Loading...
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_