish Coat: La Habra color coat or approved
equal. Color as selected by the Architect.
• Lath and Plaster - 2
9.1.2 Materials (continued)
(4) Curing: Keep each base coat moist for at least
48 hours; comma ce moistening as soon as plaster
has hardened sufficiently so to prevent injury;
apply water in a.fine fog spray; avoid soaking;
curing shall proceed over holidays, Saturdays
and Sundays, if necessary. If atmospheric
conditions are hot and dry, curing time shall be
extended as necessary at no additional cost to
the Owner. Allow plaster base coats to cure for
.a minimum of 7 days before applying finish coat.
(5) Thickness: 7/8" thick, measured from back of lath.
9.1.3 WORKMANSHIP:
a. Work hereinunder requires coordination with trades whose
work connects with, is affected or concealed by, lathing
and plastering. Before proceeding with plastering,
make certain that all required inspections have been
made.
b. Lathing: Apply lath with long dimension at right angles
to supports; lap sides and ends as recommended by
manufacturer. Stagger vertical laps. Make no vertical
joints at any corner; bend lath around all corners,
internal and external.
(1) Attach lath to studs by means of fastenings at
spacings as required by local Building Codes.
All attachments shall be corrosion resistant.
c. Plastering surface shall have a tolerance of 1/8" in
ten (10) feet.
d. Remove droppings or splashes from all concrete, masonry
or other finish surfaces.
e. Patching shall be done after all other work except
painting has been completed. Cut out damaged or
broken plaster to straight lines with clean, sharp
edges. Cut out cracks to a width of at least 1 ".. Areas
to be patched shall be filled with base materials and
then given a finish coat of the s
ing plaster. Patched areas shall
work in finish and texture. Joini
smooth so that joints between patc
are imperceptible.
ame material as adjoin -
match the adjoining
ngs shall be flush and
h and existing plaster
• Lath and Plaster - 3
c
9.1.3 Workmanship (continued):
f. At completion of the plastering work, remove excess
plaster from beads, screeds, etc., and leave work
clean and ready for painting. Promptly remove plaster,
rubbish, surplus material, scaffolding and other
equipment from the job site. Leave areas broom clean.
g. Expansion joints and Drip: Miter so slot reads through
cleanly. Drip width: 5/8 ".
t ,
9.2.1 GENERAL:
9.2.2
9.2.3
0
9.2 DRYWALL
9.2 Drywall - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Drywall work as shown on
drawings and as specified herein.
C. All work specified herein shall be in accordance with
'American Standard Specifications for the Application
and Finishing of Gypsum Wallboard', as approved by
the American Standards Association, latest edition,
applicable parts thereof are hereby made a part of
this Specification, in Local Codes or by the manu-
facturer of the gypsum wallboard, those requirements
shall be followed. Do all cutting and patching of
work in this Section as may be required to accommo-
date the work of other trades.
MATERIALS:
a. Gypsum Wallboard: thick with recessed edges,
Kaiser, U. S. Gypsum, or approved equal.
b. Corner Bead: #100 Perf -a -bead corner reinforcement.
c. Metal trim: #200
d. Laminating Compound: Kaiser Laminating Compound, or
approved equal.
e. Texture and Sealer: Four (4) parts white texture to
one (1) part oil resin emulsion, with proper amount
of water added to reach workable consistency. Texture
to be medium fog.
f. Sound Resistant Wall Caulking: Prestite #479, 63L,
gun grade, non - skinning resilient mastic as manufactured
by Martin - Marietta Company.
WORKMANSHIP:
a. Apply boards with long dimension to framing members
with all abutting ends and edges over supports.
Neatly fit and stagger all end joints. Make joints
occur on different studs at opposite sides of partition.
Cut and fit neatly around all outlets and switches.
Space fasteners 8" on center along vertical edges, and
12" on center at midpoints, 3/8" from edge of board.
Fasten boards to backings specified.
• • 9.2 Drywall - 2
• .a
9.2.3 Workmanship (continued):
b. Erection technique shall result in plumb and
straight surfaces with no waves or buckles and
free of unevenness at joints.
C. If framing members are out of alignment, or bowed
or warped, correct to make true surfaces before
application of gypsum boards. Finish walls and /or
ceilings shall be plumb and level without ridges,
bows or warps.
d. Install access panels specified herein and supplied
by other trades at locations shown on drawings and
as directed.
e. At any sound resistive partitions shown, gypsum board
shall be within �" of penetrating duct, pipe or con-
duit. All openings at penetrations, except round
pipes shall have metal trim. All openings at penetra-
tions shall be caulked to the full thickness of the
gypsum boards. Caulk between wall surfaces and electric
outlet boxes. Apply specified caulking in full strips
without skips. Remove foreign matter from joints
before caulking.
f. All work herein requires coordination with trades
whose work connects with, is affected or concealed
by, drywall. Before proceeding with drywall work,
make certain all required inspections have been made.
g. Store materials off ground and cover against weather.
Remove any unsuitable materials from site.
h. Taping and finishing shall be done in accordance with
the manufacturer's written specifications.
i. Apply texture and sealer to all drywall that will
receive paint.
j. Sound board to be installed under gypsum wallboard on
three (3) interior conference room walls.
9.3 TILE WORK
9.3.1 GENERAL:
• 9.3 Tile Work - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Tile Work as shown on drawings
and as specified herein.
9.3.2 MATERIALS:
a. Floor Tile: 2" x 2" semi - cushion edge, full random
pattern in colors and patterns as selected. Texline
in standard colors as manufactured by American Olean
or approved equal.
b. Floor Tile Grout: Waterproof with latex added,
admixture color in accordance with manufacturer's
recommendation for the color selected.
C. Wall Tile and Base: 6" x 4V glazed ceramic tile with
rough glaze, integral trim at edges. Install
vertically.
d. Wall Tile Adhesive: Organic type, waterproof, tile
installed over h" moisture proof drywall. Variation
in surface not to exceed 1/8" in 8' -0 ". Seal surface
before applying adhesive with sealer recommended by
adhesive manufacturer. Tile installation specifica-
tion USAS A108.4 1968. Material organic adhesives
USAS 136.1 1967.
9.3.3 WORKMANSHIP:
a. Installation of tile: Lay out all work so that,
insofar as possible, no tiles less than half full
size shall occur. In any event, no half tiles
shall be installed above the first course up from
the bottom or away from first vertical course at
internal and external corners. Align all joints,
both vertically and horizontally. All intersections
and returns shall be properly formed. Cutting and
drilling shall be neatly done without marring tile.
Rub smooth any necessary cuts with a fine stone and
set no cut edge against any fixture, cabinet or other
tile without a joint at least 1/16" wide. Cut, fit,
adjVst and establish tiles neatly and accurately to
accommodate accessories, interruptions, chases,
returns and mechanical and electrical outlets, and
finish at their exact location (as determined by
job site conditions); so arrange such locations that
• • 9.3 Tile Work - 2
9.3.3 Workmanship (continued):
tiles are not unnecessarily pieced. Maximum
variation on walls shall be 1/8" + in 10 feet
when a straightedge is laid on the surface in any
direction. Slope floors to drains.
Provide all required trim pieces for the various
tiles specified.
b. Thoroughly wash out tile joints and saturate with
clean water before grouting. Grout shall be
thoroughly forced into all joints to fill entire
length and depth. Joints shall be filled flush
with face of tiles, making a neatly finished
smooth surface. All necessary precautions shall be
taken to prevent staining of grouted joints.
C. All finish surfaces shall be level, smooth, true to
elevations and even with adjacent surfaces.
d. Wipe ceramic tile surfaces clean after grouting,
remove all traces of mortar and grout. Do not use
acid solution for cleaning on glazed tile surfaces.
e. All spaces in which tile is being laid shall be
closed to traffic or other work and kept closed
until firmly set. Work shall be adequately protected
from damage until acceptance. Repair all damaged
work at no additional cost to the Owner.
• 9.4 Acoustical Tile integrated Ceilings - 1
9.4 ACOUSTICAL TILE & INTEGRATED CEILINGS
9.4.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Acoustical Tile and Integrated
Ceiling work as shown on drawings and as specified
herein.
9.4.2 MATERIALS:
a. Exposed Grid Tile (Conference Room): Armstrong's
Cortega design, 769, mineral fiber ceiling board,
24" x 48" x 5/8 ", or approved equal.
b. Exposed Coffered Tile (Auditorium): Armstrong's
Georgian design for C -60/30 ceiling system, or
approved equal.
c. Mastic Applied Tile: Armstrong's Sauserra design,
571, mineral fiber ceiling board, 12" x 12" x 3/4"
d. Suspension Systems (Conference Room): Armstrong's,
Donn's or Lok Products systems, all metals 24 gauge
cold rolled zinc bonded steel, white finish. Provide
regressed frame for light fixtures. Returns and supplies
to have perforated metal pans at ceiling lines.
e. Suspension System (Auditorium): Armstrong's C- 60/30,
luminaire ceiling system, or approved equal. Returns
and supplies to have perforated metal pans at ceiling
line. Use black, 7/8" x 7/8" conventional wall angle
at flared walls.
f. Hanger: #10 gauge steel wire installed 48" on center
maximum on main carrying members and additional wires
to assure that a hanger is located at each corner of
the recessed lights (future lease spaces).
g. Lighting: Integral with the ceiling system, mounted
at the crown of the coffer;. Armstrong C -60/30 luminaire,
or approved equal, 48" x 6' ", demountably supported
in the coffer on trusses integral with the main framing
members. Supply and install two (2) warm white
fluorescent lamps per fixture. Lenses shall be Arm-
strong C -60/30 luminaire, or approved equal, special
5:1 and will be demountably supported on hangers
providing ready access to lamps and ballasts. Each
two lamp fixture to be supplied with two, single lamp
ballasts. Ballasts to be high power factor rapid start,
Class P, 60 Hertz 120 Volts. Provide flexible conduit
to J box locations shown on Electric drawings.
9.4.3
• 9.4 Acoustical Tile & *grated Ceilings - 2
WORKMANSHIP:
a. All manufactured materials shall be delivered in the
original packages, containers and bundles bearing the
manufacturer's name and brand. Use only one brand of
each material for each type of tile, throughout the
job. Store materials within building in locations
as directed by the General Contractor.
b. Installation of suspended acoustic tile and integrated
ceilings:
(1) Provide all materials and accessories for complete
installation in accordance with the drawings and
manufacturer's printed instructions and recommen-
dations.
(2) Install tile to subsurfaces from "set -out" points
and to pattern shown on drawings. Verify loca-
tion of work of other trades in order that items
occur within a whole tile or at tile joints as
shown.
(3) Install panels in place, fitting snugly. Provide
spacers and /or holddown clips where shown or
required.
(4) Install metal ceiling trim at all wall and
vertical surfaces, unless otherwise shown or
specified.
(5) After installation, clean any soiled surfaces.
Replace any damaged units.
(6) All work shall be done as recommended by the
Acoustical Materials Association. Finish
surfaces shall be plumb, straight, true and free
from defects of any kind.
(7) Limit deflection of all ceiling types specified
herein, after installation, to 1/360 of the span
of any section.
(8) Applicators of systems shall be approved by the
manufacturer of the material or system being
installed.
4
0
9.5.1 GENERAL:
9.5 PAINTING
• 9.5 Painting - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and apply all painting and finishing throughout
the project on surfaces that are left unfinished by
the requirements of their specifications including
prime coated accessories and equipment.
9.5.2 MATERIALS:
a. Schedule:
(1) Int. Wood Primer Dunn Edwards
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(10)
(11)
(12)
Metal Primer
Int. Primer
Int. Wood
Int. Enamel
Dunn Edwards
Dunn Edwards
Dunn Edwards
Dunn Edwards
Int. Wall Paint Dunn Edwards
Resawn Wood
Gal. Primer
Gal. Metal
Gal. Metal
Masonry Sealer
Oil Finish
Olympic
Dunn Edwards
Dunn Edwards
Dunn Edwards
Rainproof
Superflat: enamel
undercoat, 42 -31
Ferroprimer QD:
Red lead primer,
43 -2.
Vinylastic: Pig-
mented sealer,W101
Practical Synthetic:
Eggshell 1 -1X
Practical Synthetic:
Eggshell, 1 -1X
(with stiple finish)
Decovel: Velvet
Flat, W401 series
Semi - transparent
stain.
Galvaprime: Zinc
Dust Primer, 43 -3
Loc Kote: Synthetic
Body Coat, 42 -23
Endurasheen: Semi-
gloss enamel, 39
series
Rainproof XL8.8
Watco
• • 9.5 Painting - 2
9.5.2 Materials (continued):
(13) Stucco Dunn Edwards Vinyltex (PVA):
W -201 series
(14) Ext. Wood Doors Dunn Edwards Apex Wood Primer
& Trim 42 -9
(15) Wood Sealer Dunn Edwards Decolac EP Sanding
Sealer LQ -114
b. Schedule of Finishes:
(1) Exterior:
Surfaces
Materials
Wood Doors & Trim 1 coat
(14) 1
coat
(9) 1
coat (10)
Metal (except
pre- 1 coat
( 8) 1
coat
(9) 1
coat (10)
finished)
Masonry
1 coat
(11)
Stucco
2 coats
(13)
(2) Interior:
Designation
Surfaces
Materials
Finish E
Drywall
1 coat
(3) 1
coat
(5)
Finish E
Doors &
1 coat
(1) 1
coat
(4)
Frames
Finish F
Drywall
1 coat
(3) 1
coat
(6)
Finish S
Wood Trim
1 coat
(7)
Finish T
Cabinet Int.l
coat
(15)
Shelves
Finish W
Hardwood
2 coats (12)
9.5.3 WORKMANSHIP:
a. Finish hardware, accessories, plates, etc., are to
be temporarily removed before finishing adjacent
surfaces.
• 9.5 Painting - 3
9.5.3 Workmanship (continued):
b. Materials to be of proper consistency and smoothly
and evenly spread on. Work to be free from runs,
sags, crawling or other defects.
c. No material shall be reduced or changed except as
recommended by the manufacturer of the material.
d. No painting shall be done in condition that will
jeopardize the finished appearance. All surfaces to
receive finish shall be free of foreign matter that
would adversely affect painting. Painting of any
surface shall constitute this Contractor's acceptance
of that surface and the making good of any faulty
work due to such defective surfaces shall be this
Contractor's responsibility.
e. Employ protective coverings or drop cloths to protect
floor, fixtures and equipment. Care shall be exercised
to prevent paint being spattered onto surfaces which
are prefinished. Surfaces from which such paint cannot
be satisfactorily removed, shall be replaced, repainted
or refinished as required to produce satisfactory finish.
f. Any firehose cabinets, air registers and grilles,
exposed electrical panelboards, primed hardware, etc.,
shall be painted to match adjacent surfaces.
g. Any visible portions of throats of galvanized steel
ductwork shall be cleaned with solvent, wiped dry with
clean rags and painted flat black..
h. Before painting unprimed galvanized metal, wash with a
solution of Dunn Edwards Vinyl Wash 42 -36; allow to
dry.
Any wood surfaces to be painted or stained shall be
clean smooth, dry and fully sanded. Knots and pitch
pockets under paint finish shall be sealed with
shellac. Fill joints, cracks, nail holes, disfigura-
tions, etc., with specified putty after primting; then
sand smooth.
j. Any concrete, masonry and similar surfaces to.be
painted shall be sealed and filled to smooth, even
surfaces, after neutralizing with a wash of 4 pounds
sulphate of zinc and 1 gallon water. Remove grease
or oil with benzine.
• 9.5 Painting - 4
9.5.3 Workmanship (continued):
k. Any piping, equipment, conduit, vents, etc., on the
roof shall be painted as directed by the Architect.
1. Putty, caulk or spackle is to be applied after the
surface is primed and the primer is dry.
M. On completion of the work, remove all materials and
debris, carefully clean all glass, hardware, etc.,
and remove all misplaced paint and stain spots or
spills.
n. Prime and back prime window frames and stops.
9.6 WALL COVERING
9.6.1 GENERAL:
9.6 Wall Covering - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Wall Covering as shown on
drawings and as specified herein.
9.6.2 MATERIALS:
9.6.3
a.
Vinyl
#1
Koroseal
Burlap
27
ounces
per
linear
foot.
b.
Vinyl
#2
Koroseal
Burlap
22
ounces
per
linear
foot.
a. Before starting the installation, thoroughly examine
wall surfaces on which wall covering is to be applied.
Examination includes bond moisture and alkali testing
as required or recommended by the manufacturer. Moisture
meter readings of backing surfaces shall be less than
4%. Backing surfaces shall be thoroughly dry, clean
of dust and dirt, paint spots and free from any imper-
fections that may show through the finished installation.
Notify the General Contractor of any defective surfaces
or conditions preventing proper applications of the
wall covering. Starting of work without such notifi-
cation will be considered acceptance by the Contractor
of the surfaces involved.
b. Give all surfaces to receive wall covering one coat of
sizing. Before applying, examine backing surfaces
carefully, using a strong light and apply a second
coat of size to holidays and areas showing excessive
suction.
c. Install with long dimension vertical. Lay out
accurately between corners, jambs, walls or other
stopping points or changes in direction to equalize
spacing of joints. Do not make any joints at
external corners.
d. Apply in strict accordance with the manufacturer's
specifications and printed instructions. Take
particular care in making joints as fine and incon-
spicuous as possible. Trim selvage before applying.
• 9.6 Wall Covering - 2
9.6.3 Workmanship (continued):
Brush out all air bubbles after hanging, using a
squeegee or stiff brush. Remove excess adhesive
with a damp sponge or rag as work progresses.
Avoid getting excess water into seams while cleaning.
Make all in -place cuts on metal cutting plates.
Do not cut into backing surfaces. No air bubbles, .
wrinkles, tears, cuts, conspicuous joints, stained
or otherwise damaged work will be allowed in the
finished work. On completion of the work, remove
any adhesive and marks from the material.
..
9.7 RESILIENT FLOORING
9.7.1 GENERAL:
9, Resilient Flooring - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all resilient flooring and bases
as shown on drawings and specified herein.
9.7.2 MATERIALS:
a. Adhesive: Latex as recommended by the manufacturer
of the flooring material.
b. Flooring: Armstrong's Montina, Corlon, sheet vinyl.
C. Bases: Burke rubber top set cove and straight (at
carpet), 4" high.
9.7.3 WORKMANSHIP:
a. Inspect all surfaces that receive flooring or bases
and report any unsatisfactory conditions. Commencing
work constitutes Contractor's approval and acceptance
of base work.
b. Subsurfaces shall be dry, clean and void of any cracks
or depressions.
c. Maintain temperature as recommended by the manufacturer.
d. Install all work in strict accordance with manufacturer's
written instructions.
e. Do not install flooring until other work, including
painting has been substantially completed.
f. Finished work shall be free of buckles, cracks, breaks,
waves, projecting edges and shall be neatly fitted to
projections. Interior corners shall be mitered.
g. Clean and wax flooring as per manufacturer's recommen-
dations.
9.8 LAMINATED PLASTIC
a Laminated Plastic - 1
9.8.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
9.8.2 MATERIALS:
a. Laminated Plastic: Formica 1/16" thick with "suede"
finish or approved equal.
b. Sink Rings: Stainless steel.
c. Adhesives: Weldwood glue, or other waterproof
adhesives approved by laminated plastic manufacturer.
9.8.3 WORKMANSHIP:
a. Contractor shall inspect all surfaces to receive
laminated plastic (Douglas Fir plywood is not acceptable).
b. Laminated plastic sheets shall be the largest available
and the work laid out to minimize butt joints (no
metal cover molds). Joints shall be carefully located
to present the best appearance.
C. All counters shall be self edged, unless specifically
detailed otherwise.
d. All sheets shall be bedded in adhesive, thoroughly
braced and weighted to insure a complete bond and
true surfaces.
9.9 CARPETING
9.9.1 GENERAL:
• 9.9 Carpeting - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Carpeting as shown on drawings
and as specified herein.
c. Furnish the Owner complete carpet care and maintenance
instructions.
9.9.2 MATERIALS:
a. Oakmount, Burke Carpet Mills, or approved equal.
Pile Yarn: 100% Monsanto Solution Dyed Acrilan
2000+ yarn (4 ply).
Face Weight :---------------------- - - - -40 oz.
Number Series :----------------- - - - - -- -13100
Gauge:------ ----------------------- -- -1/8
Pitch:------------------------- - - - - -- -216
Stitches per Inch: -------------------- 8.5
Pile Height :---- . ---------------------- 3/16(.187)
Primary Back:------------------- - - - - -- Polypropylene
Weight Density Factor:---------- - - - - -- 308,000
Density:----------------------- - -- - -- -7700
Tufts per Sq. In:----------------- - - - -68
Width:--------------- ----- -------- - - - -12 ft.
b. Loktuft Backed Carpet
Latex:---------------- --- --------- - - - -30 oz.
Secondary Back - Loktuft: ------------- 5.3 oz.
Total Weight: ------------------------- 79.3 oz.
9.9.3 WORKMANSHIP:
a. Inspect all surfaces that receive carpeting and
report any unsatisfactory conditions. Commencing
work constitutes Contractor's approval and acceptance
of base work.
b. Subsurfaces shall be dry, clean and void of any
cracks or depressions that will cause a ridge or
depression in the carpet face.
c. Install all work in strict accordance with
manufacturer's written instructions.
9.9 Carpeting - 2
9.9.3 Workmanship (continued):
d. Spread adhesive with a trowel having 1/16" deep
notches 1 /8" apart.
e. A conventional carpet cutter should be used rather
than a cutter designed specifically for cushion
backed carpet.
f. Carpet shall not be stretched. During fitting, seams
should be overlapped from 1/8" to 1/4" to insure a
good, tension -free fit.
g. Apply Burke BR -550 seam adhesive to edge of carpet
backing at each seam.
h. Finish all open edges with special metal strips.
i. Finish work shall be free of buckles, breaks and waves
and shall be neatly fitted to walls, etc.
j. Carpet to be vacuum cleaned, free of spots, smears,
stains, etc., and protected from construction traffic.
• 10.1 Misc01 aneous Specialties - 1
10.1 MISCELLANEOUS SPECIALTIES
10.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
10.1.2 MATERIALS:
a. Fire Extinguishers: One (1) 5'h pound Tri Class
(A.B.C.) UL rated 2 -A; 10 -B:C Dry Chemical by
Kidde or equal.
b. Fire Extinguisher Cabinet: Standard Fire Hose
Company, Santa Monica, California, #2X.
C. Towel Dispenser: Five (5) Bobrick B -262 (Z type
towels).
d. Toilet Tissue Holder: Five (5) Bobrick B -266.
e. Soap Dispenser: Five (5) Bobrick B8294 (lavatory
and countertop mounted).
f. Feminine Napkin Dispenser: One (1) Bobrick B350,
25� coin operated.
g. Feminine Napkin Disposal: Two (2) Bobrick B270.
h. Waste Receptacle: Two (2) Bobrick B -275.
i. Ash Tray: One (1) Bobrick B -240.
j. Grab Bars: Provide at both sides of one women's
and one men's toilet for handicapped's compartment.
14" o.d., 52" long, s.s. (install with 1'h" clear
to wall).
k. Chalk Board: Nelson- Adams, NACO porcelain steel
or equal. (Baked on surface applied to 24 gauge
steel, 7/16" thick hardboard backing). All aluminum
trim to match #40 dark bronze permondonic finish
(see Section 8.3 Storefront). Nelson -Adams Series
600 trim and chalkrails or approved equal.
1. Signs, Pushes and Kickplates: Vomar Products, Inc.,
or approved equal. Series 100, Plaque P -94 (3/16"
matt finish plexiglass) with copy reverse silk -
screened on back, back to be painted out to match
Vomar standard colors. 1/4" radius corners, liquid
adhesive mounted, 3/4" high, microgramma, white
• 10.1 Misolaneous Specialties - 2
10.1.2 Materials (continued):
letters (except 5" high at exit) see door schedule
for additional information. Push plates 9" x 15 ".
Kick plates 8" x 2" shorter than door width.
M. Movie Screen: 6' x 6' Ultramatte #200 screen by
Stewart Film Screen Co., Torrance, California, or
approved equal. Screen to be mounted on 1V"
square aluminum tube, wrap screen around tube and
secure to rear with snaps (stud part of snap to be
blind riveted or secured with sheet metal screws).
Snaps to be spaced to hold screen taut and without
wrinkles or bulges. Secure frame at top with two
4" long strap hinges, at bottom with two hooks.
n. Bronze Plaque: 1/4" thick, size as per drawings.
o. Adco 15 acousti -call booth walnut woodgrain, open
shelf with adapter for swing out directory.
10.1.3 WORKMANSHIP:
a. Coordinate with all other trades whose work relates
to the items specified herein for the placing of
all required backing and furring, to insure proper
locations.
b. Deliver and store all items specified herein in
dry, protected areas. Keep free of corrosion.or
other damage. Replace any damaged items at no cost
to the Owner.
c. All items shall be installed in strict accordance
with the respective manufacturer's published
instructions and approved installation drawings.
Adhesive installation will not be permitted except
for signs.
10.2 TOILET PARTITIONS
10.2.1 GENERAL:
lie Toilet Partitions - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Toilet Partition work as shown
on the drawings and as specified herein.
c. Submit three (3) samples of manufacturer's standard
colors for selection and approval by the Architect
as per SUPPLEMENTARY GENERAL CONDITIONS.
10.2.2 MATERIAL$:
a. Mills Marblmetal, or approved equal, floor supported
compartments, enamel steel finish of color selected..
10.2.3 WORKMANSHIP:
a. Verify all dimensions shown on drawings by taking
field measurements; proper fit and attachment of all
parts is required.
b. Partitions shall be installed in strict accordance with
the manufacturer's directions, with doors and hardware
operating smoothly.
C. Doors and side panels shall be erected in a sturdy,
substantial manner, straight, true and plumb with all
horizontal lines level and partitions or pilasters
fitted rigidly to the wall or ceiling member.
10.3 OPERABLE WALLS
10.3.1 GENERAL:
00.3 Operable Walls - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install top supported manually operated
individual panels with floor guide track as shown
on drawings and as specified herein.
C. The following items are not included in this Section:
(1) Furnishing and punching of overhead structure,
placing hanger rods in conformance with
manufacturer's template and, where required,
filling,staining or painting.
(2) Floor chase and grouting.
10.3.2 MATERIALS:
a. Operable wall shall be Advance Type 5M1G top supported,
manually operated, as manufactured by Advance Equipment
Corp., Anaheim, California, or approved equal.
b. Panel Construction: Panel shall be approximately 3"
thick, vinyl wall covering over 1/2" thick medium
density fiberboard laminated to a 2" thick paper
honeycomb panel core. Panel perimeter framed in
aluminum members through - bolted to ensure dimensional
stability. Panel weight shall not exceed five (5)
pounds per square foot. Panels to be a prefabricated
product.
C. Panel support, guides and track:
(1) Panels shall be supported by 4 -wheel trolley
assemblies, of all steel construction, with 1V
tread diameter flange wheels. Trolley ball bear-
ings shall be precision ground, solid -race type,
equipped with ball retainers, double shielded,
prelubricated and designed for a minimum service
life of 2500 hours of operation. Trolley pendant
bolt diameter shall be 5/8" minimum, and shall
be attached to the panel utilizing steel rein-
forcing plates internally mounted above and below
the top panel frame rail.
• e0.3 Operable Walls - 2
10.3.2 Materials (continued):
(2) Top track shall consist of a one -piece 6063 -T6
aluminum alloy extrusion incorporating soffit
trim and seal retainers. Track joints shall be
aligned by concealed dowels in the vicinity
of the running surface. Track brackets shall
be 6063 -T6 which interlock with top flange of
the track. Track shall have spring bumpers at
ends. Brackets shall be spaced to limit the
track deflection to 0.09 inches due to applied
trolley loads, but in no case greater than
5'0" on center. Independent testing laboratory
results shall be supplied upon request.
d. Panel Finish:
(1) Aluminum: 6063 -T5 alloy finish to match #40
Dark Bronze permondonic.
(2) Vinyl Wall Fabric: Koroseal CCC -W -408 Type II
22 ounce per yard. Color to be selected from
Burlap collection.
10.3.3 WORKMANSHIP:
a. Operable walls shall be installed in a neat and
workmanlike manner with all adjoining panels function-
ing in true and plumb alignment.
b. Installation shall be performed under the supervision
of a factory trained mechanic in strict accordance
with the manufacturer's printed instruction manual to
ensure satisfactory operation and performance.
10.3.4 GUARANTEE:
a. The manufacturer and their installing representative
will furnish a guarantee of the complete installation
against defects in workmanship and material for one (1)
year.
12.1 SEATING
12.1.1 GENERAL:
• 12.1 Seating - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all fixed seating in auditorium
as shown on the drawings and as specified herein.
12.1.2 MATERIALS:
a. Meteor Eight #8686L seats as manufactured by the
Irwin Seating Company, or approved equal.
b. Wood grain, suede finish, laminated plastic backs.
C. 2" thick poly padded back.
d. Hardwood arm rests.
e. 22" wide seats.
f. #86 aisle standard, #8 center standard.
g. #6 deep cushioned seat arch spring type.
h. Upholstering, Hera #6000 series fabric, 100% nylon.
i. Full length back panel, scotch guarded N- grade,
21.75 ounces per linear yard.
12.1.3 WORKMANSHIP:
a. Clear aisle width to be 4' -6"
b. Chairs to be set l' -0" clear from rear wall to allow
for drapes, 36" back to back.
C. Standards shall be fabricated to accommodate level
and sloping floor (see drawings).
2
W
0
.2 DRAPES
• 12.2 Drapes - 1
12.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install Drapes and Drape tracks as shown
on drawings and specified herein.
12.2.2 MATERIALS:
a. Drapery fabric, new and of best quality, DESIGN TEX,
147 N. Robertson Blvd., Los Angeles 90048; spectrum
collection (flame resistant) TOLEDO DT 3032, 708
Verel Modacrylic 308 Rayon.
b. Drapery Hardware: Kirsch Company or approved equal.
(1) Track: 92001, compact architrac
(2) Pulley: 92101 and 92102, two -way pulley sets.
92103 one -way pulley sets.
(3) End Plate: 92108, drapery return snap plate.
(4) Carrier: 92121, snap tab carrier.
(5) Cord: 9963 traverse nylon fiberglass cord.
(6) Tape: 92131 7'h' "accordia fold" snap on tape.
(7) Tension: pulley 9276 wire spring tension pulley.
c. Track sliding surfaces permanently lubricated with
Fluorocarbon Polymer.
12.2.3 WORKMANSHIP:
a. Coordinate with all other trades whose work relates to
drapery installation for placement of all blocking,
subframing, backing, furring, etc.
b. Deliver and store materials in dry, protected areas.
Keep free of stain,corrosion or other damage.
C. Install all work plumb and true. Provide anchor.
fastenings and other supporting items necessary to
support work.
• • 12.2 Drapes - 2
12.2.3 Workmanship (continued):
d. Fullness: Width of drapery shall be 2508 of the
opening width.
e. Heading: 4" double.
f. Side Hems: 1z ".
g. Bottom Hems: 4" line shot weighted.
h. Buckram: triple dipped.
i. Snaps: by installer.
j. Thread: nylon for heading, cotton for others.
k. Drapes shall fall to a constant dimension of 1/2" to
3/4" off carpet.
N
11
15.1 PLUMBING
15.1.1 GENERAL:
• 15.1 Plumbing - 1
a. Scope of Work: Complete plumbing system as indicated
on the Plumbing Drawings. Fixtures, material, equip-
ment and installation shall conform with all local
codes and ordinances. Work shall include excavation,
backfill and compaction for all underground work,
final connections to Owner- furnished equipment and
all required tests. Contractor shall obtain and pay
for licenses, permits, fees, inspections, meters
and connections.
b. Verification of Dimensions: Contractor shall verify
locations, elevation and characteristics of services,
equipment and fixtures to which connections are
required. Contractor shall refer to the architectural
drawings for exact placement of fixtures and refer
to structural, air conditioning and electrical
drawings for coordination of the plumbing work to
avoid interferences.
C. Guarantee: Contractor - furnished equipment, fixtures
and work shall be guaranteed for a period of one (1)
year from the date of acceptance against defective
materials and workmanship.
d. Workmanship: The installation shall be according
to the highest standards and practices of the industry,
Contractor shall be responsible for all openings,
and shall drill, cut and patch for the installation
of his work. Patching shall be of the same materials,
workmanship and finish as the original work.
e. Drawings: Due to the small scale of the drawings, it is
not possible to indicate all fittings which may be
required. Investigate the conditions surrounding the
work and provide the necessary fittings, valves, traps,
etc., which may be required to complete the installation.
f. Submittals: Prepare five (5) brochure submittals for
all items of equipment and material to be installed
and submit within 3 -3 days of signing of contract for
approval of Architect and all approving agencies.
g. As -Built Drawings: This Contractor shall obtain from
the Architect, and keep up to date, two (2) sets of
accurately dimensioned blueline prints showing all
work which is installed differently than shown on the
drawings. This shall include locations, depth of
buried piping, cleanouts, shut -off valves, sewer invert
elevations, tees, etc.
• . 15.1 Plumbing - 2
15.1.2 MATERIALS, FIXTURES AND EQUIPMENT:
a. All materials as specified shall be new, the highest
grade, and free from any defects or imperfections.
b. Sewer Piping:
(1) Piping Within Building: Service weight cast
iron (Spuncast) No -Hub soil pipe and fittings
to conform to C.I.S.P. Institute Standard 201 -72.
Rich or approved equal, with Dupont neoprene
gasket and 300 series stainless steel clamp and
shield assemblies. Option: Vent piping above
floor may consist of above specified materials
in place of steel pipe as specified herein.
(2) Piping Below Grade.Outside of Building: Standard
strength vitrified clay pipe with bell and
spigot ends conforming to ASTM C- 425 -71.
C. Sanitary Vent Piping:
2'" and Smaller: Schedule 40 galvanized steel pipe
with screwed drainage pattern fittings.
3" and Larger: Shall be as specified for sewer pipe.
d. Domestic Water:
Below Grade Inside of Building and Buried Outside:
Shall be Type "L" hard drawn copper with wrought
copper fittings up to and including the maximum
standard manufactured sizes, brazed with Silfos ox
Aircosil 15.
Above Floor Inside of Building: Shail be Type "L" hard
drawn copper with fittings and joints soldered with
50 -50 solder.
Below Grade Outside of Building: Shall be class 150
Ring -rite PVC, or Class 150 ACP if permitted by local
authorities.
Copper to Female Iron Pipe Size: Drop ear fittings
shall be provided on all concealed pipe outlets. All
water connection nipples shall be 85% red brass.
All hot water and hot water return piping shall be
insulated with flame safe fiberglass snap -on insula-
tion; thickness as recommended by Insulation Manufacturer.
• 15.1 Plumbing - 3
15.1.2 Materials, Fixtures and Equipment (continued):
e. Gas Piping: Shall be Schedule 40 black steel with
screwed banded fittings. If below grade, pipe shall
be protected with a factory applied polyethylene
covering similar and equal to "X -Tru- Coat ". All
field joints shall be wrapped after testing with
polyethylene sleeves that will shrink tightly to
pipe when heated. Sleeves shall be supplied by
same manufacturer as pipe covering and installed as
per manufacturer's directions.
Gas piping below grade may be PVC if approved by
local authorities.
f. Storm Drain Piping:
(1) Above Grade: Shall be Schedule 40 galvanized
steel with screwed drainage pattern or as
specified for sewer pipe.
(2) Below Grade: Shall be as specified for sewer
pipe.
g. Condensate Drain and Indirect Wastes: Shall be DWV
copper with DWV drainage type fittings, hard drawn
type "M" copper with long radius fittings or PVC is
permitted by local codes and authorities.
Joints for copper shall be made up with 50 -50 solder.
h. .Gate and G1obe.Valves: Crane or approved equal. 125 lb.
solder ends, all bronze, non - rising stem.
i. . Gas Cocks: Nordstrom 142 and 143 or Walworth 1795F.
Furnish one (1) wrench per valve.
j. Combination Pressure and Temperature Relief Valves:
Sized for total BTUH input, Watts Regulator Company
or approved equal on storage tanks and water heaters.
k. Cleanouts: Local code approved.
1. Access Panels: Chrome plated.
M. Hose Bibbs: Acorn No. 8120 -8130 Series polished
chrome plated inside of building and rough brass
for exterior.
n. Roof Flashings: Galvanized sheet metal.
. • 15.1 Plumbing - 4
15.1.2 Materials, Fixtures and Equipment (continued):
o. Yard Boxes: Brooks products with name of service
on cover.
p. Dielectric Isolators: Provide on all dissimilar metals.
q. Miscellaneous Items: As indicated on the drawings.
r. Water Hammer Arrestors: Stainless steel, bellow type,
PDI approved. Sizing and placement shall be in
accordance with PDI Standard WH -201.
s. Water Heaters: Automatic electric storage type shall
be complete as shown in manufacturer's latest catalog.
Tank shall be constructed of heavy steel with lining
bonded to the inner surfaces and equipped with a
magnesium anode, immersion type heating element,
operating aquastat and pressure- temperature relief
valve piped to approved location. Entire tank shall
be insulated. The complete heater shall be certified
by the American Gas Association and shall be of the
size and capacity as indicated on the drawings.
t. Fixtures:
(1) Fixtures shall be as manufactured by American
Standard or approved equal.
(2) All trim and exposed fittings shall be chrome
plated brass, including handles.
(3) Connections to fixtures shall be in accordance
with code requirements except as exceeded
herein or on the drawings and in no case less
than the supply stop size. 'Minimum waste
sizes shall be 4" for water closets and 2" for
lavatories unless otherwise noted on drawings.
(4) Drains and Interceptors: Zurn, J. R. Smith or
approved equal.
15.1.3 INSTALLATION:
a. Locations and Accessibility: Install equipment for
ease of maintenance and repair.
b. Openings: Furnish information to the other trades on
size and location of openings which are required in
walls, slabs, etc., for conduit, piping, and equipment
at the proper times.
• • 15.1 Plumbing - 5
15.1.3 Installation (continued)
c. Cutting and Patching: Do all drilling, cutting
and patching of the general construction work,
rough finish and trim which may be required for
the installation of the work. All patching shall
be of the same materials, workmanship and finish
as the original work.
d. Closing In of Uninspected Work: Do not allow or
cause any of work to be covered up or enclosed
until it has been inspected, tested and approved
by the Owner's representative.
e. Excavation, Trenching and Backfill: Do all necessary
trench excavation, shoring, backfilling and compaction
required for the proper laying of the pipe lines.
Bottom of the Trenches: Cut to grade and excavate
bell holes to insure the pipe'bearing for their
entire length upon the outside periphery of the
lower third of the pipe.
Backfill and Compaction: Backfill all pipe trenches
with imported sand. Backfill shall consist of sand
2" below pipe to not less than 6" above pipe.
Balance of trench shall be filled with approved clean
material, placed in conformity with applicable
divisions of the Specifications or latest edition of
the Uniform Plumbing Code.
Compact backfill in accordance with Site Work section
of these Specifications or latest edition of the
Uniform Plumbing Code.
Water pipe with rubber ring type joints shall have
30" of cover. All other pipe shall have not less
than 18" of cover, unless otherwise noted on the
drawings. or dictated by climatic conditions.
f. Existing underground or buried piping, such as sewers,
gas, water, electrical conduit, etc., active or
abandoned, whether shown on the drawings or not, that
is encountered in the prosecution of the work shall be
properly shored and protected from any damage whatso-
ever and shall be relocated and reconnected as directed
by the Owner's representatives.
g. Any damage resulting from the contractor's operation
shall be repaired by him at his own expense.
. • 15.1 Plumbing - 6
15.1.3 Installation (continued)
h. Excavation, backfilling and repaving in connection
with the work in public streets, under public
sidewalks or elsewhere in public property shall be
done as required by or under the supervision of the
proper authorities.
i. Piping Installations: All pipe shall be of USA
manufacturer, new, straight and true and shall be
installed parallel to the framing of the building.
Piping shall be installed in such a manner as to
permit expansion and contraction and prevent strain
on the equipment and /or piping.
Joints shall be smooth and unobstructed inside.
Thoroughly ream cut pipe ends to remove all burrs.
All changes of direction shall be made with fittings.
Bending or mitered bends is prohibited.
All pipe runs and connections shall be carefully
made to insure unrestricted flow, eliminate air
pockets and permit complete drainage of the system.
j. Sleeves: Provide No. 24 gauge galvanized steel or
iron where pipes pass through concrete floor slabs
above the ground floor.
Pipes through ground floor slabs shall be isolated
with Kraft Paper, plastic tape, or similar materials
unless conduit is specified or indicated.
Sleeves for pipes through exterior walls shall be
standard weight galvanized pipe. Pack space between
pipe and sleeve with oakum and hot tar so as to be
absolutely watertight.
Sleeves in firewalls shall be packed with asbestos
rope.
k. Installation of Plumbing Fixtures: Each fixture shall
be installed at the exact height and location shown
on the architectural drawings.
Fixtures, supplies, trap and trap outlet shall be
set square with the wall, in line with fixture outlets
without any offsets, angles or bends.
The joint between the fixtures and the walls or floors
shall be adequately grouted with polysulfied cement
to be smooth, even and watertight.
15.1.3 Installation (continued)
• 15.1 Plumbing - 7
Exposed, plated, polished or enameled connections
from fixtures shall be assembled with special care
to show no tool marks or threads.
Completion of Installation:
Cleaning and Flushing: All equipment and materials
shall be thoroughly cleaned. Surfaces to be painted
shall be left smooth and clean, ready for painting.
Each unit of gas system shall be blown out with
compressed air.
All piping, valves, traps, water heaters, etc., shall
be thoroughly cleaned, flushed and /or blown out,
until free of foreign matter of any kind.
Water Hammer Arrestor: Shall be installed at each
group of flush valve fixtures and at all quick
closing valves.
M. Sterilization of Domestic Water Lines: Shut off at
meter, open all hot and cold fixtures slightly, intro-
duce solution of one gallon of five percent sodium
hypochlorite (Purex, Chlorox) to 500 gallons of water
into system at sterilization valve. Close each
fixture when chlorine residual appears, as determined
by orthofolidine test. When all fixtures show
chlorine residual, close all fixtures and sterilization
valve and allow solution to remain in system for
24 hours. After 24 hour period, flush system so that
chlorine residual does not exceed 0.5 ppm at any
point. Also flush through sterilization valve and
then dose valve and plug or install short nipple and
cap. The Architect shall be notified at least 24
hours prior to beginning the sterilization procedure.
Id
' r
15.2 AIR CONDITIONING
15.2.1 GENERAL:
a. Scope:
0 2 Air Conditioning - 1
Work Included: Furnish all labor, materials and equip-
ment and perform all operations in connection with
the air conditioning work indicated or specified, on
the drawings or specified herein, as well as allied
work normally performed under this Section.
Related Work Specified Elsewhere:
(1) Motor starters, fused disconnect switches,
circuit breakers and relays.
(2) Power wiring, line voltage control wiring and
conduit for low voltage control wiring.
(3) Door louvers.
(4) Painting (except as herein specified).
(5) Wooden platforms for air conditioning equipment
and curbed roof openings where indicated.
(6) Condensate drain piping from air conditioning
equipment.
(7) Painting (exposed ductwork at grilles).
b. Intent of Drawings: The drawings are diagrammatic
to the extent that they do not indicate offsets,
bends, special fittings and exact locations.
Piping, ductwork, apparatus and equipment shall be
installed to avoid obstructions, preserve headroom,
keep openings and passage -ways clear and make all
operating equipment accessible for maintenance.
All required detail drawings of the air conditioning
equipment and accessories shall be submitted for
review before proceeding with the work.
c. Examination of Drawings and Site: Before commencing
the work, the Contractor shall carefully study the
drawings, specifications and site. He shall definitely
determine in advance the methods of installing and
connecting the apparatus, the means for getting the
• 2 Air Conditioning - 2
15.2.1 General (continued):
equipment into place and shall make himself familiar
with all of the requirements of the Contract. Equip-
ment shall physically fit the areas allocated with
ample access for services.
The Contractor shall rerer any discrepancies to the
Architect for decision before proceeding with the
work.
d. Ordinances, Regulations and Codes: All work and
materials shall be in full accordance with the
applicable regulations and codes of any legally
constituted public autnority having jurisdiction.
e. Permits, Fees and Inspections: Pay all fees and
obtain all permits required by any governing public
authority. Arrange and pay for all inspections and
examinations and deliver certificates of the same
to the Owner.
f. Utility Connections:
shall make final gas
tioning equipment.
Air Conditioning Contractor
connections to all air condi-
g. Submittals: The Contractor shall submit, at his
expense, five (5) copies of equipment brochures in
index form within thirty (30) days after contract is
signed. All equipment and material submittals shall
be submitted at one time.
The exact model and size of each item of equipment
shall be accurately noted, together with the specific
operating characteristics and special accessories.
Air Balance Report: Three (3) copies of air balance
report shall be furnished to Architect for review
prior to final inspection.
h. As -Built Drawings: Furnish to the Architect two (2)
sets of mechanical drawings marked in red pencil
showing the complete "AS- Built" system.
i. Cooperation with Other Trades: Contractor shall so
organize the work that progress will harmonize with
the work of all trades. He shall review Architectural,
Structural, Electrical and Mechanical drawings and
lay out his work to conform with all phases of the
construction.
w
. e 2 Air Conditioning - 3
15.2.1 General (continued):
He shall locate all required hole openings and shall
provide sleeves for pipe and ductwork where required,
noted or specified.
j. Curbs and Foundations: General Contractor will provide
roof curbs for duct penetrations and wooden foundations
for air conditioning equipment. Air Conditioning
Contractor shall furnish and install welded steel
bases and supports where shown or required.
k. Workmanship: All workmanship shall be of the best
quality and none but completely competent mechanics,
skilled in their trades, shall be employed. Contractor
shall furnish the services of an experienced superin-
tendent to supervise the erection, construction and
check -out of all the systems.
1. Cutting and Patching: Cut and frame all necessary
openings, under the supervision of the Architect or
his authorized representative and provide ail patching,
painting and trim as required by the Specifications.
M. Painting: Apply one (1) coat of Zinc Chromate or
Rustoleum to bar metal surfaces of supports, etc.
n. Cleaning Up: All equipment and exposed surfaces shall
be left smooth and clean. All plate work shall be
polished and the entire premises shall be cleaned of
unused materials, rubbish, debris and grease spots.
o. Tests: Heating, ventilating and air conditioning.
systems. Balance, adjust and test air moving equip-
ment and air distribution and exhausting systems, as
herein specified. All work shall be done under the
direct supervision of a qualified Heating, ventilating
and Air Conditioning Engineer. All instruments used
shall be accurately calibrated and maintained in good
working order. The tests shall be conducted in the
presence of an authorized representative of the
Architect.
Air balancing and testing shall not begin until the
system has been completed and is in full working order.
The Contractor shall put all heating, ventilating and
air conditioning systems and equipment into full
operation and shall continue the operation of same
during each working day of testing and balancing.
�2 Air.Conditioning - 4
15.2.1 General (continued):
Air
Systems:
(1)
Test and adjust
blower RPM to design requirements.
(2)
Test and record
motor full load amperes and
nameplate amperes.
(3)
Make pitot tube
transverse of main supply
ducts and obtain
design CFM at fans.
(4)
Test and record
system static pressure, suction
and discharge.
(5)
Test and adjust
system for design recirculated
air, CFM.
(6) Test and adjust system for design CFM outside
air.
(7) Test and record entering air temperatures (D.B.
heating and cooling).
(8) Test and record entering air temperatures
(W.B. cooling).
(9) Test and record leaving air temperatures
(D. B. heating and cooling).
(10) Test and record leaving air temperatures
(W. B. cooling).
(11) Adjust all main supply and return air ducts to
proper design CFM.
(12) Test and adjust each diffuser, grille and
register to within five percent of design
requirements.
(13) Each grille diffuser and register shall be
identified as to location and area.
(14) Size, type and manufacture diffusers, grilles
and registers and all tested equipment shall
be identified and listed. Manufacturer's
ratings on all equipment shall be used to make
required calculations.
s
�2 Air Conditioning - 5
15.2.1 General (continued):
p. Electrical Work: Electrical Contractor shall install
all line coltage power and control wiring and provide
conduit for low voltage control wiring.
Circuit breakers, motor starters, switches and relays,
will be furnished, as indicated on the control wiring
schematic diagram, mechanical drawings by the electrical
contractor.
Electrical Contractor shall make final connections to
all line voltage equipment.
q. Guarantee: The Contractor shall guarantee the entire
heating, ventilating and air conditioning systems
unconditionally for a period of one (1) year after
date of final acceptance. If, during this period,
any materials, equipment or any part of the systems
fail to function properly, the Contractor shall
make good the defects promptly and without any expense
to the Owner. The Dontractor shall also guarantee
before final acceptance that the specific quantities
of air on the drawings shall be supplied as indicated;
also that each apparatus shall deliver the capacities
specified. The size of all equipment, duct supply
outlets, return and exhaust grilles, etc., are a
minimum and the Contractor shall not decrease them in
any way.
The work shall be installed of such
equipment and in such a manner that
all parts of the systems covered by
specifications shall be noiseless t
no sound of operation will be heard
served by the system's equipment.
materials and
the operation of
the plans and
D the extent that
inside the rooms
All equipment shall carry a one (1) year manufacturer's
warranty against defective parts or poor workmanship.
All equipment is new and the best of its class and
kind, free from defects and imperfections.
The Contractor shall be responsible for all damage to
any part of the premises caused by leaks in ducts or
equipment furnished and installed under this Section
of the Specifications for a period of one (1) year
after the date of acceptance of.his work.
a 150 Air Conditioning - 6
15.2.2 MATERIALS AND INSTALLATION:
a. Ductwork: Supply air plenums, return air plenums and
exhaust systems shall be galvanized sheet steel
fabricated, braced, installed and supported in con-
formance with the latest SMACNA duct manual. All
ductwork outdoors shall be galvanized sheet metal.
All joints and G -locks in sheet metal supply and
return ductwork shall be taped with 4 ", 6 ounce
canvas strips applied with ARABOL Sealant thoroughly
saturating the canvas.
Manual volume dampers shall be installed in main and
branch ducts where shown and /or wherever necessary
for properly balancing the system. Each damper shall
have a locking quadrant. Provide "Vent -Lok" or
approved equal.
b. Insulation:
Concealed Sheet Metal Supply Air Ductwork: Shall be
insulated with 1" thick, 3/4" density OWENS- CORNING
Type III or approved equal, foil faced fiberglass duct
wrap. Insulation shall be installed in strict accordance
with the manufacturer's .recommendations.
Insulated Flexible Ducts: The Contractor may, at his
option, connect to diffusers with flexible runouts in
lieu of rigid duct connections. Insulated low pressure
flexible duct shall be a factory assembly consisting
of a galvanized spring steel wire helix, a continuous
inner liner wrapped with a nominal 1" thick by one pound
per cubic foot density glass fiber insulation. The
assembly shall be enclosed in a Class I fire resistive
vapor barrier jacket, factory sealed at both ends.
The flexible duct shall be listed by Underwriters'
Laboratories, Inc., and shall conform to the 90 -A Class
I requirements of the National Fire Protection Associa-
tion.
Flexible duct shall be installed in a fully extended
condition free of sags and kinks,
practical, using only the minimum
make the connection. Where in the
Architect the flexible duct length
duct shall be cut and shortened or
flexible duct of suitable length.
be supported independently of the
and as far as
length required to
opinion of the
is excessive, the
replaced with a
Flexible ducts shall
air outlets, and
II
02 Air Conditioning - 7
15.2.2 Materials and Installation(continued):
where horizontal support is required, shall be suspended
on 36" centers with a minimum 3/4" wide flat banding
material. Connection of flexible duct (termination
connections and joints) shall be made with 1/2" wide
positive locking stainless steel straps. The low
pressure flexible duct shall be attached to the branch
duct with factory installed spin -in type galvanized
steel fittings. The fittings shall have an integral
air extractor and balancing damper and shall be
secured to the flexible duct with a 1/2" wide positive
locking steel strap. Joint shall then be sealed with
2" wide pressure sensitive duct tape.. Ducts shall be
by GLASS -FLEX, WIRE -MOLD or THERMAFLEX.
Fiberglass Ductwork: At the discretion of the
Contractor, fiberglass ductwork shall be round or
rectangular. Round ductwork shall be CASCO air duct
type, VJ -100, one inch thick with vapor barrier, U.L.
approved and labeled Class I as manufactured by
C. A. SCHROEDER CO., or approved equal by JOHNS -
MANVILLE, or CERTAIN - TEED /SAINT GOBAIN. Rectangular
ductwork shall be.of same characteristics as round
ductwork.
a. Filters: Shall be Fram, Farr or American Air Filter.
Air conditioning unit air filters shall be Fram Roto-
Aire RMI -1R Series, 2" thick, replaceable media
filters mounted on a separate track. Filter case shall
be 16 gauge steel with welded corners. Filter size
and quantities shall be selected by the equipment
manufacturer, or as shown on drawings, for a maximum
initial pressure drop of 0.12" water column.
d. Automatic Temperature Control:
Scope: The temperature control manufacturer shall
furnish all temperature control equipment described
under this heading; furnish supervision for the installa-
tion and operation of the control system; provide (fur-
nish and install) wiring as indicated on the drawings
including final connections and calibrate all controls.
The temperature control equipment shall be of all
one manufacturer and shall be Barber - Colman, Johnson,
Powers or Robert -Shaw.
Drawings and Checkout: Submit a shop drawing of the
entire system to the Engineer for approval before
starting work. Upon completion of the work, provide
diagrammatic layouts of the automatic temperature
control system as indicated and as specified herein.
4 �
*2 Air Conditioning - 8
15.2.2 Materials and Installation (continued):
Layouts shall be completely checked out, adjusted
and calibrated to perform all required functions as
required for proper operation. The final inspection
shall require the control system to be inspected by
approved control engineer in 'the employ of the
company. Submit name £ar approval 30 days prior to
the final inspection. This engineer to accompany
the inspection engineer on the final inspection to
verify operation of all components.
Submit four (4) complete sets of operating and
maintenance data, including bulletins marked to show
exact item furnished.
Provide reduced scale diagram, aluminum framed behind
glass mounted as directed, of equipment, piping,
controls, and thermostats.
Provide sequences of operation of the system, aluminum
framed behind glass mounted as directed.
e. Packaged Air Conditioners: Shall be Lennox, Carrier,
Fedders, AGA and UL approved, gas /electric, roof top
unit, complete with weatherproof insulated housing,
filters, fans, motors, gas fired furnace section,
power flue venter, magnetic starters and relays.
Unit shall be complete with refrigeration evaporator
coil, compressor, condenser fans, factory wired
control and safety interlocks, with labeled terminal
strip for power and thermostat connections.
Room thermostat shall be the type indicated on the
drawings for continuous fan operation and automatic
change -over from heating to cooling in the cover.
Provide thermostat guard. See Automatic Temperature
Control. Section of these Specifications.
f. Exhaust Fans: All exhaust fans shall be Pace, of
models and capacities indicated on the drawings.
g. Fire Dampers: Shall be installed at all locations
whether indicated on the drawings or not, where
required by the local authorities having jurisdiction.
Dampers shall be of the Code approved type, Underwriter
labeled, and shall conform to details of NFPA Pamphlet
No. 90A. Submit details for approval.
Y •
• 2 Air Conditioning - 9
15.2.2 Materials and Installation (continued):
h. Ceiling Diffusers, Registers and Grilles: Return air
and exhaust air registers shall be Anemostat Model
GC50 with opposed blade volume damper of the sizes
and capacities indicated on the drawings.
Rectangular ceiling diffusers shall be Anemostat
Model RMD -S (Foyer) RMD -PTE of the sizes and capacities
indicated on the drawings. The assembly shall have
a baked white enamel finish. The Contractor shall
coordinate the ceiling diffuser assembly design and
installation with the ceiling system. PTE diffusers
shall have a 24 x 24 perforated face in conference
room and 30 x 30 in auditorium.
16.1 Electrical - 1
16.1 ELECTRICAL
16.1.1 GENERAL:
The "General Conditions ", "Special Conditions ", and Supple-
mentary General Conditions form a part of this section with
the same force and effect.as if wholly embodied herein.
16.1.2 SCOPE:
Under this heading is included labor, materials, equipment
and appliances required to complete the electrical work.
16.1.3 SPECIAL REQUIREMENTS.
a. Work and materials in full accordance with the latest
rules and regulations of the California Administrative
Code Title 8 and Title 24, Part 3, "Basic Electrical
Regulations ", The National Electrical Code,The City of
of Newport Beach,National Electrical Code Amendments,
and other applicable state laws and regulations. Nothing
in plans or specifications shall be construed to permit
work not conforming to the most stringent of codes.
Should any changes be necessary in the drawings or
specifications to make the work comply with.these
requirements, the contractor shall notify the Engineer
at once in writing and cease work on parts of the con-
tract which are affected.
b. LOCATIONS OF EQUIPMENT:
(1) The drawings indicate diagrammatically the desired
locations or arrangements of conduit runs, outlets,
equipment, etc., and are to be followed as closely
as possible. Proper judgment must be exercised in
executing the work so as to secure the best possible
installation in the available space and to overcome
local difficulties due to space limitations or
interference of structural conditions encountered.
(2) Where outlets are placed in a wall, locate symmetric-
ally with respect to each other and other features
or finishes on the wall.
(3) In the event changes in the indicated locations or
arrangements are necessary, due to developed con-
ditions in the building construction or rearrange-
ment of furnishings:or equipment such changes made
without extra cost, providing the change is ordered
before the conduit runs, etc., and work directly
connected to same is installed and no extra
materials are required.
(4) Lighting fixtures in mechanical spaces are shown in
J
16.1 Electrical - 2
y •
their approximate location only. Do not install
light outlets or fixtures until mechanical piping
and duct work is installed; then install lights in
a location to provide best lighting.
(5) Coordinate and cooperate in every way with other
trades in order to avoid interference and assure
a satisfactory job.
C. SHOP DRAWINGS AND MATERIAL LISTS:
(1) Submit eight (8) copies of shop drawings
within 35 days of award of the contract.
in s shall be submitted in complete bound
materials i.e.. all liahtina fixtures or
G;
rh
ontractor shall ver
ear worKino sDace a
for approval
Shop -
arouas of
rical eaulomen
a
Departure from the above procedure will resu t in
resubmittal and dela s. Submittals which are
inten a to a reviewed as a substitution or departure
from the contract documents must be specifically
noted as such, or the requirements of the contract
documents will prevail regardless of the acceptance
of the submittal. Where current limiting fuse
devices are specified, submit technical data to
indicate fuse adequately protect equipment. Submit
shop drawings for electrical items except installation
materials such as conduit fittings, outlet boxes,
600 volt conductors; wiring devices, etc.
(2) Submit 6 copies of material list for approval within
35 days of award of the contract. The right is
reserved to require submission of samples of any
material whether or not particularly mentioned herein.
d. SUBSTITUTIONS:
Refer to the General Conditions of the Specifications.
Verbal request for substitutions or inquiries during the
bid period will not be considered.
e. GUARANTEE:
Refer to the General Conditions of the Specifications.
f. TESTS:
(1) The Contractor shall provide all instrumentation and
tests on the electrical system and equipment as
hereinafter described and as further directed by
the Architect - Engineer for review.
16.1 Electrical - 3
e �a) Grounds and ground gridshall be meggered
recorded, and recordings submitted to the
Architect - Engineer for review.
(b) Ampere and line voltage measurements shall be
taken and recorded under full load on all panels
and switchboard feeders and motor circuits over
10 horsepower. Measurements shall be recorded
at the equipment served and shall be submitted
to the Architect - Engineer for review.
(2) Method of obtaining ground resistance readings
shall be in accordance with the latest edition of
the James G. Biddle (Plymouth Meeting, Pennsylvania)
manual published on this subject.
(3) All instrumentation and personnel required for
testing shall be furnished by the Contractor.
(4) Exterior adjustable
dark in the presence
the Architect.
lighting fixtures aimed after
of and at a time convenient to
g. RECORD DRAWINGS AND INSTRUCTION MANUALS:
(1) Refer to Supplementary General Conditions for
record drawings. Provide and maintain in good
order in the field office of the Architect a com-
plete set of electrical contract prints.
Changes to the contract to be clearly recorded on
this set of prints. At the end of the project, the
Contractor shall transfer all changes to one set of
transparencies to be delivered unfolded to the
Architect.
(2) Underground stub -outs and manholes, pullboxes,
monuments and vaults accurately located and dimen-
sioned from building walls on record drawings.
(3) Two (2) copies of manufacturer's instruction manuals
to be furnished to the Owner for equipment on which
service and periodic maintenance is required.
CUTTING AND PATCHING:
Perform cutting and patching of the construction work
which may be required for the proper installation of
the electrical work. Patching shall be of the same
material, workmanship and finish as, and accurately
match surrounding work to the satisfaction of the Archi-
tect.
GROUNDING:
(1) Make good contact at panel boxes, outlet boxes,
j
k
1
m
in
C
0
16.1 Electrical - 4
is
and junction boxes to the conduit system.
(2) Equipment including switchboards, transformers,
conduit system, motors and other apparatus to be
grounded by a conduit or conductor to ground.
(3) Underground service feeder and equipment runs in
nonmetallic conduits to contain a copper grounding
conductor properly connected for electrical contin-
uity. Grounding conductor of size required by
regulations having jurisdiction and to have green
insulation.
AIR CONDITIONING. HEATING. PLUMBING EQUIPMENT
Provide electrical work, both line and low voltage,
materials and control components required for proper
operation of the air conditioning, heater and plumbing
systems as indicated on the drawings and specified herein.
TELEPHONE DISTRIBUTION:
Conform to the requirements of the Telephone Company.
PROTECTION:
Protect all work, materials and equipment from damage
from any cause whatever, and provide adequate and
proper storage facilities during the progress of the
work. Provide for the safety and good conditions of
all work until final acceptance of the work by the Owner,
and replace all damaged and defective work, materials,
and equipment before requesting final acceptance.
CLEANING EQUIPMENT, MATERIALS, PREMISES:
All parts of the equipment shall be thoroughly cleaned
of dirt, rust, cement, plaster, etc., and all cracks
and corners scraped out clean. Surfaces to be painted
shall be carefully cleaned of grease and oil spots and
left smooth, clean and in proper condition to receive
paint finish.
PERMITS:
Take out and pay for all permits, inspections and
examinations without additional cost to the Owner.
EXISTING CONDITIONS:
Contractbr's attention is called to the presence of
existing buildings, conduit, installation, etc. The
Contractor will be responsible for the proper and
approved repairs of any and all damage caused by him
16.1 Electrical - 5
or his work. New work and installations to be made
without interruption to services to existing occupied
facilities. Any interruptions required to be made to
minimize inconvenience to the Owner and at times as
approved in advance by the Architect. New work and
installations shall not impair the proper functioning
of the existing facilities and the complete project
entity throughout. Furnish all labor and materials
required to relocate, remove, reinstall, replace and
reconnect any existing wiring and conduit to accommodate
the work of all trades; all as approved by Architect.
16.2 MATERIALS AND INSTALLATIONS:
16.2.1 GENERAL:
Materials and equipment herein specified new and
delivered to job site in unbroken packages of the same
type and manufacturer and furnished in accordance with
specifications of the National Board of Fire Underwriters
and the National Electrical Code and governing bodies
having jurisdiction. Electrical materials and equipment
to bear the Underwriters Label of Aoorova .
b. Provide trenching, concrete encasement of conduits,
backfilling and compaction for the underground electrica
work, in accordance with applicable sections of this
specification.
Provide 20 gauge steel pipe sleeves for concrete to
permit the conduit to pass through, having an inside
diameter not less than 1" larger than outside diameter
of passing conduit. Except as otherwise noted, cut
sleeves as manufactured by "Adjus- to- crete" or Paramount
Manufacturing may be used.
d. Flashing assemblies, Elmco Fig. #1100 -4.
e. Seal the joint between flashing and pipe with waterproof-
ing compound.
f. Structural and miscellaneous steel used in connection
with electrical work and located out -of- doors, or in
damp locations to be hot -dip galvanized unless otherwise
specified. Included are underground pullbox covers and
similar electrical items. Galvanizing average 2.0
ounce per square foot and conform to A.S.T.M. A123.
16.2.2 CONDUIT:
Rigid conduit, unless otherwise noted, to be hot -dip
galvanized, sherardized, or zinc coated. Couplings,
locknuts, bushings, etc., to be hot -dip galvanized or
sherardized.
16.2 Electrical - 6
d � •
i b. Electrical metallic tubing, galvanized or sherardized.
Couplings and connectors, seamless steel construction
and of the set screw or watertight compression type
equal to Thomas & Betts Company #5123 Series (insulated
throat connector) or #5031 Series or Steel City TC 715
Series (insulated throat connector) or TC -721 Series.
c. Flexible conduit, galvanized steel. Connectors shall be
equal to Thomas and Betts #3112 and /or #3132 series com-
plete with insulated throat.
Liquid -tight flexible conduit to be sealtitle type U.A.
with Appleton Series "ST" connectors.
Nonmetallic duct to be Type 1 fiber with tapered sleeve
joints, and as manufactured by Orangeburg, asbestos -
cement, or P.V.C. heavy wall, Schedule 40, (Type "EB"
for 3" size and larger only) with waterproof joint.
16.2.3 CONDUIT INSTALLATION;
a. The sizes of the conduits for the various circuits as
indicated on the drawings and as required by code for
the size and number of conductors to be pulled therein.
Open ends capped with approved manufactured conduit
seals as soon as installed and kept capped until ready
to pull in conductors. Where running thread connections
are necessary, only approved manufactured conduit unions
used. No bends or offsets will be permitted unless
absolutely necessary. Conduits to be concealed except
as noted otherwise.
Rigid steel conduit shall be used where placed underground
in concrete, in brick or masonry walls or where subject
to mechanical injury, (such as exposed conduit in mech-
anical or work rooms). Rigid conduit shall not be
installed in direct:contact with the earth. When
installed.under slab on grade, the conduit shall be
encased in a minimum of three inch concrete envelope.
Conduits installed in wet or exposed locations in
concrete have threads filled with red lead. For short
runs of conduits installed in the ground and with
Engineer's approval, conduits may be wrapped with Hunts
Wrap Process No. 3 or "half" lapped with polyv.inylchloride
tape equal to Scotch Wrap. Joints to be "double"
wrapped. Tape shall be 10 mil thick.
Electrical metallic tubing may be installed as permitted
by codes referenced within specifications.
Flexible conduit may be used where permitted by codes.
Connections to motors shall be flexible conduit; to
motors in damp locations.shall be seal -tite flexible
conduit.
16.2 Electrical - 7
i • •
e. Nonmetallic conduit may be used for main electrical
feeders or terminal cabinet feeders and conduit stubouts.
When installed under slabs on grade, the conduits
separated by a minimum of 3" between identical systems
and 12" between power and signal or.other system. Rigid
steel conduit shall be used for bends and risers in
nonmetallic duct runs. An equipment ground, insulated
conductor (green) shall be installed in all nonmetallic
conduits and where noted on the drawings. Concrete
encasements shall conform to the concrete section of
the specification and the above - referenced conduits
shall be encased as follows:
(1) Primary conduits completely encased in a 3" red
mixed concrete envelope.
(2) Secondary conduits 020 /240 volt) completely
encased in a 3" red mixed concrete envelope where
conduits are extending beyond building floor slab.
(3) Main signal and control conduits completely
encased in a 3" red mixed concrete envelope where
conduits are extending beyond building floor slab.
f. P.V.C. heavy wall, Schedule 40 conduit may be used for
branch circuits and signal circuits where placed under-
ground, in concrete, in brick or masonry construction.
When installed under slabs on grade, the conduits
separated by a minimum of 3" between identical systems
and 12" between power and signal or other systems.
When installed exterior of building floor slabs, the
conduits shall be separated by a minimum of 3" between
identical systems and 12" between power and signal or
other systems and encased in a minimum of 3" concrete
envelope. Refer to concrete section of specification.
Rigid steel conduit used for a,ll bends and risers.
g. Maximum size conduit (outside diameter) permitted in
concrete slab not greater than 1/4 the .ellab thickness.
Refer to structural drawings for additional limitation.
Structural drawings may impose additional restrictions
as shown.
Conduits which are installed at this time and left empty
for future use shall have polyvinyl rope left in place
for future use. ,
i. Where conduits larger than 1 -112" are installed, support
with pipe clamps either suspended from structure with a
rod at least 3/3" diameter with adjustable end and
pipe rings, or mounted on wall from Unistrut supports.
Attachment inserts in concrete or "red heads" shields.
Shooting into concrete acceptable if the Architect,
union and local code authorities permit. Where 2 or
16.2 Electrical - 8
f • •
more conduits 1 -112" or larger are suspended from
structure, use trapeze type hanger from rods. Con-
tractor shall not use "caddy" clips for suspension of
any size conduits from suspension wires for ceiling
system unless approved in writing by the ceiling
contractor and the Architect.
Conduit exposed shall be run at right angles or parallel
to the walls or structure.
Rigid conduit or electrical metallic tubing shall not
be strapped or fastened to equipment subject to vibra-
tion or mounted on shock absorbing bases. Refer to
paragraphs pertaining to vibration.
From each panel and /or terminal cabinet which is flush
mounted in a wall, stub from top of the panel a minimum
of two 3/4" conduits to the nearest ceiling space or
other accessible locations and cap for future use.
16.2.4 OUTLET BOXES:
a. Outlet boxes and covers to be pressed steel, knockout
type or cast iron with drilled, tapped, and plugged
holes, hot -dip galvanized or sherardized. Boxes of
proper code size for the number of wires or conduits
passing through or terminating therein, but in no case
shall the box be less than 4" square unless specifically
noted as smaller on the drawings. Covers for flush
outlets finish flush with plaster or other finished
surface. Approved factory made knockout seals used
in boxes where knockouts are not intact. Boxes in
concrete, a type which will allow the placing of conduit
without displacing the reinforcing bars. Outlet boxes
used as pullboxes wherever possible, and junction
boxes or pullboxes installed only as required by the
drawings or specifications, or as directed. Sectional
boxes not used.
(1) Light outlet boxes equipped with fixture supporting
device, as required by the unit to be installed.
(2) Telephone outlets a minimum of 4- 11/16" square
x 2 -1/8" deep.
(3) Switch outlets, use solid gang boxes for 3 or more
switches for mounting behind a common single plate.
(4) For outlets flush in exterior walls use weather-
proof joints and connections.
(5) For boxes in planters or surface mounted on
exterior walls use cast metal type.
16.2 Electr41 - 9
s `
(6) Floor boxes 3 -1/2" deep, installed with off -sets
to avoid placing conduit below rebar, similar to
Hubbell #B -2536 with combination 3/4" conduit
and 2 -1/8" plug, Hubbell #S2525. Where noted
multiple gang units provided, and equipped with
Barriers. Hubbell #4233 or #4222 where required.
Where outlet is specified inside box, use
Hubbell #F -3925 complete with #5242 receptacle and
#S3079 carpet flange where carpet is provided.
Risers for telephone and other low potential outlets
Hubbell #SC -3090 where over 1" conduits are
indicated entering floorboees, use Hubbell #B -2503
floor outlets for television, microphones, and
projector outlets.
Outlet boxes accurately placed and securely fastened to
the structural members. Plaster rings set flush with
the finished surface of the ceiling or wall. Outlet
boxes in wood construction securely mounted on wood
backing or on metal hangers fastened to wood construction.
Nails through boxes to studs will not be accepted.
Outlet boxes not containing a circuit device, shall
not be visible from any public space. Place boxes in
storage rooms or above accessible ceilings. Boxes which
must be exposed to public view to be placed in a
location approved by the Architect unless specifically
noted otherwise.
16.2.5 PULLBOXES:
a. Sized as indicated on the drawings and in no case of
less size or material thickness than required by the
governing code. Care exercised in locating under-
ground pullboxes to avoid installation in drain water
flow areas.
(1) General purpose sheet steel pullboxes installed
only in dry protected locations and have removable
screw covers. Finish manufacturer's standard
baked enamel.
(2) Weatherproof sheet steel pullboxes fabricated of
code gauge hot -dip galvanized steel and a gasketed
weathertight cover of same material. Finish
manufacturers' standard baked exterior enamel.
(3) Cast metal pullboxes hot -dip galvanized furnished
with gasketed screw cover and necessary drilled
and tapped conduit entries. Screws bronze or
brass.
(4) Concrete pullboxes furnished complete with pull -in
irons hot -dip galvanized traffic cover with hot -dip
galvanized frame and four galvanized cable racks
16.2 Electrical - 10
with porcelain blocks. The box to be set on a
pea gravel base 12" thick and as large as the
bottom. Install a 3/4" x 10' copper clad ground
rod for grounding all metal parts. After cables
have been pulled and inspected, seal box between
cover and frame with a mastic compound similar
to Permagum or Dukseal. Construction equal to
prefabricated pullboxes as manufactured by
Quikset or Brooks Products. Submit shop drawings
for approval. Refer to drawings for size.
16.2.6 CONDUCTORS:
a. Conductors copper #12 AWG minimum unless specifically
noted otherwise on the drawings. Solid conductors #10
AWG and smaller and stranded #8 AWG and larger. Type
of wire shall be as follows:
(1) Type THW 600 -volt, insulation used for #4 AWG
and smaller. (Lighting).
(2) Type TW 600 -volt, insulation used for - #'4 AWG
and smaller. (Power).
(3) Type THW used for all panel feeders and service
conductors.
(4) Silicon insulated, 125° C wire used for circuit
conductors installed in fluorescent lighting fixture
raceways, for conductors connected to the secondary
of fluorescent or mercury vapor fixture ballast
or other hot location.
(5) The following color code for branch circuits:
Neutral . . . White (tape feeder neutrals with white
tape near connections)
Ground . . . Green
Phase A . . . Black
Phase B . . . Red
Phase C . . . Blue
(6) Feeders identified as to phase or leg in each
panelboard with printed identifying tape.
(a) Panel feeders, copper or aluminum. Wire size
shown on the drawings is for copper; if aluminum
wire is proposed, increase wire and conduit size
to ampere capacity of copper wire and voltage drop
not to exceed that of copper. Provide feeder
calculation sheet 8 copies, if aluminum wire is
proposed, showing feeder number, length,size and
voltage drop in percentage for original copper
feeders and for equal aluminum feeders.
4
L
16.2 Electrical - 11
0. 0
(8) Aluminum Conductors (600 V. or less only)
This Contractor shall have the option of using
aluminum conductors in lieu of copper conductors
for feeders only where specifically indicated
in Paragraph 16.2.6 (7). If aluminum conductors
are used, the following requirements shall be
followed:
(a) Conductors shall be EC grade, semi - annealed
aluminum with the same ( "THW ") insulation as
called for under copper conductors.
(b) If the conductor termination is to be made on
a bus bar or similar flat surface, a Burndy
Type TA -A -TN Anderson "Versa- Crimp" or
Thomas & Betts "Color- Keyed" tin plated aluminum
terminal, factory filled with oxide inhibitor
compound shall be used. Terminal must be
installed using a hydraulic compression tool
equipment with the die head for the particular
terminal used.
(c) If the conductor termination is to be into a
circuit breaker or similar insert compartment,
11 ___a L a a J r L J _1 1 L 1 Q 11 i -
Z4- of s ecitied co er conductor. [he copper
conductor may be red uced to t e code size
corresponding to the frame size of the circuit
breaker protecting the feeder. Splicing of the
copper to the aluminum conductor shall be by
one of the two following methods: Cadweld
aluminum fusion welding or a straight, tin plated
aluminum tubular connector, with factory filled
oxide inhibitor, of the same manufacture and
series as the terminal specified in sub - paragraph
2. Connector must be hydraulically applied to
simultaneously indent or compress three surfaces
using a die head specifically intended for use
with the particular connector used.
Insulation of the splice shall be with a Sangamo,
or specifically approved equal, heat shrink
sleeve.
All switchboards, distribution panels, and
panelboards where this transition is made shall
have 12" of extra gutter space at the end or
sides where the feeders enter.
(d) Connector aid shall be used for all terminations
and connections. Connector aid shall be
Burndy Pentrox A, NO -OX -1D Grade "A ".
F +
16.2.7
16.2 Electrical - 12
(e) When an aluminum lug is terminated to a copper
bus with a steel or copper stud or bolt, place
aluminum lug on stud or bolt followed by a flat
steel washer, a Belleville washer, and steel
or copper nut in that order.
(f) A Belleville washer shall not be required where
aluminum to aluminum contact is made with an
aluminum bolt or where a stud smaller than 3/8"
diameter is used.
INSTALLATION OF CONDUCTORS:
a. Splices insulated with plastic splicing tape, half- lapped
and at least the thickness of the equivalent to Type "R"
wire. Tapes fresh and of quality equal to Scotch.
b. Correspond each circuit to the branch circuit number
indicated on the panel schedule shown on the drawings
except where departures are approved by the Architect
or the Owner's inspector.
c. Wiring, including low voltage, installed in conduit.
d. Control wiring to conform to the wiring diagrams shown
on the mechanical drawings and the manufacturers wiring
diagrams. Control the equipment in the manner specified
under the "Mechanical" section of the specifications.
Control wire to be color -coded for ease in making final
connections.
e. Wiring within panel enclosures to be neatly grouped and
laced or Thomas & Betts "Ty -rap" spaced 3" apart and
fanned out to terminals.
16.2.8 MAIN SWITCHBOARD:
a. Main switchboard, dead front, dead rear, floor standing
construction 90" high by width and depth as shown on the
drawings. Finish shall be ASA #49 or #61 over a com-
pleted primer which shall follow a thorough cleaning of
steel.
b. Each section shall consist of a sheet metal enclosure
using not less than #12 gauge steel for structural
plates, doors or panels supporting devices. Con-
struction modular of formed steel, completely enclosed
to form one integral unit. Vertical side gutter covers
hinged with concealed hinges. All screws shall have
slotted hex heads. All interior equipment mounted to
switchboard framework. All breakers or switches,
size as indicated on drawings and rated for interrupting
capacity indicated on drawings. All sections constructed
in accordance with UL procedure and labeled as such where
labeling service is applicable. Approved manufacturers
are: General Electric, "AV" Line, or equal by Square
D Company, Westinghouse or Zinsco.
J!
16.2.9
16.2 Electrical - 13
0 0
(1) Pull section.
(2) Service section with sequence of metering as
required by serving utility and shall contain:
(a) Main breaker.
(b) Meter and'test facilities.
(c) Current transformer space.
PANELBOARDS AND DISTRIBUTION PANELS:
a. Panelboard cabinets to be flush or surface mounted, as
noted on the drawings, with bolt -on type breaker and
subfeed breakers as shown on panel schedules, hinged
lockable doors, typewritten index card holders under
plastic cover, copper bussing and main lugs or main
breakers as indicated on the drawings. Branch circuit
breakers to have individual provisions for padlocking
in the "off" position. Panelboards to be keyed to
operate from 1 key to match existing panels within the
City Hall. Trim - adjacent to branch circuit breakers,
permanent type plastic or metal numbers to identify
circuit protected. Breakers as manufactured by
Westinghouse, General Electric, Square D Company or
Zinsco or bolt -on type and minimum I.C. rating of
10,000 amperes. Bussing, 225 ampere except where noted
on drawings.
If panel is to be located in public places, such as
corridors, offices, etc., a factory prefinished primer
of green - pigmented, fast - drying, zinc - chromate iron
oxide in synthetic resin base shall be applied. A
finish coat of enamel will be applied to match surround-
ing walls.
Lighting and power panels, 120/240 volt, single phase,
four wire as indicated on drawings. Panels manufactured
by Westinghouse, General Electric, Square D Company or
Zinsco.
Where conductors, relays or time switches are indicated
below panel schedules on drawings they shall be installed
in the panel, install under a separate hinged lockable
door. Where a panel has more than 1 door, a barrier
and divider bar shall be installed between doors. Mount
time switches, relays and contactors on "Lord" mounts,
inside of a completely soundproof portion of the panel.
Additional gutter space shall be provided if the Electrical
Contractor installs aluminum conductors, refer to
Paragraph 16.2.6 (8).
s •
1*16.2.10 LIGHT FIXTURES:
16.2 Electrical - 14
GENERAL REQUIREMENTS:
(1) Lighting fixtures shall have parts and fittings
necessary to completely and properly install the
fixture. Incandescent fixtures to be wired from
outlet to sockets with #14 AWG Underwriters' Type
"AF" or "CF" fixture wire. Fixtures to be
equipped with .lamps of the size and type specified.
(2) Recessed fixtures where noted to have attached
pullbox to have a 4" pullbox permanently attached
to the plastic ring so that it is accessible when
the fixture is removed. The fixture to bear
Underwriters' label of approval for the wattage
indicated. Connection between fixture and pullbox
to have flexible conduit and 2 #14 AWG "AF" wires.
The flexible conduit to be sufficient length so
that when the fixture is dropped the pullbox is
readily accessible.
(3) Fluorescent fixtures to be equipped with ETL approved
C.B.M. certified high power factor ballasts with
lowest sound ratings available. Fluorescent and
slimline fixtures shall be designed to accommodate
T12, 480 m.a. lamps except where specified other-
wise. Ballasts to have Class "P" protection except
as noted. Ballasts for 24" lamps, trigger start
type.
(4) If the Electrical Contractor wants to substitute any
light fixtures with the type specified, he shall
obtain sample fixture complete with lamps and plug -in
cord from manufacturer specified and also from the
manufacturer of the proposed substitution and
personally demonstrate the lighted units to the
Engineer. Do not delegate this demonstration to
vendors. Fixtures of the same type shall be of
same manufacturer. Decision of Engineer regarding
acceptability of any fixture shall be final.
(5) Lighting fixtures recessed in ceiling which has a
fire resistive rating of 1 hour or more enclosed in
a box which has a fire rating equal to that of the
ceiling. The space from the fixture to the
enclosure to be a minimum of 1" and the light
fixture to be provided with advance Mark II Kool
Koil ballast.
16.2.11 LAMPS:
Lamps to be new, furnished with each fixture of wattage and
type as indicated, and as manufactured by General Electric,
Westinghouse or Sylvania. All incandescent lamps shall be
extended service type, 130 volt.
16.2 Electrical - 15
f
' '16.2.12 RECEPTACLES:
a. Receptacles as specified or approved equal, brown or
ivory as determined by the Architect.
b. Duplex 15 ampere
grounding type.
Arrow Hart
Bryant, Hubbell,
Leviton
Sierra
convenience outlets, 120 volt
Approved outlets are:
5250
Slater 5242
5897
1410
C. Single 15 ampere convenience outlet, 120 volt, grounding
type. Hubbell #5251.
d. Receptacles indicated as weatherproof, Pass and Seymour
#4600.
e. Special outlets as indicated on drawings.
16.2.13 SWITCHES:
a. Circuit switches to be brown or ivory as determined by
the Architect. Switch ratings in accordance with the
following table of loads:
Watts Rating
0 -1800 W T120 v) 20 Amps
Specification grade of the following manufacturers are
approved: Sierra, Hubbell, General Electric, Bryant,
Leviton (5540 Series), H & H and Slater 700 Series.
b. Safety switches, horsepower rated, externally operated
quick -make and quick- break, lockable type and fusible
or nonfusible as indicated. A maximum voltage, current,
and horsepower rating clearly marked on the switch
enclosure and the cabinet door locked when the switch
is in the closed positions. Switches having dual
element fuses, shall have rating indicated on the metal
plate.
c. Time switches for direct control of lighting as indicated
on the drawings shall be Tork #7300 ZL (voltage as
required) and equipped with reserve power feature. Pro-
vide engraved nameplate on all time switches indicating
time switch designation and function.
16.2 Electrical - 16
+ 36.2.14 PLATES:
a. Plates supplied for every local switch, receptacle,
telephone outlet, wall speaker outlet, etc., Sierra
bronze (color as selected by Architect).
(1) Switch plates furnished with engraved or etched
designations under any one of the following
conditions:
(a) 4 or more under common single plate.
(b) Lock switches.
(c) Pilot switches.
(d) Switches at which the equipment or circuit
controlled cannot readily be seen at the switch
locations.
(e) Where so indicated on the drawings.
(f) Receptacles other than standard 120 volt
duplex receptacles.
(g) Switches controlling mechanical and /or
plumbing equipment.
(h) Relay control switches.
b. Plates to be equipped with close fitting openings for
the exact device to be used and plan with no design
whatever. Plates for telephone outlets to be equipped
with bushed openings.
C. Provide engraved plastic nameplate for each disconnect
switch, starter, circuit breaker and other control
devices indicating equipment controlled.
(1) for 120/240 volt equipment, nameplates, black
on white, 1" x 2 -1/2 ".
16.2.15 QUIETNESS OF OPERATION:
Before the work will be accepted as complete, quietness
of operation, to a degree satisfactory to the Architect,
attained for apparatus, equipment, fixtures, etc., included
under the electrical work. Provide isolation and vibration
protection required.
x,16.3`
16.3.1
16.3.2
16.3.3
16.3 Electrical - 17
NEW AND EATING PUBLIC ADDRESS SYSTEM
SCOPE OF THE WORK:
The work required by this section of the specification
shall include furnishing all labor, materials, equipment,
supplies, transportation, testing and adjusting necessary
to complete the electronics system described.
WORK NOT INCLUDED:
Conduit, wireways junction, terminal and outlet boxes
as well as power services will be furnished and installed
by others. Special electronics systems enclosures listed
in this section shall be furnished by the Electronics
System Contractor but will be installed by others.
QUALIFICATION OF BIDDERS:
To qualify as an acceptable bidder, whether the bid is
submitted to the owner, his agent, a general contractor
a subcontractor, the system bidder or contractor shall
a qualified sound contractor and shall hold a valid CIO
General Electrical License issued by the Contractors
State License Board of California. The system bidder
contractor shall hereinafter be referred to as the Con-
tractor. The Contractor shall hold all other licenses
required by the legally constituted authorities having
jurisdiction over the work. The Contractor shall be
the factory authorized distributor for the brand of
equipment offered and shall have been engaged in the
business of supplying and installing the specified type
system for at least ten years. The Contractor shall
maintain a fully equipped service organization capable
of furnishing adequate repair service to the equipment.
The Contractor shall be financially able to provide a
performance bond covering, the work and the guarantee
described. The Contractor shall provide that bond if
requested.
16.3.4 EQUIPMENT QUALIFICATION:
or
be
or
of
This specification is based on the equipment of manufacturers
who have been approved by the owner and /or the Architect
and the manufacturers herein named shall be considered as
meeting the requirements of this specification. This brand
of equipment was specified to establish standards of
quality and function as well as reputation of the manu-
facturer. The equipment furnished shall bear the label of
the Underwriter's Laboratories and shall be listed by their
re- examination service. Equipment and materials equal in
quality and appearance as well as identical in function to
that specified may be offered as an alternate. If alternate
items are offered, these items shall be modified as
necessary to provide all the functions and features specifed.
Alternate items shall be by firms of established reputation
who shall have been producing similar apparatus for a period
of at least ten years.
• 16.3 Electrical - lg
' 16.3.5 PROPOSAL TO BE SUBMITTED:
The Contractor shall prepare and submit for approval
ten (10) sets of proposal brochures. The brochure shall
include a complete list of materials and equipment.
If alternate materials are offered, the brochure shall
include manufacturer's data sheets for every material and
equipment item listed, a functional block diagram of each
system, elevation drawings of each assembly of componenets
and shop drawings of all custom built assemblies. The list
shall be arranged in the order of the specification and
shall list the specification paragraph number, the name,
the proposed model and manufacturer for each item as well
as a reference indicating which piece of included manufacturer'
data applies to that material item so that the piece of data
can be easily located in the brochure. The manufacturer's
data sheets shall be marked to indicate the specific item
being proposed in cases where the sheet covers several types
or sizes of item. The data sheet shall completely describe
the proposed item. The block diagram shall show all pro-
posed functions and circuiting. Elevation drawings shall be
to scale, shall show all controls and components, shall
indicate the wording of the designation text for each control
and shall give the dimension data of the assembly. Where
modification of the equipment is necessary to meet the
specification, the brochure shall include complete mechan-
ical and electrical shop drawings detailing the modification.
The brochure shall include a listing of the conduit rough -in
needed for every device and equipment item. The applicable
symbol which illustrates that rough -in item on the job
plans shall be drawn on the proposal list opposite the
description of the rough -in to facilitate locating the data
by field personnel. The Contractor's proposal shall be
submitted for approval not later than 35 calendar days after
the issuing of a contract by the owners for the project.
The Contractor shall not place any item of material or
equipment on the jobsite without having proposed and obtained
approval for the item by the owner's representatives as noted
above.
16.3.6 SERVICE MANUALS:
The manufacturer of this equipment shall provide a complete
set of instructions including circuit diagrams and other
information necessary for proper installation, operation
and service maintenance. Two copies of this data shall be
supplied to the owner upon completion of the system
installation.
16.3.7 GUARANTEE:
This system shall be presented to the owner complete and
operable and free from defects of material and workmanship.
Defects covered by the guarantee which appear within one
16.3 Electrical - 19
` year after acceptance of the work shall be corrected by
the Contractor during normal working hours and at no cost
to the owner. This guarantee does not cover any defect
caused by acts not attributable to this manufacturer or
contractor and does not cover defects caused by accidents
abuse, improper operation or neglect.
16.3.8 WIRING DESIGNATION AND TERMINAL CABINET MAKE UP:
All connections throughout the system shall be soldered,
crimped by means of AMP lugs, fastened with screw type
terminals, or made by stranded plugs and receptacles.
Wires of #18 gauge or smaller shall be terminated by
soldering on terminal strips equal to Trimm type 427.
Wires of #16 gauge and larger shall be terminated on
barrier screw terminal blocks equal to Kulka type 602.
Each wire, twisted pair or cable shall be individually
color coded or tagged at both ends with EZ Markers.
All conductors in terminal cabinets shall be carefully
formed and harnessed in a workmanlike manner.
16.3.9 GENERAL INFORMATION:
The work described herein shall consist of removing all
existing equipment from the old chambers and reinstalling
in the new chambers as indicated on the plans and as herein
specified. The Contractor shall visit the site, inspect
all existing equipment, verify quantities, and check oper-
ation of same. All equipment new or reused shall be in
perfect operating condition at the completion of the
project and all equipment new and used shall be guaranteed
for the one (1) year period as set forth in Paragraph
16.3.7. The Contractor shall furnish all appurtenant
equipment for the operation of the system whether or not
herein specified. The major components such as preamplifiers,
amplifiers, etc., shall be reinstalled in a floor- standing
rack as herein specified and indicated on the plans. The
rack shall be Dukane 13A250, or equal.
At all locations so indicated, install customer's
microphones and stands. The mic cables shall be
installed as indicated and terminated with a Cannon
XLR3 Type connector to match the existing microphones
b. Furnish and install an AM -FM Antenna, Dukane Model
111 -1 for use with the existing tuner.
Furnish a minimum of 15" of rack panel space for
future equalization equipment.
The volume control for the lobby speakers shall be
Soundolier AT -10.
Furnish and install Dukane Model #5A401 full -range
loudspeakers with dual driver system at all locations
16.3 Electrical - 20
indicated on the plans. They shall be 2nclosed in
an O.K.O. #0994 backbox and grille assembly.
f. Install owner's type recorder on the table at
the clerk's position with 600 ohm lines to and from
the equipment rack for recording and playback of
meetings.
g. furnish and install a flush control panel at the
clerk's position as directed by the Architect. The
panel shall be constructued of 1j8" aluminum with
beveled edged and suitable backbox. The panel shall
be anodized and the color shall be as directed by the
Architect. The panel shall be engraved with white
fill designating all controls, except lighting push -
buttons which shall be engraved on the face of the
button. The panel shall have the following
controls:
(1)
Remote "ON
-Off" system power.
Lighted pushbutton
Claire Pendar,
or equal.
(2)
"On -Off"
(shorting type) for
"Podium" Mic. Lighted
pushbutton.
(3)
"On -Off"
(shorting type) for
"Display" Mic.
Lighted
pushbutton.
(4)
"On -Off"
control of "Tuner" output.
(When "On"
Connects
tuner to amplifiers
for background music
through
the system). Lighted
pushbutton type.
(5) "On -Off" control of "Lobby Speakers ". Lighted
pushbutton.
(6) "Master Volume" control over Council Chamber
speakers. Control shall be Dukane Model #9A780-
100 watt wire wound control.
(7) The control panel shall not exceed 4" x 10"
g. WIRING AND CABLE:
All exposed cable shall be Belden 8412. All cable in
conduits shall be Belden 8450. The Contractor shall
keep as much separation as possible between the
microphone level, line level, and speaker level cables,
where not in conduit. There shall be separate conduits
for the three levels. D.C. power to pushbuttons shall
be in the speaker conduits where applicable.
h. DEMONSTRATION:
The Contractor shall demonstrate to the Owner or his
representative, the complete operation of the entire
system and shall attend the first Council Chamber
meeting to assist in the operation and final adjustments
of the system.
r
• 16.4 Electricb1 - 21
'16.4 ELECTRONIC.ROLL CALL VOTING SYSTEM
16.4.1 GENERAL:
a. The system shall be installed as a unit properly
connected to operate in a manner satisfactory to both
Architect and Owner.
b. The system shall be as manufactured by Fores Mfg.
Corp., or accepted equal.
c. Any substitutions shall be submitted to the Architect,
Electrical Engineer and Owner 10 days prior to bid
date, who will issue an addendum if they are
acceptable.
16.4.2 SCOPE:
This contract shall include furnishing and installation
of all components for a complete and fully operable
system.
16.4.3 EQUIPMENT:
POWER - MEMORY UNIT - -One (1) required (Seven [71 station)
Housing of 20 gauge steel with baked wrinkle finish
and removable top for access to wiring. Unit contains
the solid state circuitry for the acceptance, storing
and recall of votes registered by the individual
voting stations; the voltage reduction transformer;
the remote current switch; fuse; power rectifier and
all necessary external terminal sockets for polarized
and coded connections to the other components of the
system.
COMBINATION CLERK'S AND CONTROL UNIT - -One (1) required
Seven L71 station
Control unit shall have dark bronze anodized aluminum
face and oiled walnut wood sides and enclosed back
suitable for table top placement. Unit contains the
"On -Off" switch, the "Vote" switch which controls the
Display Panels, the "Reset" switch, one white indicator
light for each of seven Voting Stations with provision
for the placement of a member's name opposite each
indicator, a S.P.S.T. toggle switch opposite each
indicator for the purpose of illuminating that indicator
continuously as a sign that the member is absent, seven
(7) sets of three (3) indicator lights, one each of red,
white, and green; seven (7) sets of three (3) solenoids
with reinkable rubber stamps capable of imprinting "No ",
"Yes ", or "Abstain" on a prepared and inserted record
card; a momentary contact pushbbuton switch imprinted
"Print" which activates the solenoids. A suitable length
16.A Electrical - 22
j
r, of vinyl jackets multi- conductor cable with coded and
polarized multi- contact plug shall be attached for
connection to the Power - Memory Unit.
C. VOTING STATIONS - -Seven (7) required
18 gauge deep -drawn aluminum housing, approximately 2"
by 2 -1/4" by 1 -112" high for mounting under and just
back of the edge of the Council Table at each member's
place. Finish to be baked enamel smooth finish of
specified color. Housing shall contain three (3)
momentary contact pushbutton switches, one each for
registering votes of "Yes ", "No" or "Abstain ", three
(3) indicator lights, white with "Yes ", "No ", or
"Abstain" imprinted thereon. Attached to six (6)
units will be a suitable length of vinyl jacketed
multi- contact plug for connection to the next Voting
Station in line. A seventh (7th) unit will have a
suitable length of the same cable and plug for
connection to the Power - Memory Unit.
d. COUNCIL DISPLAY PANEL - -One (1) required
Laminated plastic covered panel (color as selected
by Architect) with seven (7) sets of three (3)
indicator lights, one each of red, white and green;
mount seven rows of three indicator lights horizontally.
Cover panel shall be 3 -3/4" high, 14" wide, mounted
to flush backbox in front of podium. A suitable length
of vinyl jacketed multi- conductors cable with coded and
polarized multi - contact plug shall be attached for
connection to the Power - Memory Unit. Submit complete
shop drawings for approval.
NG DISPLAY UNITS - -Seven (7) required
Voting Display Unit shall be 4" high, 32" long and
shall be dark bronze anodized aluminum (color as
selected by Architect). Located at right end of
Voting Display Unit shall be three (3) 2" by 2" color
lenses, one each red, white, and green, complete with
pilot light. Located on left portion of the Voting
Display Unit shall be dark bronze anodized aluminum
name holders attached to face plate by machine screws,
screwed from rear of coverplate. Name engraved on
lamination of black and clear plastic and rear
illuminated. Name plates shall slide into strip holder.
Housing shall be constructed for flush mounting.
Submit complete shop drawings for approval. Two (2)
sets of nameplates required.
.i
16.4 Electrical - 23
x,.16.$.4 OPERATION• THE ROLL CALL VOTING SYSTEb1:
The complete system is energized and made ready for use by
manipulation of the "On -Off" switch located on the Control
Unit. When a vote is called for, each member registers
a "Yes ", "No ", or "Abstain" vote by pressing the appropriate
vote - button on his own Voting Station. This vote selection
is immediately verified by the illumination of an
appropriately colored vote indicator light concealed in the
member's Voting Station. As each member votes, a single
white indicator light representing his individual Voting
Station is illuminated on the Control Unit. When these
lights indicate that all members present have voted, the
Clerk presses the "Vote" button on the Control Unit and
all the votes cast are shown simultaneously on the Display
Panels and on the Supplementary Voting Display Units. The
record imprinter card, presses the "Print" button and a
permanent record is made of the votes cast by the members.
After a suitable length of time the "Reset" button on the
Control Unit is pressed and the entire system is cleared for
a new sequence of voting.
16.4.5 INSTALLATION:
This Contractor shall provide all necessary instructions
for the installation and operation of the equipment.
16.4.6 GUARANTEE:
All equipment shall be guaranteed to be free of inherent
mechanical or electrical defects and shall be perfect as
to materials and workmanship. The manufacturer of the
equipment shall inspect and test the entire system prior
to shipment to jobsite. Said guarantee shall remain in
force for a period of two (2) years and shall be provided
in writing.
• CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1670
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Construction of New Council Chambers
This is to certify that the Aetna Casualt $ Surety Co.
Name of nsurance Compai
has issued to Higson Construction Company, Inc.
Name of Insured
I
the policy of liability insurance
Beach, California 92661
(Address of Insured
,tified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
;insurance carried by the City, its officers and employees shall not be contrib-
^uting or primary with'the insurance provided by this policy.
* Renewed under policy #SAL187914 4/30/75 to 4/3U/76
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobilesi
c. Contractors Protective Liability'(When J nsured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: UREN, HARRISON $ KENNEDY
Address of Agency or Broker: 1404 Franklin St., Oakland, CA
Telephone No. (41!(-1\893-25 30
Countersigned b l/"`- `--- -- —
Authorized Insurance Company Representative
Effective date o) his endorsement: /� �� 19 f , Endorsement No.
,e
ial )
re
jal
Policy Term
Limits of Liability
Coverage
Policy No.
Each Occurrence
Aggregate
(Minimum:
(Minimum:
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contracti
SHOW C
)MPLETE INFORMATION
BELOW
COMPREHENSIVE LIA6.
Policy N0.
For limits
see attached
Combined Single
Limit Bodily Injury
28AL200208
From:4 /30/74
$ Protecti
$ Products
or Property Damage
To: 4/30/75*
$
C--contract
Each Occurrence
* Renewed under policy #SAL187914 4/30/75 to 4/3U/76
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobilesi
c. Contractors Protective Liability'(When J nsured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: UREN, HARRISON $ KENNEDY
Address of Agency or Broker: 1404 Franklin St., Oakland, CA
Telephone No. (41!(-1\893-25 30
Countersigned b l/"`- `--- -- —
Authorized Insurance Company Representative
Effective date o) his endorsement: /� �� 19 f , Endorsement No.
,e
ial )
re
jal
0
Pi
. .•�°.
,�agrwr�a if. ..
Pi
I.
The /Etna Casualty and Surety Company
E] The Standard Fire Insurance Company
Hartford, Connecticut
To CITY OF NEWPORT BEACH
Date 4/17/75
uFEacASUALTY
Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force
in the Company indicated above by p, as follows:
Name of Insured HIGSON CONSTRUCTION COMPANY INC. 6i JAMES D. HIGSON &
SUSANNE H. HIGSON INDIVIDUALLY
Covering
KIND OF INSURANCE
LIMITS OF LIABILITY
POLICY NO.
EFFECTIVE
EXPIRATION
Each Person
Each Occurrence
Aggregate
Workmen's Compensation
s
ssigned
4/14/75
4/14/76
e ee.
�J
Manufacturers' & Contractors'
Bodily Injury Liability
$ 000
$
,000
'. s
$ 000
$ ,000
Property Damage Liability
Owners' or Contractors,
Protective
�`
28AL200208
4/30/74
4/30/75
Bodil In'ur Liability
Y Injury Y
$ 000
$ 1 000 000
0
,_
5AL187914
4/30/75
4/30/76
7M 7
e $ ,
$ 100,000
$ 500 ,000
Property Damage Liability
v S. `iV 3
iw?sE
Comprehensive Automobile��
Bodily Injury Liability
$ 500 ,000
$ 1,0__ ,000
Property Damage Liability
9 e
,g v°
$ 100,000
Comprehensive General
Bodily Injury Liability
$ 000
$ 1,000,000
$ 1,000,000
Pro a Liability rtY Damage g ty
$ 100 ,000
$ 500,000
Bodily Injury Liability
$ 000
$ 000
$ 000
Property Damage Liability
W�
$ 000
$ 000
In event of cancellation, 30 Days
written notice will be given to the parry _
to whom this certificate is addre.
Uren, Harrison & Kennedy Agcy.
1404 Franklin St. Suite 415
(cc -277.1) Oakland, CA 94612
i
April 28, 1975
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF NEW COUNCIL CHAMBERS (CONTRACT NO. 1670)
Attached are 4 copies of the subject contract documents as
well as the insurance certificates. Please have executed on behalf of
the City, retain your copy and the insurance certificates, and return
the remaining ies to this department for distribution.
Kenneth L. Perry
Asst. City Engineer
KLP:h
Attachments
r •
April 21, 1975
Higson Construction OoMany, Inc.
19 Bay Island
Newport Beach, CA 92660
Subject: Construction of New Council Chambers
Contract No. 1670
Enclosed is the cashiers check in the amount of $20,000 which was
attached to yam proposal for subject contract.
Laura Lagios, CMC
City Clerk
LL:dm
Enclosure
cc: Public Works
AdW
PR 1 of 3
CITY OF NEWPORT BEACH
-- - - - -__ -PUBLIC WORKS DEPARTMENT
19 BAY ISLAND
NEWPORT BEACH, CALIFORNIA 92661
To the Honorable City Council
City of Newport Beach .
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
CONSTRUCTION OF
NEW COUNCIL CHAMERS
PROPOSAL
CONTRACT NO. 1670
I
The undersigned declares that he has carefully examined the location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
the work required to complete Contract No. 1670 in strict conformance with the plans identi-
fied as City of Newport Beach Drawing No. B- 5046 -S (consisting of 28 sheets); the Special
Provisions, the Standard Specifications, and the Standard Drawings; and that he will take
in full payment for the work the following unit prices for each item of work, complete in
place, to wit:
1. $00 Cu.Yds. Site preparation; excavate building
site; separate reusable backfill
material from .nusable material for
the unit proof:
2
3.
Two Dol l ars
and
and twent five Cents
Per u. d.
500 Cu.Yds. Dispose of unusable excavated
material from building site for
the unit price of:
$ 2, 25 $ 3, 1541.00 V
Sixa nd Dollars
and
Cents $ 6.75 $ 3, 375. 00
Per Cu. d.
500 Cu.Yds. Furnish imported backfill material
for the unit price of:
Nine and Dollars
and
seventy five Cents $ 9.75
Per u.
$ 4, 875 1/
�.
:: y r -- . �_. ..... ��..�Na- - - ...
,.
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRE
4. Lump Sum Mix imported backfill material with
existing sandy material, and compact in
place for the lump sum price of:
5.
6.
VA
a
Sixteen hundred and fifty Dollars
and
-0- Cents
Lump Sum Construct new Council Chambers,complete
in place, except for bid items listed
separately. This item includes utility
connections; and furnishing all transpor-
tation, materials, labor, equipment and
services necessary to complete the project"
as shown on the Plans and in the Specifi-
cations, for the lump sum price of:
One hundred fifty thousand Dollars
and
Cents
Lump Sum Furnish and install carpet for the
lump sum price of:
Whirtg seven hundred ad fifty Dollars
and
-0- Cents
Lump Sum Furnish and install drapery and drape
tracks for the lump sum price of:
Fifteen hundred and thirty Dollars
and
-0- Cents
Lump Sum Reroute existing City Hall electrical
service around new Council Chamber for
the lump sum price of:
Niaataoahu:dzsd E +F,a_a Dollars,
and
-0- Cents
9. Lump Sum Furnish and install auditorium seating
(116 seats) for the lump sum price of:
Savonty four hundred Dollars
and
rants $7,400
4'
Pr-,of3
$ 150,000
$ 3, 750
$ 1,530
$ 1,950
� �,�,;; .
z.
t
i
d3of3
ITEM QLJANTITY ITEM DESCRIPTION UNIT TOTAL
AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. Lump Sum Furnish and install sound system,
for the lump sum price of:
Twenty seven hundred and Dollars /
and /
-0- Cents $ 2.700 v
il. Lump Sum Furnish and install voting system for
the lump sum price of:
Forty two hundred Dollars
and
-0- Cents $ 4,200
TOTAL BID WRITTEN IN WORDS
One h ndred ei ht four thousand Dollars /
five un re eighty and
-0- Cents $ 184,580
4 -7 -75
Date
HIGSON CONSTRUCTION COMPANY, INC.
(Bidder's Name
CONTRACTOR'S LICENSE NO. 209384 /'TELEPHONE NO.
673 -1232
CONTRACTOR'S ADDRESS 19 Bay Island, Newport Beach, Calif 92661
_ ,r
-110
MUST BF 1e3CWDE *W(7( -► Mar 31, 31, 1975
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF NEW COUNCIL CHAMBERS
CONTRACT NO. 1670
ADDENDUM NO. 1
NOTICE TO BIDDERS
Please be advised that the following revisions shall supplement the Plans and
Specifications, and shall become a part of the contract documents.
1. PROPOSAL
Item No. 1: Change 1100 cubic yards to 1400 cubic yards.
2. DRAWINGS
Sheet 2, a. Grading Note 4 shall be superseded by special grading Note 2
found on page 13. (Compaction shall be 95% of relative com-
paction.)
b. Estimated cut and fill calculations shall be changed as
follows:
Excavation 1400 cubic yards
Export 500 cubic yards
Import 500 cubic yards
Sheet 9. Door Schedule: add "exit" sign over door 3, mount on wood
band, center over door. Fabricate as per section 10.1 of
specifications.
Sheet 25 (E -1), Site Plan - a. A 2" conduit will be stubbed out from the
existing 3' x 5' telephone company pull box by others prior to
construction of the new Council Chamber. It will run under
the existing sidewalk and terminate just west of the walk.
b. Existing telephone conduit and cable
noted on drawing has been abandoned.
Sheet 26 (E -2), All fluorescent tubes to be warm white (ww) in lieu of
cold white (cw).
....:..::.....
ti
March 31, 1975
Construction of New Council Chambers - Contract No. 1670 - Addendum No. 1
Page 2
3. SPECIFICATIONS
a. Add the following paragraph to Finish Hardware:
8.3.1 (g) The contractor shall base his bid on items exactly as
specified. If the contractor wishes to offer a substi-
tution, he must get written approval from the architect
prior to the time the bids are submitted, otherwise
no substitutions will be allowed.
b. Clarification to Acoustical Tile & Integrated Ceilings:
(1) 9.4.2 (d) regressed frame for light fixtures shall be supplied
and installed by the electrical contractor.
(2) 9.4.2 (e) perforated metal pans at ceiling line shall be sup-
plied and installed by mechanical contractor. Integrated
ceiling contractor to furnish and install supports.
(3) 9.4.2 (f) delete:(future lease spaces).
(4) 9.4.3 (b) (9) speakers shall be installed by electrical contractor,
acoustical tile and integrated ceiling contractor shall
coordinate and provide cut outs for speakers.
Please ski nn and date this addendum, and attach it to our bid proposal. No
bid will be considered unless this adden um is attache .
in
iirector
Addendum receivecV by:
UCTIOYO. INC
Date:
� Signature 44 � � ��
.NN-+ •
• Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 7th day of April , 1975 ,
at which time thei will be opened and read, for performing work as follows:
CONSTRUCTION OF
NEW COUNCIL CHAMBERS
CONTRACT NO. 1670
Bids mus-. be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
I is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified checka Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at—least 10 percent of the
amount bid.
The title of the project and the words "S D" shall be clearly marked on the
outside of the envelope containing the i .
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C Bidder's Bond.
�D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required and t— > orPorate Seal
shall be affixed to a'Il documents requiring signatures. In the case of a arls tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
F.
(cont.)
1
0
0
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepared by the Southern California Chapters of t e rican
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any rr,..ired bonds, the company issuing Bid Bonds, Labor and Mater'l_�pA�S,
and :F.a .fuluPe p pis must be an insurance company or surely company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), 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, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
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 of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten.(10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 209384 Classification B -1
Accompanying this proposal is Cashiers Check
(Cash, Certified Check, as ier s Check or FFUT
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
673 -1232 SON CONSTRUCTION COMPANY, INC.
Phone Number d e s Name
Z" ' n (SEAL)
4 -7 -75
Date
,
gna
on
(Individual, Corporation, or Co- Partnership)"
List below names of President, Secretary, Treasurer and`Monager if a cdrperation;
and names of all co- partners if a co- partnership:
James D. Higson President;
James R. Anderson VirP P,.Airlpnu
Susanne H. Higson Secretary- Treaurer
i
0 0
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors 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 provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work
Subcontractor
Address
1.
Grading
McClellan
2031 St. Anne SA
2.
Concrete
Kittle
953 Capital CM
3.
Elect ric
Hoglind
3001 RedHill CM
4,
Heating
Schmetzer
185 S Prospect Tustin
5.
Framina
Hueftle
1090 Mission CM
6.
Glass
Model
16691 Noyes Irvibe
7.
Painting
Featherston
647 W. 17th CM
8,
Masonry
Custom Craft
405 Bolsa NB
9,
Roofing
Crank
10,
Plaster /Drywall
American
2875 Orange -Olive Ur
11.
Carpets
Newport )Flopr Covering
Corona Del Mar
12.
liigson Construction Company, Inc.
�oriied SiqnatYjre
Corporation
Type of Organization
(Individual, Co- partnership _ gr - tore.) ,
19 Bay Island
Newport Beach, Calif. 92661
Address
KNOW ALL MEN BY THESE
That w�
and
E
0
BIDDER'S BOND TO ACCOMPANY PROPOSAL
PRESENTS,
Page 4
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ), lawful money of the United
States for the paymel of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of \#the above bounden principal for the construction of
� '\ AiPl�'U C46
in the City of Newport Beach, is accepted by the City Council of said City, and _. if the
above bounden principal shall duly dater into and execute a contract for suc- Construc-
tion and shall execute and deliver th two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not includ %rey aturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to above bounden principal by and from said City
of Newport Beach that said contract is for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the s id City.
In the event that any principal above name executed this bond as an individual,
it is agreed that the death of any such principa shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our
19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
Title
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid Will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding 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 p c eds of the contracts sought by
this bid. / ,I1
Subscribed and sworn to before me
th i s Ijaday of °teal,
19 -25J
My commission expires:
-� - -7
WMAL
OLE
_ CALIFORNIA UNTY e s Aug.
Center, Newport Beecb, CA- MM
07� �' S, •� 11 4�w �`I�
Pres.
.y► • •
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
IUGSON CONSTRUCTION CO.
Nov. 30, 1974
ASSETS LIABILITIES & EQUITIES
Cash 1,420 Notes Payable
Construction in Progress 602,842 Other Current Liab.
Buildings 52, 302 Loans from Stockholders
Other assets 1,570 Mortgages, Notes
Comm on Sftock
Retained Earnings
Total Assets . 658,134 Total Liab. & Equities
Bank and Credit Reference:
80,000
5,889
165,992
321, 232
1, 000
84,021
658,134
Ronald Rodgers, Bank of Newport 645 -5333
r
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
0
Page 7
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1969 City of Newport Beach Joseph Devlin \d 673 -2110
Office Annex
1969 Newport National Bank Ronald Rodgers 645 -5333
Bank Building
1969 Large Bayfront Residence Arthur E.5 vendsen 546 -1161
1601E Bay Ave
1970 Large Bayfront Residence Felix Juda 714 625 -7311
29 Linda Isle
1972 Large Bayfront Residence Richard Yantis 459 -0281
44 Linda Isle
1973 Large Bayfront Residence Joey Bishop 675 -7464
534 Via Lkdo Nord
1973 Large Bayfront Residence Roger Alison 644 -4161
69 Linda Isle
1973 Large Bayfront Residence Dr. Phil Hansen 673 -0607
536 Via Lido Nor
Aw
New Council Chambers
GUARANTEE
"GUARANTEE FOR CONSTRUCTION OF NEW COUNCIL CHAMBERS
(CONTRACT 1670)
rage 7a
PROPOSAL
We hereby guarantee that all work which we have installed
under the provisions of Contract No. 1670 of the City of
Newport Beach, California, has been done in accordance
with the drawings and specifications and that the work as
installed will fulfill the requirements included in the
specifications. We agree to repair or replace any or all
of our work, together with any other adjacent work which
may be displaced by so doing, that may prove to be defective
in its workmanship or material within a period of one year
from date of acceptance of the above - mentioned structure by
Owner, except for wear and tear and unusual abuse or neglect.
In the event of our failure to comply with the above -
mentioned conditions within a reasonable period of time,
as determined by the Owner, after being notified in writing
by the Owner, we do hereby authorize the Owner to proceed
to have said defects repair nd made good at our expense,
and we will honor and h cost�and charges therefor
pa
upon demand.." � � //
es.
:ON COMPANY: INC.
4 -7 -75
Address 19 Bay Island_ Newpprt Beac h Calif. 92661
Phone No. 673 -1232
FORM OF GUARANTEE
P
i •+:
0
RESOLUTION NO.
•
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT IN CON-
NECTION WITH THE CONSTRUCTION OF THE NEW CITY
COUNCIL CHAMBERS, CONTRACT NO. 1670
WHEREAS, pursuant to the notice inviting bids for
improvements in connection with the construction of the new
City Council Chambers, in accordance with the plans and specifi-
cations heretofore adopted, bids were received on the 7th day
of April, 1975, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Higson Construction Company;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Higson Construction
Company for the work in the amount of $184,580.00 be accepted,
and that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 14th day of April , 1975.
Mayor
ATTEST:
City Clerk '
DDO /bc
4/10/75
/f' 9V7s_