Loading...
HomeMy WebLinkAboutC-1711(A) - Construction of 16th Street Utilities Service Yard1 i I 1 CONTRACT NO. 1711 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD 949 WEST 16TH STREET NEWPORT BEACH, CALIFORNIA SUBMITTED BY: AUSTIN BUILDING COMPANY Contractor 200 Newport Center Drive, Suite 105 A dress Newport Beach, California 92660 n. Z. a- Approved by the City Council this 12t day of April, 1976 (714) 644 -8322 Phone $247,025.00 Total Price Items I through 4 (Alternate 'A ") 3") 1 1 i 1 �1 1 1 1 1 1 1 1 1 1 1 1 1 �1 Structural Martin & Tranbarger 2304 Newport Boulevard Newport Beach, California 92663 Mechanical Baum & Associates 17815 Sky Park Circle, Suite J Irvine, California 92707 Electrical Fredk Brown Associates 3848 Campus Drive, Suite 212 Newport Beach, California 92660 SPECIFICATIONS for CITY OF NEWPORT BEACH UTILITIES SERVICE YARD DATE: April 5, 1976 610 NEWPORT CENTER DRIVE NEWPORT !EACH, CALIfORN1A i 1 I I I I 1 1 I I/ 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 11th day of May , 19 76, at which time they wiTT be opened and rea ,for performing work as follows-- CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD 949 WEST 16TH STREET NEWPORT BEACH, CALIFORNIA CONTRACT NO. 1711 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 SecretarL or Assistant Secretary are required and the Co r orate Seal shall be affixed to a ocuments reu-Ting signatures. In the case of a Partnership, 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.) i Page la The City has adopted the Standard S ecifications for Public Works Construction ' (1973 Edition) as prepare y the out ern Ca i ornia Chapters of the Americ an 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. 1 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. 8701 adopted February 9, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. 11 ' 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. ILicensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 272043 Classification A, B1 Accompanying this proposal is Bid Bond in the amount of 10% of amount bid. I Cas , Certi T C ec , Cas ier s C ec or on Iin 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. (714) 644 -8322 AUSTIN BUILDING COMPANY Phone Number Bidder's Name S/ Robert A. Fernandez, President (SEAL) May 11, 1976 Date 11 uthorized Signature S /W. A. Burt, Assistant Secretary Authorized 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: Robert A. Fernandez, President Geron H. Holder, Manager I Mel Traylor, Sr., Vice President George Dawkins, Sec. /Treasurer FOR ORIGINAL SEE CITY CLERK'& FILE COPY IPage 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 10. Electrical Raymond Jones Garden Grove (714) 638 -9132 11. Aggregate Base Northwest 12. Paving . Northwest AUSTIN BUILDING COMPANY Bi er s Name I 'S/ Robert A. Fernandez; President Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) ' 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 A dress 1. Earthwork Charles Company E1 Toro. CA (714) 768 -05-15 ' 2. Acoustical Integrated Interiors Nnrwalk (213) 921 -1336 3. Plaster Pacific States Plastering Co. Placentia (71A 25 4 -5480 4. 5. Finish Carpentry /Millwork Masonry Arrow Sash & Door Co. Bledsoe costa Mesa (714) Yorba Linda (714)528 649- 3248 -5271 6. Roof & Waterproof Dion Roof Co. Orange (714)997 -9690 I7, Structural & Misc.Steel Wallco Steel Works Orange 8. Plumbing Shoup..Mechanical Co., Inc. Glendale (213) 245 -2676 9. Heat,Vent & Air Cond. Bowers Air Conditioning . Anaheim (714) 635 -2313 10. Electrical Raymond Jones Garden Grove (714) 638 -9132 11. Aggregate Base Northwest 12. Paving . Northwest AUSTIN BUILDING COMPANY Bi er s Name I 'S/ Robert A. Fernandez; President Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) ' 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 A dress BOND NO. N- 80700320 FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 4 j BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we,_ AUSTIN BUILDING COMPANY , as Principal, and FEDERAL INSURANCE COMPANY as Surety, are held ' and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Amount Bid Dollars ($ 10% Bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of 16th STREET UTILITIES SERVICE YARD 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- ttion 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 3 day of May , 1976 tCorporate Seal (If Corporation) AUSTIN BUILDING COMPANY ' Principal S/ Robert A. Fernandez, President _ ' (Attach ackn ovledyement of Attorney -in -Fact) LI 11 Attorney -in- Fact's signature covered by Power of.Attornev executed on June 3, 1974 By S/ G. E. Dawkins Title gym- n -fact I Certified Copy of POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New . York. New York, a New Jersey Corporation, has constituted and appointeQ,and. does hereby constitute and appoint E. Dawkins, Henry Kelly, B J. Weaver, Grace T, Owen, and Dean Phelps of Dallas) Texas each its true and lawful Attorney -in -Fact to execute -- -under such designa- lion in its name and to affix its corporate seal to and deliver for and on its ehalf as surety thereon or otherwise, bonds or obligations on behalf of: Austin Industries, Inc., Austin Bridge Company, Austin Road Company, Austin Building company, Austin Paving Company, Austin Construction Company, Austin Construction onsultants, Inc., Austin Commercial, Inc., Coastal Construction Company, Ausco Construction Company, Bristol Steel Buildings, Inc., W. J. Thomas Line Builders, nc. Division of Austin Industries, Inc., Austin Investment Properties, Inc., ustin Products, Inc., James H. Conlee, a Division of Austin Building Company, and' ny and all Joint Ventures wherein one or more of the above named shall partici- ate, subject to; 1. Bonds on behalf of contractors in connection with bids or proposals to or with the United States of America, any State or political subdivision there- of or any person, firm, or corporation. ' 2. Bonds on behalf of contractors in connection with contracts to or with the United States of America, any State or political subdivision thereof or any person, firm, or corporation provided the penalty of the contract bond or liability incurred under such contract bond does not exceed the sum of Five Million Dollars ($5,000,000.00). Ind the execution of such bond or obligation by such Attorneys -in -Fact in this Company's name and on its behalf as Surety thereon or otherwise, under its lorporate seal, in pursuance of the authority hereby conferred shall, upon elivery thereof, be valid and binding upon this Company. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has pursuant to its By -Laws. caused these ' presents to be signed by its Assistant Vice - President and Assistant Secretary and its corporate seal to be hereto affixed this 1st day of January 1 19 76 I i IF E STATE OF NEW JERSEY ss. County of Essex FEDERALINSURANCE COMPANY By George McClellan Assistant Vice- President R, Richard D. O'Connor Assistant Secretary On this '77'' day of ��77 19 before me personally came Richard D. O'Connor to me known anc140ne known to JAAM AMcretary of the T- CDERAL INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is Assistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; and that he is acquainted with George McClellan and knows him to be the Assistant Vice - President of said Company, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine hand- writing of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence. IA Acknowledged and Sworn to before me on the date above written 1I ROTARy ; 4 IL I > % l U!' oe ''� L � A Notary Public •,:fIr✓ J[ -5� PATRICIA RYAN ' •.��.. - ^ -' NOTARY PU[3lIC OF NCaI JERSEY My Commission Lxpncs De:embcr 11, 1918 Form 2140 -53 (Rev,S -]5) iNVS01 Type 4 CITY OF SHORT HILLS j ' ss. County of Essex 1} 1, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended May 27, 1971 and that this By -Law is in full force and effect. "ARTICLE XVIII. Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on ' behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President or a Vice - President, jointly with the Secretary or an Assistant Secretary, under their respective designa- tions, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board p of Directors or the Executive Committee, or in any power of attorney executed as provided for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attorney. Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a ' Vice - President or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary, under their respective designations.' . And I further certify that 1 have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and the same is a correct and true copy of the whole of said original Flower of Attorney and that said Power of Attorney has not been ' revoked. And 1 further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Prince Edward Island: and is also duly licensed to become sole surely on bonds, undertakings, etc., permitted or required by law. Give u er my hand and the se of said Company at Short Hill! 19 I P ' 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 i 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 1 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. ' S/ G. H. Holder (Div. Mgr:) Subscribed and sworn to before me this 11th day of May , 19 76 My commission expires: October 20, 1979 S/ Terri Collier ' Notary Public Page 6 t FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY ' Tne undersigned submits herewith a statement of his financial responsibility ' or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. ' ON FILE WITH CITY CLERK. S/ G. H. Holder Signed 1 FOR ORIGINAL SEE CITY CLERK'S FILE COPY 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. ON FILE WITH CITY CLERK I I r� 1 S/ G. H. Holder Signed v I' Page 8 LABOR AND MATERIAL BOND ' KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by ' motion adopted May 24, 1976 has awarded to AUSTIN BUILDING COMPANY thereinafter designated as.the "Principal ", a contract for ' CONSTRUCTION OF 16TH - STREET UTILITIES SERVICE YARD (CONTRACT NO. 1711) 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 /QtkT,«l 50itrVoWle = °oMAANy as Principal, hereinafter designated as the Contractor and ' FEDERAL INSURANCE C®MPAPIY ' as Suret , are held firmly bound un o th i 'City of Beach, in the sum of At�v 7Mtraa tlx To+# tat 6W V 1st --- +Dollars ($ :�4 +f ►rr ) 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 1 severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, ' fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for.any other work or labor thereon of any-kind or for amounts due under the Unemployment Insurance ' Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding.the sum specified in the bond, and.alto, in case suit is brought upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. u 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 received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, . extension of time, alterations or additions to the terms of the contractor 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, th' instrument has been duly executed by the Principal and Su ey above named, on the � Ttr2 day of Su r4 P. 1 e LJ I This bond was approved by the City Council of the City of Newport Beach by motion on ' uate Attest: City Clerk Austin Building Company (Seal) 1) 1) FEDERAL INSURANCE COMPANY (Seal) R� (Seal) "ATTORNEY -IN -FACT Seal) Page 10. PERFORMANCE BOND I , KNOW ALL MEN BY THESE PRESENTS, That ' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 24, 1976 has awarded to AUSTIN BUILDING COMPANY hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD (CONTRACT NO. 1711) 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; A �1 NOW, THEREFORE, We, ws *T,r4 15du— ir-j& ROMP -Ny as Principal, hereinafter designated as the " ntractor ", and ' FEDERAL INSURANCE COMPANY re held .a d fi 1 boT,unvunto h C °ty f Newport Beach, in the sum of 'i5w a �4 ILi7isJ1� "ijl T 7i�0 n�� 1��wIR 1'2Jw "Dollars ($TJ Z1pi %•1 P). ' 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. _..��_p _4s�a^_'� g .�..�,x, �_ -•�=c " "�'_, ' � ,�.,,_aY..'s�... � ���.° *,�= ...- a'sT`- �"s-�' Ir C Page 11 (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, thi instrument has been d 1 e�x ecuted by the Principal and Surety above named, on the day of /�l 19�. 'Austin Building Company (Sea 1) Qom. (Seal) ' Pres d t . ' (Seal) ° ontra or -Assistant Secretary FEDERAL INSURANCE COMPANY (Seal) RX; (Seal) ATTORNEY -IN -FACT (Seal) 'Surety d 1 Page 12 ' CONTRACT THIS AGREEMENT, made and entered into this r/� day of 19_6,,, by and between the CITY, OF NEWPORT BEACH, California, hereinaf er designated as the City, party of the first part, and AUSTIN'BUILDING COMPANY ' 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 16TH STREET UTILITIES SERVICE YARD (CONTRACT NO. 1111) and to perform and complete in a good and workmanlike:mahner all the work pertaining thereto shown on the Plans and'Specifications therefor, to furnish at his own proper cost and expense all toois, 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 tube 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] n.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. 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. CITY IF EWPORT BEACH, CALIFORNIA 1 By ayor ATTEST: ' ity er ' Austin Building Com pany on rac or ( AL) By.` 4< - • President Title By. e �� Assistant Secretary Tit e r� 1 1 1 1 1 1 1 Au�t�n Austin Building An Austin Industries Company Austin Building Company West Coast Division 200 Newport Center Drive Suite 105 Newport Beach,Calitornia 92660 714 644.8322 May 11, 1976 City of Newport Beach Public Works 3300 Newport Boulevard Newport Beach, California 92660 Attention: Mr. William Dye Re: 16th Street Utilities Service Yard 949 West 16th Street Newport Beach, California Gentlemen: This letter is to confirm receipt of Addendum No. 1, dated April 30, 1976, for construction of 16th Street Utilities Service Yard, Contract No. 1711, bid this date. Acknowledgment of receipt of this addendum was inadvertently omitted from our Proposal. Thank you. GHH:tc Very truly yours, AUSTIN BUILDING COMPANY G - H�e2a Me� G. . Holder, Manager, West Coast Division ITo the Honorable City Council City of Newport Beach ' 3300 W. Newport Boulevard Newport Beach, CA 92663 PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD 949 WEST 16TH STREET NEWPORT BEACH, CALIFORNIA CONTRACT NO. 1711 PROPOSAL Gentlemen: 'The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, examined the plans (City of Newport Beach Drawing No. R- 5270 -S) and the Special Provisions, and hereby proposes to furnish all materials, and do all the work required to complete Contract No. 1711 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ' 1. 1 Construct Building "A" including Lump Sum carport and earthwork for foundation preparation, complete and in place One hundred thirty -three thousand @ two hundred six Dollars and ' No Cents $ $ 133,206.00 Per Lump Sum 2. 1 Construct Building "B ", including ' Lump Sum earthwork for foundation preparation, complete and in place Fifty -four thousand @ seven hundred sixty Right Dollars ' and Cents $ $ 54,768.00 ' er ump SUM "D ", 3. 1 Construct Building including Lump Sum earthwork for foundation preparation, ' complete and in place Fifty -three thousand @ one hundred sixty -nnR Dollars r and Cents $ $ 53,161.00 er ump um PR2of3 IFTEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1 4. 190 Construct concrete block wall per Linear Feet Detail 9, Sheet S8 @ Thirty -one Dollars ' and no Cents $ 31.00 $ 5,890.00. Per Linear Foot 5. 1 Earthwork and subgrade preparation Lump Sum for areas to be paved other than the building areas. ' Five thousand nine hundred @ thirty -six Dollars and ' No Cents $ $ '5,936.00 Per Lump Sum ' 6. 730 Construct Aggregate Base Tons @ Eight Dollars and ' twenty Cents $ 8.20 $ 5.986.00 Per Ton ' 7. 550 Construct Asphaltic Concrete Pave - Tons ment including prime coat and fog seal ' @ Eighteen N, Dollars and twenty -three Cents $ 18.23 $ 10.026.50 ' Per Ton 8. 438 Construct 4 -foot wide P.C.C. Gutter Linear Feet per CNB- Std -104 -L @ Three Dollars and forty -five Cents $ 3.45 $ 1,511.10 Per Linear Foot 9. 2150 Construct P.C.C. door stoops and 4" Square Feet sidewalk per applicable portions of CNB- Std -110 -L and Detail A, Sheet 1.1 ' @ Dollars nd ninety-five Cents nts $ .95 $ 2,042.50 Per Square Foot a ., PR3of3 10. 9 Adjust water valve and utility boxes Each to grade in asphaltic concrete @ Fifty Dollars and No Cents $ 50.00 $ 450.00 Per Each tOTAL PRICE FOR ITEMS 1 THROUGH 4 (ALTERNATE "A") WRITTEN IN WORDS Two hundred forty -seven thousand twenty five No liars and TOTAL PRICE FOR ITEMS 1 THROUGH 10 (ALTERNATE "B ") �RITTEN IN WORDS Two hundred seventy -two thousand nine hundred seventy -seven Dollars and ten Cents $ 247,025.00 $ 272,977.10 1 Contractor's License No. 272043 AUSTIN BUILDING COMPANY ' Bidders Name Date May 11, 1976 S/ Robert A. Fernandez. President ' uthorized Signature idder's Address 200.Newport Center Drive, Suite 105, Newport Beach. CA 92660 elephone Number (714) 644 -8322 lJ 1 1 1 1 1 1 DIVISION 1 DIVISION 2 DIVISION 3 DIVISION 4 DIVISION 5 DIVISION 6 DIVISION 7 TABLE OF CONTENTS Pages CONTRACT DOCUMENTS FOR CONSTRUCTION Notice Inviting Bids Designation of Subcontractors Bidder's Bond to Accompany Proposal Non - Collusion Affidavit Statement of Financial Responsibility Technical Ability and Experience References Proposal Form GENERAL REQUIREMENTS Section 01100 General Conditions 1 - 5 Section 1 -D Temporary Facilities 1 SITEWORK Section 2 -A Earthwork 1 - 7 Section 2 -H Paving 1 - 3 CONCRETE Section 3 -B Concrete Reinforcement 1 - 3 Section 3 -C Concrete 1 - 8 MASONRY Section 4 -A Concrete Unit Masonry 1 - 6 METALS Section 5 -A Structural Steel 1 - 6 Section 5 -E Miscellaneous Metal 1 only CARPENTRY Section 6 -A Rough Carpentry 1 - 3 Section 6 -B Finish Carpentry & Millwork 1 - 2 Section 6 -E Glued Laminated Members 1 - 4 MOISTURE PROTECTION Section 7 -A Waterproofing 1 only Section 7 -C Insulation 1 only Section 7 -F Membrane Roofing 1 - 2 Section 7 -G Sheet Metal 1 - 2 Section 7 -K Caulking and Sealing 1 only Section 7 -1, Walk Deck Covering 1 only Pages DIVISION 8 DOORS, WINDOWS & GLASS Section 8 -A Aluminum Doors & Equipment 1 - 2 Section 8 -B Wood Doors 1 - 2 Section 8 -C Hollow Metal Frames 1 only Section 8 -D Metal Windows 1 - 2 Section 8 -E Rolling Steel Doors 1 - 3 Section 8 -F Finish Hardware 1 - 8 Section 8 -1 Glass and Glazing 1 - 2 DIVISION 9 FINISHES Section 9 -A Plastering 1 - 3 Section 9 -B Drywall 1 - 2 Section 9 -C Ceramic Tile 1 - 2 Section 9 -F Acoustical Ceiling 1 - 3 Section 9 -H Resilient Flooring 1 - 3 Section 9 -L Painting 1 - 6 DIVISION 10 SPECIALTIES Section 10 -A Miscellaneous 1 - 2 Section 10 -B Appliances 1 only Section 10 -C Toilet Compartments 1 only DIVISION 12 FURNISHINGS Section 12 -A Carpeting 1 - 2 DIVISION 15 MECHANICAL Section 15 -A Plumbing 1 - 7 Section 15 -C Heating, Ventilating 1 - 14 and Air Conditioning DIVISION 16 ELECTRICAL Section 16 -A Electrical 1 - 12 ARCHITECTURAL DETAILS 26 I 1 1 1 11 PUBLIC WORKS DEPARTMENT CITY OF NEWPORT BEACH SPECIAL PROVISIONS for Construction of 16th Street Utilities Service Yard 949 West 16th Street Newport Beach, California 1975 -76 Contract No. 1711 DIVISION I - GENERAL REQUIREMENTS 01100 GENERAL CONDITIONS 01101 SCOPE OF WORK The work to be done under furnishing all.labor, equ and services necessary to tion of the Main Building on the plans, complete in appurtenant work. this contract consists of Lpment, transportation, material complete the site work, construc- and Buildings "B" and "D" as shown place, including all necessary The contract requires completion of all work in accordance with (1) these Special Provisions, (2) the plans (Drawing No. R- 5270 -5), (3) the City's Standard Special Provisions and Drawings, and (4) the City's Standard Specifications. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5.00. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1973 edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. 01102 AWARD OF CONTRACT All bidders shall submit bids for both Alternate "A" and Alternate "B ". The City reserves the right to award the contract for either alternate. 01103 GUARANTEE Unless otherwise specified, the Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against ' any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. ' 01104 COMPLETION OF WORK The Contractor shall complete all work on the contract ' within 120 consecutive calendar days after award of the contract by the City Council. The Contractor shall submit a construction schedule in accordance with Section 6 -1 of the Standard Specifi- cations and the requirements for approval by the City. The Contractor shall have an approved schedule prior to the start of any work. 01105 PAYMENT All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work and no additional compensation shall be made. 01106 CONSTRUCTION SURVEY STAKING Field surveys for the control of construction shall be the responsibility of the Contractor. All such surveys including construction staking shall be under the super- , vision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordi- narily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. J 01107 PROTECTION OF EXISTING PROPERTY CORNERS ' Every effort shall be made by the Contractor to protect any existing property corners. Should any of these corners be disturbed, they shall be restored by the Contractor at his expense and no separate compensation will be made. ' 01106 PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to ' performing construction work, the Contractor shall request each utility company to locate its facilities. The Contractor shall protect in place and will be ' responsible for, at his own,expense, any damage to any utilities encountered during construction. '. 01109 WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrange- ments for water purchased by contacting the City's ' Utility Superintendent, Mr. Tom Phillips at (714) 640 -2221. 01110 ELECTRICAL SERVICE The Contractor shall make his own provision for obtaining electrical service necessary to perform his work. 01111 SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT AND SAMPLES ' a. GENERAL. The Contractor shall furnish to the Engineer r LI suucTi working drawings, data on materials, and equipment and samples as are required for the proper control of the work, including but not limited to those working drawings, data and samples specifically required else- where in the specifications and in the drawings. All working drawing, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. b. SHOP DRAWINGS AND DATA DEFINED. without limitation, s op =tail drawings, falsework and formwor steel reinforcement and similar They shall contain all required in reasonable scale. Working drawings include drawings, fabrication c drawings, pipe layouts, classes of drawings. details and information ' 01111 Shop Drawings, Data on Materials and Equipment and Samples (continued) ' Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of ' the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. c. REVIEW AND REVISION. The Contractor shall furnish to the- Engineer or review three prints of each shop draw- ing.- The Contractor shall properly check and correct all working drawings and data before their submission, ' whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED," formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT," the Contractor shall revise said ' drawing and shall resubmit six copies of said revised drawing to the Engineer. ' If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT," the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before ' the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without ' rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirements of the i 01111 Shop Drawings, Data on Material's and Equipment and Samples _ (concluded) ' contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due ' to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications ' or on the contract drawings. 01112 FEES, LICENSES & PERMITS All fees for City permits will.be waived by the City ;except ' that the Contractor and all sub - contractors must have a'valid City Business License purchased at their own expense. The City has obtained a permit from the California Coastal zone Conservation Commission. The Contractor shall pick up the Building Permit from the Community Development Department. Application for this ' permit has been processed and plan check completed. All sub - contractors doing work which requires a separate permit from the Community Development Department shall apply for and obtain the necessary permits. 01113 TESTS AND INSPECTIONS a. Initial tests required by contract documents will be paid for by the City. b. The cost of tests or inspections ordered by authorized persons 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 City will pay for the authorized tests or inspections. C. Local, legally constituted public authorities having ' jurisdiction over this construction, and the City Engineer or his designated representative, shall be the only persons empowered to direct tests to determine compliance or non - compliance with requirements of the work. i ' DIVISION 1 SANITARY FACILITIES: Provide and maintain enclosed GENERAL REQUIREMENTS ' SECTION 1 -D TEMPORARY FACILITIES 1 -D 1. SCOPE: Provide a temporary office facility on the job sitefor combined use of the Owner's representatives, Architect and use of the Contractor. ' 1 -D 7. CONSTRUCTION EQUIPMENT: a. All Construction Equipment: Erect, equip and maintain in accord with statutes and regulations of State and ' other authorities and insurance companies having jurisdiction. b. Provide hoists, scaffolding, staging, runways, pumping and similar equipment needed for proper prosecution of the work. TEMPORARY FACILITIES 1 -D Page 1 1 -D 2. SANITARY FACILITIES: Provide and maintain enclosed ' chemical toilets in sufficient numbers for the number of employees and located where directed. ' 1 -D 3. TELEPHONES: Pay for use and installation of a phone in o ice for Architect's and Owner's use. Be responsible for installation of phone needed for use by others engaged ' on the site. 1 -D 4. WATER: Make arrangements for all water used in the work wiitS-needed piping or hose to carry water to every part ' of work; and pay for same. 1 -D 5. ELECTRICAL SERVICE: Electric service required in the ' performance of the contract shall be furnished and paid for by the Contractor who shall furnish, install and maintain all temporary poles and overhead construction, transformers, meters, drops and other wiring and fittings ' for both light and power at locations required in the work, and shall bear the cost of making the service connections. It shall be specifically understood that the Contractor shall provide all temporary power and lights for the completion of all work of this Contract throughout all working hours of all trades and shall include in his bids any overtime consider- , ations for any stand -by services required to achieve that end. 1 -D 6. TEMPORARY HEAT: Provide equipment, fuel and operators to maintain adequate temperatures for storage, application ' and drying of installed materials and pay for same. ' 1 -D 7. CONSTRUCTION EQUIPMENT: a. All Construction Equipment: Erect, equip and maintain in accord with statutes and regulations of State and ' other authorities and insurance companies having jurisdiction. b. Provide hoists, scaffolding, staging, runways, pumping and similar equipment needed for proper prosecution of the work. TEMPORARY FACILITIES 1 -D Page 1 I 1 -D 8. SAFETY PRECAUTIONS: Provide fences, barricades, lights for protection of public against personal injury and property damage as required by local authorities. ' 1 -D 9. REMOVAL OF TEMPORARY CONSTRUCTION: Temporary office facilities, toilets, barricades, storage sheds, utilities and other ' construction of temporary nature shall be removed from the site as soon as the progress of the work will permit in the opinion of the Architect and the portions of the site occupied by same shall be properly reconditioned and restored to a condition acceptable to the Owner and the Architect. FL J 1 C ' TEMPORARY FACILITIES 1 -D Page 2 of 2 DIVISION 2 SITEWORK ' SECTION 2 -A EARTHWORK i i ' 2 -A 1. SCOPE: Perform earthwork as indicated and specified, including: a. Grading of site for construction to elevations shown on the drawings. The placement of controlled fill by the contractor shall include all clearing and grubbing, removal of existing unsatisfactory material, preparation of the areas to be filled, spreading and compaction of fill in the areas to be filled, and all other work necessary to complete the grading of the filled areas. 1 b. Excavation for footings. ' c. Compaction. d. Permits and fees. ' e. Tests and inspections. f. Vegetation removal. 2 -A 2. GENERAL REQUIREMENTS: ' a. It shall be the Contractor's responsibility to place, spread, water and compact the fill in strict accordance with these specifications. The City Engineer shall be ' the City's representative to inspect the construction of all fills. Excavation and the placement of fill shall be under the direct inspection of the City Engineer; and he shall give written notice of conformance with the ' specifications upon completion of grading. Deviations from these specifications will be permitted only upon written authorization from the City Engineer. A soil ' investigation has been made for this project; any recommendations made in the report of the soil investi- gation or subsequent reports shall become an addendum to these specifications. The soil investigation report dated October 8, 1975 prepared by the Soils Engineer, Soils International, Santa Ana, California, is hereby made a part of this specification. A copy of the report is to be obtained from the City and retained at the job site. A soils ' testing firm shall be retained by the City for testing inspection and supervisory purposes. ' EARTHWORK 2 -A Page 1 I ' 2 -A 2. General Requirements: (continued) b. Layout of Work: The Contractor shall be responsible i�or the accuracy of all layout work and shall retain ' the services of a licensed Surveyor or Civil Engineer to set lines and grades for all construction at the ' expense of the Contractor. c. Clear in and Pre arin Areas to be Filled: All rubble or of er ob7ectiona a material shall be collected, and disposed of by the Contractor so as to leave the areas ' that have been cleared with a neat and finished appear- ance free from unsightly debris. Verify the extent of ' vegetation removal with the City prior to beginning work. 1) Materials presently stored on the site within the actual construction area by the City will have been removed by City ' prior to commencing grading. 2) All fill control projects shall have a preliminary visual examination by a qualified soil engineer prior to grading. 3) Any soft, swampy or otherwise unsuitable areas, shall be removed down to solid bearing. d. Existing Utilities: Exercise extreme care when excavating ' near utility lines to avoid damage thereto. Notify City Engineer when utilities not shown on plans are encountered; do not proceed with work in such areas until written ' instructions are received from the Engineer. e. Inspection and Approvals: Obtain inspections and written approval by City, or their representative, of completed foundation excavations before placing subsequent work. Give at least 24 -hour notice of readiness for inspection. f. Drainage: Keep excavations and site free from water throughout work. Provide temporary measures such as curbs, dams and ditches as required. Ground water ' encountered shall be pumped from excavations. g. Protection: Provide and maintain protection to retain earth banks, protect adjoining grades and sturctures ' from coving, sliding, erosion or other damage and suitable forms of protection against bodily injury. Conform bulk- heads and shoring to Construction Safety Order, Title 8, Industrial Relations, State of California. Shore vertical banks as required or slope back at least to a 1 :1 slope. h. The Contractor will only be allowed use of construction area. The Owner will continue to use the other areas of the site for storage. Stockpile material approved for backfill in locations as directed. i.. Hold a joint meeting of Contractor and City Engineer prior to any grading. ' EARTHWORK 2 -A Page 2 2 -A 3. GRADING AND COMPACTION: a. Perform excavation, grading and fill to the indicated dimensions and elevations. Grading and compaction procedures shall be as follows: 1) office Building 'A': The ground surface extending a ' distance of at least 5 feet outside the building perimeter shall be processed as follows: ' a) Remove existing surface soils to a depth of at least 12 inches. ' b) Scarify and recompact the exposed cut surface to an additional depth of 8 to 10 inches. c) Fill and compact back up to finished subgrade elevations with the excavated native soil or approved import compaction shall be as specified below. 1 d) The existing surface or exposed over - excavated surface shall be scarified to at least 8 inches, moistened or dried to near optimum, thoroughly mixed, ' and compacted to at least 90 percent of the ASTM D- 1557 -70. 2) Building 'B', 'D' & Paving Area: The existing ' surface or exposed over - excavated surface shall be scarified to at least 8 inches, moistened or dried to near optimum, thoroughly mixed, fill and compacted to at least 90 percent to obtain rough grade elevation indicated. 2 -A 4. EXCAVATION: a. General: Excavate for foundation spaces, footings, slabs, walls, steps, pits, sumps and other structures shown, to the lines and levels indicated. Finish bottoms of excavations to.a true, level surface with all steps and offsets in footings, walls and slabs ' located as shown. Exercise care when excavating for lower footings so as not to disturb soil under higher adjacent footings. Make excavation of sufficient size to provide ample room for construction of forms, shoring, ' bulkheading. Increase excavations for footings two (2) inches on all sides where soil is stable enough to stand and forms are omitted. Remove surplus materials under ' building. b. Perform excavation to indicated dimensions and ' elevations, with adequate allowance for forms, form removal, installation of waterproofing and services, and inspection. Exercise care to avoid loosening of soil below footings. EARTHWORK 2 -A Page.3 i 2 -A 4. Excavation: (continued) 1) Foundations: Wet subgrade for footings prior to placin 'concrete. If trenches are sufficiently stable, footings may be poured directly against earth as detailed on the structural drawings, subject to approval of Owner. 2) Authorized Excess Excavation: Should soil of inadequate bearing capaFity be encountered at ' indicated elevations, under change order procedure excavate to elevations ordered by Architect. ' 3) Unauthorized Excess Excavation below indicated elevations for foundations, fil with concrete as approved by the Architect, at no extra cost to Owner. c. All recompacted backfill or new fill should be spread, watered, mixed and compacted by mechanical means in approximate 6 -inch thick lifts. Backfill placed in ' narrow, restricted areas, such as along utility trenches, may be placed in 12 to 18 -inch thick lifts provided the minimum required degree of compaction is obtained. Back- , fill compaction by flooding or jetting shall not be allowed. All fill or backfill should be compacted to at least 90 percent of the aforementioned test standard. ' 2 -A 5. MATERIALS: a. Materials for general compacted fill shall consist of ' any material that in the opinion of the City Engineer is suitable for use in constructing engineered fills. In general, no material shall contain rocks or hard ' lumps greater than.six inches in size and shall contain at least 50 percent of material smaller than one - quarter inch in size. Materials greater than three inches in size shall be placed by the Contractor so that they are ' surrounded by compacted fines; no nesting of rocks shall be permitted. No material of a perishable, spongy, or otherwise improper nature shall be used in filling. Import material, if used, shall contain no rocks or hard lumps greater than three inches in size, shall not have more than 40 percent passing the No. 4 sieve, and shall have swells less than three percent when compacted ' as hereinafter specified for compacted fill and when subjected to an axial pressure of 144 pounds per square foot, under complete submergence. b. Approvals: Excavated material if used as backfill must be approved by the City Engineer prior to placing. If quantity of approved excavated materials is insufficient, provide imported material, approved by the Engineer, as necessary to complete required work. EARTHWORK 2 -A Page 4 2 -A 6. PERMITS AND FEES: The Contractor shall secure and maintain all required permits, approvals and licenses necessary to legally complete this work. Fees shall be waived by the City of Newport Beach. 2 -A 7. TESTS AND INSPECTIONS: The City shall pay for all initial tests and inspections required for the grading operations. ' All re- testing shall be paid for by the Contractor. 2 -A 8. PLACING, SPREADING AND COMPACTING FILL MATERIAL: a. Notify the City Engineer two (2) days before beginning grading so he can inspect and test grading and compaction. ' b. The selected fill material shall be placed in layers which shall not exceed six inches (6 ") when compacted. Each layer shall be spread evenly and shall be thoroughly blade -mixed during the spreading to insure uniformity of material and moisture in each layer. ' C. When the moisture content of the fill material is below that specified by the City Engineer, water shall be added until the moisture content is near optimum as determined by the City Engineer to assure thorough bonding during the compacting process., d. When the moisture content of the fill material is above that specified by the City Engineer, the fill material shall be aerated by blading and scarifying, or other satisfactory methods until the moisture content is near ' optimum as determined by the City Engineer. e. Field density tests shall be made for approximately each foot in elevation gain after compaction, but not to exceed two feet in vertical height between tests. The location of the tests in plan shall be spaced to give the best possible coverage and shall be taken no farther than 100 feet apart. Additional tests may be taken as considered necessary to check on the uniformity of compaction. Where sheepsfoot rollers are used, the tests shall be taken in the compacted material below the disturbed surface. No additional layers of fill shall be spread until the field density tests indicate that the specified density has been obtained. ' f. The fill operation shall be continued in six -inch (6 ") compacted layers, as specified above, until the fill has been brought to the finished slopes and grades as I ' shown on the accepted plans. i ' g. No payment shall be allowed for the extension of foundations made necessary by excessive or unauthorized excavations or as a result of failure to control water or provide adequate protection. EARTHWORK ' 2 -A Page 5 `I ' 2 -A 8. Placing, Spreading and Compacting Fill Material: (continued) h. Observation by the City Engineer shall be made during ' the filling and compaction operations so that he can give an opinion that the fill was constructed in accordance with the specifications. EARTHWORK 2 -A Page 6 i. The City Engineer shall make field density tests in ' accordance with ASTM D- 1556 -58T for each layer of fill. Density tests shall be made in the compacted ' materials below the surface where the surface is disturbed. When these tests indicate that the density of any layer of fill or portion thereof is below the specified density, the particular layer or portion shall be.reworked until the specified density has been obtained. j. The subgrade shall not be allowed to dry out prior to ' placing slabs. k. After grading is completed and the City Engineer has finished his observations of the work, no further exca- vations or filling shall be done except under the observation of the City Engineer. 2 -A 9. SUPERVISION: Supervision by the City Engineer shall be made during the filling and compaction operations so that he can certify that the fill was made in accordance with accepted specifications. The specifications and soil testing of sub - ' grade, sub -base, and base materials for roads, or other public property shall be done in accordance with specifica- tions of the governing agency. 2 -A 10. SEASONAL LIMITS: No fill material shall be placed, spread or ro led using unfavorable weather conditons. When the work is interrupted by heavy rain, grading shall not be ' resumed until field tests indicate that'the moisture content and density of the fill are as previously specified. In the event that, in the opinion of the.Engineer, soils unsatis- ' factory as foundation material are encountered, they shall not be incorporated in the grading and disposition will be made at the Engineer's direction. 2 -A 11. BACKFILL: After structure is in place and the forms removed, backfi 1 material shall be placed to the limits indicated. All rubbish and wood shall be removed from trenches before ' placing backfill. Backfill shall be placed in horizontal layers before compaction. Each layer shall be thoroughly tamped, rolled or otherwise compacted. a. Surplus material and debris from the excavations remaining after backfilling or grading shall be disposed of at the nearest approved dumping ground at no cost to the Owner. EARTHWORK 2 -A Page 6 1 1 2 -A 12. DUST CONTROL: At all times, while the work in this contract is being performed, precautions shall be taken as necessary to prevent dust or dirt from becoming a nuisance to the general public. 2 -A 13. CLEAN -UP: Upon completion of excavation and backfill, all surplus earth and other debris shall be removed from the site. 2 -A 14. UNPAVED AREAS: Upon completion of all construction, site areas which are unpaved shall be left in a smooth and even condition acceptable to the Owner. EARTHWORK 2 -A Page 7 of 7 1 PAVING 2 -H Page 1 2 -H 1. SCOPE: Provide asphalt concrete paving including: DIVISION 2 SITE WORK SECTION 2 -H a. preparation. P VUK— ' b. Aggregate base. PAVING 2 -H Page 1 2 -H 1. SCOPE: Provide asphalt concrete paving including: ' Subgrade a. preparation. b. Aggregate base. c. Prime coat. ' d. Asphalt concrete. e. Fog seal. f. Adjustment of manholes, water valve boxes, etc., to finished grade. I 2 -H 2. STANDARDS: a. City's Standard Specifications. b. California Standard Specifications, Jan. 1975 ' 2 -H 3. SUBGRADE PREPARATION: a. The subgrade for area to be paved shall be prepared in accordance ' with the provisions of Section 301 -1 of the City's Standard Speci- fications. ' 2 -H 4. AGGREGATE BASE: a. Aggregate base shall conform to the requirements for processed miscellaneous base in conformance with Section 200 -2.4 of the City's Standard Specifications and be placed in conformance with Section 301 -2 of the City's Standard Specifications. ' 2 -H 5. PRIME COAT: a. The prime coat shall be in accordance with Section 302 -5.2 of the ' City's Standard Specifications. 2 -H 6. ASPHALT CONCRETE: ' a. The asphalt concrete to be furnished and placed shall be Type III - C3- AR4000 in conformance with Section 400.4 of the City's Standard Specifications. Placement shall be in conformance with Section ' 302 -5 of the City's Standard Specifications. PAVING 2 -H Page 1 I 1 1 11 2 -H 7. FOG SEAL: a. All new asphalt concrete pavement shall be sealcoated with a fog seal. The fog seal shall conform with the applicable portions of Section 37 of the California Standard Specifications. 2 -H 8. ADJUSTMENT OF MANHOLES, WATER VALVE BOXES, ETC., TO FINISHED GRADE: All water vaults, water valve boxes, water meter boxes, sewer cleanouts and miscellaneous utility boxes shall be adjusted to finished grade in a manner similar to that described in Subsection 302 -5.7 of the City's Standard Specifications. They shall be adjusted to grade prior to placement of Portland cement concrete improvements. In asphalt concrete areas, adjustment to finished grade shall be made after placement of the pavement. PAVING 2 -H Page 2 j I DIVISION 3 CONCRETE SECTION 3 -B CONCRETE REINFORCEMENT 3 -B 1. SCOPE: Provide steel reinforcement for concrete and masonry ' including: ' a. Steel reinforcing bars. b. Fabrication. ' c. Steel dowels and ties. d. Bar supports ' 3 -B 2. TESTING LABORATORY SERVICES: Testing laboratory shall be approved by the Architect. All testing performed by ' testing laboratory on samples cut and prepared by Contractor. Contractor shall pay all test costs. Perform following tests: ' a. Identified Stock: No tests required if stock is identi ie as to heat number, provided mill analysis accompanies report. b. Unidentified Stock: One tensile and one bend test for each 2-1/2 tons of unidentified stock. ' 3 -B 3. MATERIALS: a. Reinforcing ars: ASTM A -615, Grade 40, deformed billet -steel reinforcing bars, except 1/4" round bars not deformed. Intermediate grade for all reinforcing. ' b. Accessories: Standard chairs and other accessories, galvanized when any part of accessory is placed within 3/4" of exposed concrete surface. ' 3 -B 4. QUALITY CONTROL: a. Certified copies of the mill analysis and test reports ' shall be submitted to the Architect upon delivery of the reinforcing steel to the job. b. When the reinforcing steel is from a domestic source and the heat marks are legible and mill tests accompany the shipment of the reinforcing steel, tensile and bend test shall be waived. When the heat marks are not legible, and not from a domestic source, 1 tensile and 1 bend test shall be.made from each 5 tons of each size and kind of steel, and all tests shall be paid for by ' the rebar contractor. The laboratory making such tests shall be approved by the Architect. ' CONCRETE REINFORCEMENT 3 -B Page 1 It J '. 3 -B 4. I 1 E 11 Quality Control: (continued) C. If sampled before delivery to the site, positive identification of the delivered material shall be made; if the steel is sampled at the site, the samples shall be taken in the Architect's request. d. Protective Covering: Reinforcement shall have a minimum protective covering of concrete as follows: 3" at surfaces where concrete is deposited directly against earth. 2" at formed surfaces which are later to be in contact with earth. IV from surfaces of slabs, interior face of walls and joints. e. Welding shall comply with current good practices for. the type of work and materials involved. Reference is made to the current edition of the "Welding Handbook" published by the American Welding Society as a guide for general procedure and for qualification of welders. 3 -B 5. PLACING REINFORCING STEEL: a. General: Coordinate work of this Section with work of other trades. Provide reinforcing steel as detailed and indicate on the plans. All exterior concrete slab on grade shall receive weld steel fabric reinforcing unless other reinforcing is detailed. b. Cleaning: Before placing steel, thoroughly clean rel�ing of loose mill scale, rust, oil or other coating that might destroy or reduce bond. C. Bending and Straightening: Carefully form reinforcing to dimensions indicated. Do not bend or straighten in a manner injurious to material. Do not use bars with kinks or bends not shown on plans. d. Positionin : Accurately place reinforcement and secure in p ace as indicated and herein specified. Clearance between parallel bars and between bars and forms shall be not less than 1 -1/2 times the nominal diameter for round bars, but in no case shall the clear distance be less than 1 -1/2" nor less than 4/3 the maximum size aggregate. Secure steel against displacement by using annealed steel wire of not less than 16 gauge. Use metal spreaders and spacers to secure proper bar spacing. At slabs, footings and beams in contact with earth, use concrete blocks to hold reinforcement proper distance above earth. Use galvanized chairs and spacers at all exposed concrete. Wire together reinforcement in concrete at all points where bars cross. Place dowels in concrete for start of masonry work. CONCRETE REINFORCEMENT 3 -B Page 2 ' 3 -B 5. Placing Reinforcing Steel: (continued) e. Splices: Lap as detailed, except wherever possible ' provide minimum 1 -1/2" clearance between sets of splices. Stagger splices in horizontal bars so that. adjacent splices will be 410" apart. Extend stubs ' and dowels required to receive and engage subsequent work, a sufficient length to develop full strength of bar or as indicated. Place dowel and stub bars in forms secured against displacement during concrete ' placing, and clean off adhering concrete immediately after completion of pour while incrustations are soft. 1 1 CONCRETE REINFORCEMENT 3 -B Page 3 of 3 I 1 1 I 11 1 1 1 DIVISION 3 CONCRETE SECTION 3 -C CONCRETE 3 -C 1. SCOPE: Provide concrete work including: a. Fine grading for concrete work on grade. b. Wood forms, forming and shoring. c. Structural and non - structural concrete. d. Placement and coordination of all bolts, plates, sleeves and other inserts. e. Cement finishing. f. Install all reinforcing steel in concrete including dowels. g. Welded wire fabric. h. On -site curbs, walks, pits and pads. i. Curing. j. Control joints and expansion joints. k. Drypacking. 1. Sound - deadening concrete fill. 3 -C 2. SAMPLES, TESTING, INSPECTION AND RELATED SERVICES: a. Testing Laboratory Services: Samples and tests shall be made for concrete except non- structural exterior as authorized in the field. 1) Labbratory Selection, Payment and Reports in conformance with Division 1. 2) Testing: Perform following tests in strict accordance with provisions of the Uniform Building Code. a) Make and test concrete cylinders. Test three cylinders from each type of concrete placed each day. b) Test one sample seven (7) days, other two at twenty -eight (28) days. Test to conform to ASTM C39. c) Perform additional tests and designs as directed by the Architect. CONCRETE 3 -C Page 1 1 3 -C 2. Samples, Testing, Inspection and Related Services: (continued) a. Testing Laboratory Services: (continued) 1 3) Defective Concrete: When tests or appearances show failure to comp y, core tests shall be made as directed, costs for such tests to be paid for by the Contractor. 4) Copies of reports and tests to be distributed as follows: ' a) One to Architect b) One to Structural Engineer c) One to Contractor 3 -C 3. CONCRETE DESIGN: ' a. Intent: It is the intent of these specifications to secure for every part of the structure, workable, homogeneous concrete which, when hardened, will have the required resistance to weathering and be of such strength that standard test cylinders will have a minimum ultimate compressive strength as listed in Para- , graph "Concrete Types." Submit mix designs prepared by an approved independent testing laboratory for approval. Minimum cement content shall be the following: 1) 6 sacks per yard of 3000 psi concrete with inspection not required. 3 -C 4. CONCRETE TYPES: Specified strengths measured at 28 days. ' Provide stan and weight concrete of 3000 psi. Slump for all concrete shall be 3 to 4 inches. 3 -C 5. SOUND - DEADENING CONCRETE FILL: To consist of homogeneoas Elltitry.of Portland Cement, sand, water and "Elastizell" foam and is to be installed in accordance with the latest manufacturer's recommendations at the second floor. ' 3 -C 6. MATERIALS: a. Portland Cement: ASTM C150, Type II. b. Conventional Aggregate: Conform to ASTM C33. c. Reinforcing Steel: Conform to ASTM A -615, Grade 40. d. Welded Wire Fabric: Conform to ASTM A -185. ' e. Admixture: Conform to ASTM. C494. Submit design mix for approval. Do not use calcium chloride or any ' admixture resulting in increased shrinkage. f. Water: Clean and free from deleterious amounts of ac ffi, alkalis, salts or organic materials. ' CONCRETE 3 -C Page 2 1 3 -C 6. Materials; (continued) g, i:i uid Curin Com ound: ASTM C309, Type I approved Stan ar pro uct resin type, free of wax or oil, compatible with subsequently applied finishes or coverings, delivered in unopened, labeled containers. ' h. Construction Joints (CJ): Burke "Keyed Kold Joint" as manu acture y Rey FM, Inc., Belmont, California, or approved equal. �r ' i. Expansion Joint Strip Material (EJ): Asphalt saturated strips tull deptft ot slab, thickness unless otherwise indicated. 3 -C 7. PROPORTIONING OF MATERIALS: a. Aggregate Pro ortions: Proportion amounts of fine and coarse aggregate with respect to each other and to water - cement content so that concrete can be placed without segregation and with a slump as specified, Proportion concrete mix so that weight of sand with respect to total ' aggregate measured separately, shall not be more than 40 percent. Design mixes as per U.B.C. Section 2605, Method I. b. Aggregate Size: Use 1 -1/2" maximum size aggregate. C. Water Cement Ratio: Amount of water per sack of cement, including any moisture contained in aggregate, shall not exceed 6.5 gals. for 3000 psi concrete. ' d. Admixtures: May be used with approval of Structural Engineer. 3 -C S. MIXING CONCRETE: Transit -Mixed Concrete shall be used. ' U.B.C. 2 6 and c. a. General: Equip transit mixers with automatic devices for recorc7ing the number of revolutions of the drum prior to the completion of mixing; with water measuring device and an automatic clock. b. Measurement, Mixing and 'Delivery: Conform to requirement of Standard Specification for Ready -Mixed Concrete ASTM rDesig. C94 and as herein specified. C. Placing Time Limit and Retempering: Do not use transit -mixed concrete if not placed in final position within 1 -1/2 hours after water is first added to batch. CONCRETE I 3 -C Page 3 I3 -C 8. Mixing Concrete: (continued) d. Contractor shall deliver to the City of Newport Beach representative a copy of the delivery ticket ' for each load of concrete used in the work. The following information shall be shown on each ticket: ' 1) Date. 2) Time of placing materials into mixer. ' 3) Time at which the emptying of the mixer was completed. 4) The weight of the cement and of each size of the fine and coarse aggregate used in the batch. 5) The quantity of water added at the job site. 6) The quantity of water added at the plant including water contained in the aggregate. ' 7) Each delivery ticket shall be stamped and signed by a licensed weighmaster. ' 8) The location in which concrete was deposited (to be noted by contractor's representative when signing delivery ticket). Failure to provide complete information as required above shall constitute cause for rejection of concrete whether it shall have been placed in forms or not. ' e. When batch plant inspection is provided by a Testing Laboratory, data required shall be furnished by the ' batch plant inspector on a separate inspection ticket made out for each load at the time of loading the mixer. I 3 -C 9. NOTIFICATION OF ARCHITECT: In order to make a dimensional check of ayout, the Contractor shall notify the Architect a minimum of 48 hours prior to formwork construction and again 48 hours prior to placement of concrete. 3 -C 10. FORMS: a. General: Form all concrete except bottoms of grade beams and footings and any other surface specifically noted on the drawings not to be formed. If so approved by the Architect and if natural soil or compacted fill ' can be accurately cut and maintained and concrete coverage is increased one (1) inch in thickness at each earth contact surface, foundations may be poured against earth ' without forming. b. Workmanship: Make forms true to line and grade, of exact ' dimensions as drawn, sufficiently tight to prevent leak- age of mortar, braced and tied to prevent any spreading and rigid enough to prevent sagging of displacement between supports and to maintain finish dimension and ' line true. CONCRETE 3 -C Page 4 I 1 3 -C 10. 3 -C 11. Forms: (continued) c. Forms - Ex osed Concrete: Pour exposed concrete in p ywoo orms. Use fulT sized sheets of plywood except where smaller pieces will cover an entire area. Straighten the edges of plywood sheets on the bench to insure closefittin ti ht 'oints. Back all vertical joints an nai t e e ges of abutting sheets to the same stud with 6d box nails not more than eight (8) inches apart. d. Forms - Une osed Concrete: All exposed concrete may be Fast in woo x orms. Use SISIE boards with rough sides of boards toward concrete where concrete is to receive grout, or plywood forms and light sandblast. STEEL: a. Fabricate reinforcing steel to conform to requirements of ACI Standard 318 -65 as currently revised.. b. Positioning: Accurately place reinforcement and secure in place as indicated and herein specified. Placing, positioning and securing of reinforcing steel to conform to Section 3 -B. 3 -C 12. PREPARATION FOR CONCRETE PLACING: (U.B.C. Section 2606 a) a. Debris: Remove foreign matter in forms and rigidly close ports and openings left in form work. b. Reinforcement: Clean embedded metal of old mortar, oils, mill scale and other incrustations or coatings that might reduce bond. c. Wetting of Board Forms: Wet thoroughly with water before pouring. d. Inserts, Anchors, etc.: Coordinate work with related tra es. Do not ocate pipes in concrete except as detailed. Place conduits in concrete slabs with a minimum cover of 1 -1/4" above and below conduit. Locate accurately and secure in place all miscellaneous anchors, bolts, ties, dowels, plates, sleeves, etc. before pouring. Clean and free from any coating which would reduce their bond. Conduit placed in slabs on grade shall be below reinforcing rods. ' CONCRETE 3 -C Page 5 I [l 3 -C 13. 'PLACING CONCRETE: (U.B.C. 2606 d) a. Supervision: Afford the representative of the Architect an opportunity to check forms for accuracy, cleanliness, position of reinforcing, etc. before the pour is started. Allow time to check as required in Paragraph 3 -C 9. ' b. Com actin : Work concrete thoroughly around reinforcing ee e�e fixtures and into corners of forms during oper- ation of placing and compact completely with suitable ' mechanical vibrators and by tapping form studs until concrete is thoroughly compacted and without voids. 3 -C 14. CONSTRUCTION AND EXPANSION JOINTS: a. General: Do not install any construction joints not indicated on drawings without prior approval of the Architect. b. Joints in Concrete: Provide joints as shown. For exterior slabs hot otherwise indicated, provide expansion joints of asphalt- saturated felt strip material at 20 feet maximum spacing and at all building corners. 3 -C 15. CURING FORMED CONCRETE: Keep concrete, other than slabs, thoroughly moistened for 10 days after pouring. Thoroughly wet forms and all exposed concrete surfaces at least three ' times each day for this period. At periods of high temper- ature, low humidity or wind, wet concrete as often as required to keep concrete continuously moist. 3 -C 16. REMOVING FORMS: (U.B.C. 2607) a. Removal: Exercise particular care in removing forms from fi.n shed concrete surfaces. b. Time of Removal: Do not remove forms unless concrete will support its own weight together with additional loads due to construction activities. In general, wall forms shall remain undisturbed for two (2) days minimum; 5/26 forms shall remain ten (10) days. 3 -C 17. PATCHING AND FINISHING FORMED CONCRETE: ' a. Removal of Ties and S readers: Do not leave exposed steel ties, clamps etc. in the concrete. ' b. Patchin Concrete: Repair any damage that results in a manner sates actory to the Architect. Flush holes result- ing from form construction with water and solid pack holes by pressure grouting. Grout at exposed wall surfaces shall 1 be finished to exact lines and ground to match existing surfaces. Grout and repair any rock pockets or honeycomb, unless they are too extensive in the opinion of the Archi- tect, to permit satisfactory repair. CONCRETE 3 -C Page 6 ' 3 -C 18. GROUTING AND DRY PACK a. Grout: Provide grout consisting of a uniform mixture of one part cement to not more than 3 parts sand and not less than one part pea gravel. Thoroughly puddle and rod to provide good bond. ' b. Install Dr Pack properly beneath all bearings of plates, co umns an t e like structural members. Dry pack to be one part expansive Portland Cement to three parts sand, ' or a prepared expansive dry pack such as "Embeco" or approved equal. 3 -C 19. MISCELLANEOUS CONCRETE WORK: a. E ui ment Bases: Provide concrete bases and anchorages ' or mec hIcal —and electrical equipment as indicated and shown on approved shop drawings of related trades. b. Exterior Curbs: Form all curbs to size and shape as ' note on t e rawings and precast against smooth wood or steel forms. Steel trowel finish "C -1" tops of curbs. Install properly all metal cans, anchors or other inserts. ' 3 -C 20. SLAB FINISHING AND CURING: a. Finishing: Make finish surfaces level or sloped as ' etas il; with a maximum deviation of 1/8" from a 10 foot straight edge. Refer to Finish Schedule and drawings for finish and location of following types of slab finish. 1) C -1 Steel Trowel Normal Slab Finish: Finish surface wit out a itiona mortar. A ter surface water disappears and surface is sufficiently hardened, steel trowel to a smooth dense surface using hand or mechanical means. Trowelling shall be minimum amount which will result in required finish and shall not be started until concrete has hardened sufficiently to prevent excess fines being worked to the surface. After concrete has set enough to ping trowel, retrowel to a burnished, impervious finish free of trowel marks or other blemishes. For all concrete floor surfaces not otherwise specified. ' 2) C -2 Light Broom: Light broom texture and pattern as direotby Arch tect. 3) C -3 Rough Finish: Bring to required grades and screed ' to a true, even surface, for slabs to receive mortar underbeds. u ' CONCRETE 3 -C Page 7 3 -C 20. Slab Finishing and Curing: (continued) b. Curing: Apply as soon as feasible after finishing operation without marring surfaces, and in any case on ' same day. Cure all slabs for 7 days minimum. 1) Slabs: Cure by completely and uniformly sealing with ' a liqM curing compound applied in strict accordance with manufacturer's latest printed instructions. i CONCRETE ' 3 -C Page 8 of 8 DIVISION 4 MASONRY SECTION 4 -A CONCRETE UNIT MASONRY 1 f c. Sand: Washed, ASTM Designation C144 -70, except not less than 38 passing No. 100 sieve. d. Pea Gravel: Graded with not more than 58 passing the Nom sieve and with 958 to 1008 passing 3/8" sieve. e. Hydrated Lime: ASTM C207 -49, Type S. f. Workability Admis: Suconem Red Label by Super Concrete Emul ons, Ltd., and Suconem Grout AID, Type 2. g. Water: Potable from domestic source. h. Mortar and Grout: Proportion by accurate volume measurements. Maintain at site calibrated boxes or containers of such nature that quantities measured can be readily and accurately checked at any time. Propor- tion by shovel measure only after calibration and approval. CONCRETE UNIT MASONRY 4 -A Page l 4 -A 1. SCOPE: Furnish and install masonry work including: a. Concrete masonry units. bars in masonry. b. installation of reinforcing steel c. Setting embedded items in masonry. d. Grout and mortar. ' 4 -A 2. MATERIALS: a. Masonry Units: 8" x 8" x 16" (center scored - both sides) units per ASTM C90 Grade A. Minimum shell ' thickness of 1 -1/4 ", open end, lintel and special shapes as indicated. Masonry units shall be as ' manufactured by Orco Block Co., Inc., 8042 Katalla Avenue, Stanton, California, or approved equal. Color to be brown per sample throughout job. Uniformity of appearance shall be the criterion for acceptance of the block at exposed areas. Any significant variation in texture or color of either the concrete matrix or aggregate shall be cause for rejection by the Architect. (Block to receive a clear waterproofing ' agent as specified in another Section.) ' b. Portland Cement: ASTM C150, Type I or II, maximum 0.68 free alkali. 1 f c. Sand: Washed, ASTM Designation C144 -70, except not less than 38 passing No. 100 sieve. d. Pea Gravel: Graded with not more than 58 passing the Nom sieve and with 958 to 1008 passing 3/8" sieve. e. Hydrated Lime: ASTM C207 -49, Type S. f. Workability Admis: Suconem Red Label by Super Concrete Emul ons, Ltd., and Suconem Grout AID, Type 2. g. Water: Potable from domestic source. h. Mortar and Grout: Proportion by accurate volume measurements. Maintain at site calibrated boxes or containers of such nature that quantities measured can be readily and accurately checked at any time. Propor- tion by shovel measure only after calibration and approval. CONCRETE UNIT MASONRY 4 -A Page l i ' 4 -A 2 4 -A 3. II i Materials: (continued) h. Mortar and Grout: (continued) 1) Mortar Type S U.B.C. Table 24A. Red Label Suconem shall be added per manufacturer's instructions, color to match masonry units. 2) Grout: 1 -part cement, 3 -parts sand, 2 -parts pea gravel, and integral waterproofing admixture in maximum proportion recommended by manufacturer. Where grout space is less than 4" in block masonry, omit pea gravel. 3) Mixing: Machine mix mortar and grout for at least five (5) minutes after materials and water are charged. a) Mortar - Make and maintain as high a flow (water content) as possible, consistent with good workability. b) Grout - Mix to pouring consistency without segregation or bleeding. GENERAL REQUIREMENTS AND INSTRUCTIONS: a. With exception as indicated on the drawings and /or specified herein, all block masonry work, including materials therefor shall conform to the requirements set forth in the Portland Cement Association's "Recom- mended Practices for Laying Concrete Blocks." 1) Samples: Contractor shall deliver to the Architect a minimum of four (4) units of size and color for approval. Samples shall be delivered in sufficient time to allow for review and adjust material prior to manufacture and delivery to the job. 2) Material Delivery, Storage and Handling: Masonry materials shall be arranged and stored at locations and in manner meeting with approval of Architect. Materials shall be so packed, handled, arranged and stored as to prevent inclusion of foreign materials or damage by water, breakage and abrasion. 3) Hot Weather Work: During warm, dry weather protect masonry (by an approved method) from drying too rapidly. 4) Wetting of concrete masonry units will not be permitted. Their moisture content when laid shall not exceed 408. 5) Protection of Work During Erection: ' a) All newly placed masonry construction shall be protected, by any approved method, against damage from action of the elements until mortar has set a minimum of 12 hours. Methods utilized to accomplish such protection shall meet with Architect's approval. Protect facing materials from staining, etc. ' CONCRETE UNIT MASONRY 4 -A Page 2 I ' 4 -A 3. General Requirements and Instructions: (continued) 5) Protection of Work During Erection: (continued). ' b) Tops and exposed edges of partially completed walls not being worked on, or those not under roof, or completed coping, regardless of age, shall be protected with cover- ' ings of non - staining, waterproof coverings when work is not in progress. Clean mortar boxes at the end of each day's work. ' c) Provide scaffolding as required. 6) Embedded Items: Anchor bolts and miscellaneous metal ' work embedded in masonry are furnished to this trade by other trades. Set items in accordance with setting plans or instructions furnished by trades supplying metalwork. ' Exercise care to insure that anchors are completely surrounded by grout. ' b. Workmanshi Execute masonry work with best standards of pract�r trade. Erect work plumb, level and true to line. Provide a suitable power saw or carborundum wheel on job for cutting masonry units. Concealed units which ' must be cut may be broken with a trowel in usual manner. Unless specifically shown, no block unit less than 1/2 length may be used in work to be left exposed or painted. ' Use extreme care to prevent any grout or mortar from staining face of masonry. Stop masonry only by racking back in each course. Toothing is not permitted. Fill metal frames in mhsohry with mortar as work progresses. 1) Masonry shall be cleaned as work progresses. Use extreme care to prevent grout or mortar stains on face ' of masonry. 4 -A 4. MORTAR: ' a. The mortar shall conform to U.B.C. Table 24A. Type S, and be composed of one (1) part Portland Cement, 1/4 to 1/2 part hydrated lime and damp loose aggregate in an ' amount not less than 2 -1/4 and not more than 3 times the sum of the volumes of the cement and lime used. The compressive strength of mortar at 28 days shall be at ' least 1800 psi. Add one pint of Red Label Suconem per sack of cement. ' b. The grout shall be one (1) part Portland Cement, 3 -parts sand, 2 -parts pea gravel and enough water to produce a fluid consistency. Water content shall not exceed 7 -1/2 gallons per sack of cement. Grout shall attain a ' compressive strength of at least 2,000 psi at 28 days. Add Red Label Suconem to low lift grout and Suconem Grout AID II to High 'lift grout. CONCRETE UNIT MASONRY 4 -A Page 3 ' 4 -A 4. Mortar: (continued) c. The mortar and grout mixture shall be determined by ' accurate volume measurements and be mixed in batches of at least one (1) full sack of cement. If partial batches are mixed, extreme care shall be used in portioning the parts. All batches shall be mixed in a mechanical mixer. t The water, sand and cement parts shall be mixed at least 2 minutes, after which time the lime shall be added and the entire batch shall be mixed further for 10 minutes ' until a smooth plastic mass without lumps is obtained. d. The mortar shall be maintained plastic continuously until ' used. Retempering on mortar boards may be done only by adding water to a shallow basin formed within the mortar, with the mortar reworked in the water. Dashing or pouring water over the mortar will not be permitted. ' Mortar which has become harsh and non - plastic shall not be retempered or used and no mortar may be used beyond one (1) hour after the original mixing. The mortar shall ' have a flow after suction for one (1) minute of at least 658 of that immediately before suction. The flow shall be determined by the Method of the Water Retention Test of ASTM C91. e. The slush grout shall be sufficiently fluid to completely fill the space, embed the reinforcing steel and fill any ' openings in the block joints. Particular care shall be taken to keep mortar out of the grout spaces. ' 4 -A 5. REINFORCING: All reinforcing steel shall be accurately set and— a�c-in strict accordance with the drawings and notes thereon. ' 4 -A 6. LAYING MASONRY: a. When being laid, block shall have a rate of absorption ' (suction) sufficient to hold the mortar and to remove excess water from the grout, but mortar shall remain plastic enough to permit block to be leveled and plumbed, ' after being laid, without breaking mortar bond. 1) Work shall be plumb, level and true to line. Corners and angles shall be square, unless otherwise shown. All ' work shall be performed in a first - class, workmanlike manner. Unless specifically shown, no block less than one -half length shall be used. If a block must be reduced in size, for "exposed walls," use an approved masonry saw and properly dress roughened edges. Chipped, cracked, broken, etc., blocks will not be acceptable. Units shall be cut dry. ' CONCRETE UNIT MASONRY 4 -A Page 4 4 -A 6 01 i 1 Laying Masonry: (continued) a. (continued) 2) Unless otherwise specified or indicated, horizontal and vertical mortar joints shall be 3/8" thick with full mortar coverage on the face shells and on the webs sur- rounding cells to be filled. Mortar joints shall be straight, clean and uniform in thickness. Lay masonry units in such manner that all joints can be raked and tooled to dense, smooth, concave finish as indicated on the drawings. Vertical head joints shall be filled solid and these joints shall be shoved tightly so the mortar bonds well to both blocks. Joints shall be solidly filled from face of block to depth of face shell, pointing where necessary to completely and compactly fill the joints. Furrowing of mortar will not be permitted. 3) Clean out all debris and projecting mortar before pouring grout. Vertical cells to be filled shall have vertical alignment to maintain a continuous unobstructed cell area not less than 3" x 3 ". Grout all cells solidly. ' 4 -A 7. TESTS AND INSPECTION: a. Masonry units, mortar and grout shall be tested and shall meet the requirements of these specifications, except that only compressive tests need be made of mortar and grout. Tests of masonry units shall be made as prescribed by ASTM C140. ' b. Field Tests of Mortar and Grout shall be required to determine the quality of the material. Field tests shall ' be made according to UBC 24 -23 -64 by a qualified testing laboratory designated by the Architect and in accordance with the Special Conditions. ' CONCRETE UNIT MASONRY 4 -A Page 5 4) All work shall conform to Chapter 24 of U.B.C., 1970, 1 except as noted otherwise in these specifications. 5) Exposed units which form finished walls shall be carefully selected to maintain uniform texture. Exposed ' face: perfect, with all chipped or marred portions of block turned from view. ' 6) Masonry work shall not be saturated with water. In hot, dry atmosphere, it shall be kept moist for not less than 3 days after laying, with a light fog spray. 7) All completed surfaces of masonry which are to remain exposed to view shall be cleaned with stiff fiber brushes as work progresses. Mortar projecting from faces of such walls shall be removed. ' 4 -A 7. TESTS AND INSPECTION: a. Masonry units, mortar and grout shall be tested and shall meet the requirements of these specifications, except that only compressive tests need be made of mortar and grout. Tests of masonry units shall be made as prescribed by ASTM C140. ' b. Field Tests of Mortar and Grout shall be required to determine the quality of the material. Field tests shall ' be made according to UBC 24 -23 -64 by a qualified testing laboratory designated by the Architect and in accordance with the Special Conditions. ' CONCRETE UNIT MASONRY 4 -A Page 5 I 1 F [l 4 -A 7. Tests and Inspection: (continued) b. Field Tests of Mortar and Grout (continued) 1) Strengths: One test sample of the mortar shall be taken on three successive working days and continuously stored in moist air until tested for each test given in the following table. They shall meet the minimum required given strengths therein. Required Mortar and Grout Tests 7 days 28 days Mortar compression tests on 2" x 4" cylinders 1000 psi 2000 psi Grout compression tests on 3 "x 3 "x 6" prisms made in brick mold 1000 psi 2000 psi 2) Test S ecimens: In making the mortar test specimens, the mortar s a 1 be taken from the unit soon after spreading. After molding, the molds shall be kept damp for at least twenty -four hours, after which the specimens shall be stored and tested as required for concrete cylinders. In making grout test prisms, the brick molds shall be removed after the grout has taken its set but before it has hardened. The prisms shall be stored as required for concrete cylinders and tested in the vertical position. c. Core Test: Not required, except that if any mortar or grout specimens in structural elements fail to meet specified strength, cores shall be taken by the Contractor. 4 -A 8. GUARANTEE: Furnish written guarantee to Owner in accordance ' wit�tte'General Conditions, Paragraph 4.5 and Supplementary General Conditions Paragraph 1 -B 8. and 1 -B 15.a. for a period of one (1) year from date of substantial completion. 1 ' CONCRETE UNIT MASONRY 4 -A Page 6 of 6 I i 1 1 1 11 I 5 -A 1 5 -A 2. 5 -A 3. DIVISION 5 METALS SECTION 5 -A STRUCTURAL STEEL SCOPE: Furnish and install structural steel as indicated, inc uding: a. Structural shapes. b. Angles, plates and channels. c. Bolts and welding. d. Other items a part of or attached to steel not specified elsewhere. e. Shop drawings. MATERIALS: Materials shall be free from defects impairing strength, durability, appearance and shall be of the best commercial quality for the purpose specified and made with structural properties to safely withstand strains and stresses to which they may be normally subjected. Protect metals from injury at shop, in transit and until erected in place, inspected and accepted, in accordance with the Division 1. a. Steel Shapes: Conforming to ASTM A36. b. Steel Tubes: Conform to ASTM A -53 Grade B. c. Nuts and Bolts: Conforming to ASTM A307. d. Welding Rods: Conforming to ASTM A233, of type best suited for intended use. e. Light Gauge Steel: Conform to ASTM A245. f. Miscellaneous Embedded Iron: Bars, flats, rounds, rods and miscellaneous items. Standard grade mild steel. g. Bolts: Standard bolts. Conforming to ASTM A307. h. Shop Primer: Zinc chromate primer Andrew Brown's "Synchro Green" or Fuller's No. 89142 or equal. i. Structural Steel Galvanizing: Conforming to ASTM. A123 fabrication. COOPERATION: The Contractor shall cooperate and coordinate the wthe w— ork of this Section with all other trades whose work is affected.by or comes in contact with the work herein speci- fied. All structural steel and related items shall be STRUCTURAL STEEL 5 -A Page 1 .a 5 -A 3. Cooperation: (continued) delivered in such manner and sequence as to permit all of the work to progress without interruption. All embedded items shall be delivered in sufficient time to be placed before the concrete is placed. ' 5 -A 4. FABRICATION AND INSTALLATION: Fabricate the work to shape and size indicated, with s arp lines and angles and smooth surfaces. Securely weld or bolt connections. Dress all welds smooth on exposed surfaces. Fabricate and erect the material with workmen skilled in these branches of the structural industry. Supply the exact sections, shapes, thicknesses, sizes, weights and the details of construction indicated on the drawings. This Contractor, because of his stock or shop practices, may suggest changes therein, but these changes may be made only with the express consent of ' the Architect and the Structural Engineer. Do not fabricate structural steel until it has been tested and approved by the Architect and Structural Engineer. ' a. Field Measurement: Before commencing work or proceeding with erecti-o—n--a-nU shop drawings, this Contractor shall verify measurements, lines, grades, elevations, locations and details of existing field conditions and shall be responsible for correctness, conformity, accuracy and execution of the new steel work to conform to existing ' and reconstructed conditions. Variations between existing construction and the drawings of the Architect or Structural Engineer shall be indicated and the necessary changes made in the Contractor's drawings to take care of said variation. b. Sho Drawin s: Shop drawings shall comply with the f'o owi requirements: 1) The Contractor shall submit shop drawings to the Architect for review. Shop drawings shall clearly indicate the materials and methods of fabrication and all dimensions required to show how the Contractor proposes to complete his work and join it to the work of others. 2) Responsibility: Be responsible for the correction of ' shop drawings and for shop fabrication. The review of correction of any drawing shall not relieve the Contractor of any responsibility of the correctness of the drawings or the strength of any details. The Architect's review covers general design of details only. 3) If any corrections are made which would cause members ' not to fit or would not give sufficient strength, the Contractor shall call the Architect's attention to them at once, in writing, in order that the correction may be ' reviewed and if necessary modified. STRUCTURAL STEEL ' 5 -A Page 2 LI 5 -A 4. 1 1 L' FBI I Fabrication and Installation: (continued) b. Shop Drawings: (continued) 4) If the Contractor fails to give such notice, the sole responsibility for such corrections rests upon him. If the Architect, in reviewing the shop drawings, discovers any errors he shall call the Contractor's attention to them but such notification shall not be construed as placing any responsibility on the Architect. 5) Omission of Material: The omission of any material or item from the Contractor's shop drawings that is indicated by the drawings or specified in the specifications shall not relieve the Contractor from furnishing such materials or items, even though the Architect's review of the Contractor's shop drawings made no mention of such omission. 6) Fabrication and /or erection prior to receipt of shop drawings as reviewed by the Architect is at the Contractor's sole risk. Shop and fabrication drawings shall be referenced to the applicable sections or details on the contract drawings. Shop drawings not so referenced will be rejected. 7) Copies of Shop Drawings: After the Architect has reviewed the shop drawings, furnish the Owner with three (3) complete sets thereof. The Contractor shall furnish all necessary prints of the reviewed shop drawings to his sub- contractors. ' 5 -A 5. MATERIAL TESTING: If the steel can be identified by heat or melt numbers and is accompanied by Mill Analysis and Test Reports and is from a domestic source, further testing will be waived. If the steel cannot be identified or its source is questionable, not less than one tension and one bend test shall be made for each five tons or fractional part thereof. Additional tests may be required when deemed necessary by the Architect or Structural Engineers. a. Take test specimens under the direction of the testing laboratory. Specimens shall be machined to dimensions required by ASTM Designation A -36 as applicable. The testing laboratory shall pick up the test specimens and ' make all required tests, except that if a test specimen fails to comply with the requirements of the specifica- tions, all cost of taking, machining and testing additional ' specimens of stock represented by such specimen shall be borne by the fabricator. All costs of tests of unidenti- fied stock shall be borne by the fabricator. ' b. Make complete four -sided inspection of all steel when required by the Architect or Structural Engineer. All costs of such inspection shall be borne by the fabricator. STRUCTURAL STEEL 5 -a Page 3 1 lI II J II 1 1 I 5 -A 5. Material Testing: (continued) c. If the structural steel is not fabricated in Southern California, the testing laboratory selected by the Contractor may inspect the shop fabrication thereof as required by the Architect or Structural Engineer. All costs of such inspection shall be borne by the fabricator. d. Tests and Reports shall be initiated and completed as follows: 1) Testing and sampling shall be done by the Testing Laboratory or through a duly authorized representative. Distribute copies of test reports as follows: Three (3) copies to the Architect and one (1) copy to the Structural Engineer. Make tests when directed by the Architect or his representative. 2) State on test reports whether the sample passed or failed to pass the specification. e. Tolerances for materials, fabrications and erection, those tolerances as set forth in the "Code of Standard Practice," American Institute of Steel Construction, as adopted and revised to date. 5 -A 6. CLEANING AND STRAIGHTENING: Wire brush materials; before being fabricated, t oroug ly clean off all scale and rust and thoroughly straighten by methods that will not injure the material before being worked on. Remove after punching or working the component parts of a members, all twists or bends before parts are assembled. All finished members shall be free from twists, bends or open joints when erected. 5 -A 7. ANCHOR BOLTS: Deliver anchor bolts with setting drawings to The Concrete Sub - Contractor who will set the bolts. Verify the position of bolts prior to delivery of steel and report any errors or deviation in the work so adjustment may be made. Set bearing plates for structural steel as indicated. The dry pack mix shall be as specified under "Concrete and Cement Work." Dry pack shall be placed by Concrete Sub- Contractor. 5 -A 8. FABRICATION AND ERECTION: Detail, fabricate and erect work in accordance with rawings and specifications. Detail, fabricate and erect work in accordance with the latest edition of "Specifications for Design, Fabrication and Erection of Structural Steel for Buildings," of American Institute of Steel Construction or the Building Regulations from the governing building code, whichever is more severe, and shall be subject to the approval of the Architect. Steel work shall be fabricated and treated by workmen skilled in their trades. STRUCTURAL STEEL 5 -A Page 4 5 -A 8. Fabrication and Erection: (continued) a. Bolted Connections: Holes for unfinished bolts. Not more than arger than the rivet or bolt. The die for sub - punched holes and the drill for sub- drilled holes shall be 1/16" smaller than the nominal diameter of the bolts. b. Cuttin , Punchin Drillin and Tapping: Unless otherwise in icated on rawings or herein specified, fabricator of structural steel shall do all cutting, punching, drilling and tapping of his work required by others in order that their work will properly connect with his work, provided details as to location and requirements for such work are supplied to the fabricator at the time shop drawings are being prepared. ' c. Welding: Welding shall be done by experienced welding operators certified by an agency acceptable to the Architect and /or Structural Engineer. The operator, ' the welding equipment, the electrodes and the methods of making the welds shall be approved by the Inspector of the testing laboratory. Welding operators shall have been properly trained with at least five years' experience in welding structures and capable of making uniform, reliable butt and fillet welds. Welding in an approved licensed fabricating shop by certified welders will not require ' continuous inspection. Field welds shall be continuously inspected by a representative of the testing laboratory. Cut out defective welds or unsatisfactory parts and replace. Details of welded joints shall be in accordance with the latest edition of the American Welding Society's "Standard Code for Arc and Gas Welding in Building Construction." Exposed work shall have welds ground ' smooth, burrs removed and exposed corners slightly rounded. 5 -A 9. ERECTION: Carefully plan the work of erecting the structure an erect same with skilled riggers. Provide temporary bracing and guys to plumb the work, temporarily bolt or clamp all field connections and maintain the structural steel plumb, straight and true while the field riveting or welding or bolting is being done. When the field connecting is complete and the member properly supported by other portions of the ' structure, remove all temporary bracing. Erect steel in proper sequence so that structure shall remain plumb, straight and true. ' 5 -A 10. PAINTING: a. Unless otherwise indicated, thoroughly clean structural steel of all mill scale, grease, dirt or rust by scraping, wire brushing or sandblasting and the portions not to be embedded in concrete shall be given a shop coat of zinc ' chromate primer, Andrew Brown's "Cynchro Green" or Fuller's No. R 9142, or equal. STRUCTURAL STEEL 5 -A Page 5 ' 5 -A 10. Painting: (continued) b. Paint surfaces, which will be inaccessible after shop ' fabrication or erection, before fabrication or erection with two coats of paint. ' STRUCTURAL METAL 5 -A Page 6 of 6 c. After erection, the spots where paint has been removed, damaged or burned, including all field rivets, welds, bolts and other connections not to be embedded in concrete, shall again be thoroughly cleaned of dirt, oil, grease and burned paint and given a coat of primer ' colored with lamp black. d. Apply the touch -up paint with a hand brush, thoroughly ' worked into all joints, corners and open spaces, and well brushed over the surfaces. Do not apply the paint to wet or damp surfaces. ' e. Notify the testing laboratory when the work is ready to receive the shop coat of paint. Work shall be inspected ' and approved by the representative of the testing labora- tory before applying the shop coat and other coats specified. ' STRUCTURAL METAL 5 -A Page 6 of 6 DIVISION 5 METALS ' SECTION 5 -E MISCELLANEOUS METAL ' 5 -E 1. SCOPE: Furnish and install miscellaneous metal work as indicated and specified, complete including: a. Miscellaneous iron and steel items. b. Steel angles, plates, etc. 'C. Shap priming and field touch -up. d. Railings ' e. Shop drawings. ' 5 -E 2. MATERIALS: Materials shall be free from defects impairing strength, durability, appearance and shall be of the best commercial quality for the purpose specified and made with structural properties to safely withstand strains and stresses to which they may be normally subjected. Protect metals from injury at shop, in transit and until erected in place, inspected and accepted, in accordance with the ' Division 1. a. General: 1) Steel Shapes: Conforming to ASTM A36. 2) Miscellaneous Steel: Unless otherwise noted shall ' be mil steel. 3) Nuts and Bolts: Conforming to ASTM A307. 4) Weldin BolBoltts: Conforming to ASTM A233 of type, best�ted for intended use. 5) Galvanizing: Conforming to ASTM A123. For steel sheets g— al- vanizing shall conform to ASTM A93. Galvanize after fabrication. 5 -E 3. COOPERATION: The Contractor shall cooperate and coordinate the work of this Section with all other trades whose work ' is affected by or comes in contact with the work herein specified. ' MISCELLANEOUS METAL 5 -E Page 1 only ROUGH CARPENTRY 6 -A 1. SCOPE: Furnish and install rough carpentry work as Indicated and specified, including but not limited to ' the following: a. Wood framing and carpentry. ' DIVISION 6 b. CARPENTRY ' SECTION 6 -A ROUGH CARPENTRY 6 -A 1. SCOPE: Furnish and install rough carpentry work as Indicated and specified, including but not limited to ' the following: a. Wood framing and carpentry. ' b. Truss joists. c. Wood blocking, grounds, backing, stripping and nailers, ' as required for securing other work. d. Ceiling furring and wall furring. ' e. Rough hardware incidental to the work of this Section. 6 -A 2. WORKMANSHIP: Verify conditions at site affecting work of ' this Section before commencing work. a. All work shall comply to codes, laws, ordinances, rules, ' regulations and orders of public authorities, Chapter 25 U.B.C. b. Report discrepancies between drawings and field dimension ' to Architect. c. Cooperate and coordinate with all trades whose work is ' affected by this Section. 6 -A 3. MATERIALS: ' a. Lumber grades, plywood standards, pressure treated wood, connectors and notching regulations are to be in accor- dance with structural wood notes as listed on the ' drawings. 1) West Coast Lumber: "Standard Grading and Dressing ' Rules No. 16 of West Coast Inspection Bureau. Stress grades as noted on structural drawings. All lumber S4S unless otherwise indicated. To bear West Coast Lumber Inspection Bureau grade stamp. Maximum moisture ' content for all lumber shall be 168. 2) Plywood: To be in conformance with PS -1 -66. Structural sheathing to be Structural 1, C -D with exterior glue. To bear DFPA grade stamp. ' 3) Termite Protection: Foundation plates and sills on concrete or masonry in contact with earth shall be pressure preservative treated. ROUGH CARPENTRY 6 -A Page 1 ' 6 -A 3. Materials: (continued) a. 4) Preservative- Treated Lumber: Comply with American Wood Preserver's Association Specification P5 -65 and C1 -65. Treat with chromated zinc chloride or "Wolman Salts." Apply 0.35 lb. of preservative per cubic foot of wood. Coat lumber surfaces cut after treatment by ' dipping or brushing with preservative identical to original type used. Grade identification to be on each piece. ' 5) Moisture -Re ellent Preservative Treatment: Contact sur aces o al other lumber in contact with concrete ' or masonry shall be non - pressure preservative treated, including posts, studs, joists, ledgers, plywood, sills, plates, door bucks, trim, grounds and nailers. 6) Fire - Retardant - Treated Lumber: Where indicated, provide framing lumber pressure- treated with fire protective chemicals to provide a flame spread of 25 or ' less and no evidence of significant progressive combus- tion in 30 minutes test duration. Each piece to be labeled with an Underwriter's Laboratories stamp. Kiln dry after treating to a moisture content of 18% or less for 2" thick lumber or less, 25% or less for lumber over 2" thick. 3) Bolts and Lag Screws and Washers: American Standard, ' ASTM A -307 (bolts). 4) Joist Hangers, Straps, Ties, etc.: Steel. ' S) Framing Connectors: "National Design Specifications for Stress -Grade Lumber and its Fastenings" by the NFPA. Teco, Newton, Simpson "Strong Tie" or equal, complete ' with required nails - 8d half length for Teco. 10 ga. 1 -1/4" with 7/32" diameter head for Newton. d. Sheathing Paper: 15 lb. asphalt- saturated rag felt, ' ASTM #D226. e. Heavy -Duty Flashing Paper: As detailed on drawings. ' ROUGH CARPENTRY 6 -A Page 2 b. Truss joists TJ60 series built in conformance with ICBO ' report #1694, February 1973 and "L" series built in conformance with ICBO report #1694 as manufactured by ' Trus Joist Corp., or approved equal. c. Rough Hardware: Nails, bolts, screws, washers, etc., as required. American Commercial Standards type, to be galvanized where used in exterior construction. ASTM A -153. Furnish bolts and attachments to other trades for installation in masonry and concrete work. ' 1) Screws, Spikes, Toggle Bolts, etc." Standard commercial grade steel. 2) Nails: Common wire. Use "Stronghold" nails for second ' floor framing and for stairs. 3) Bolts and Lag Screws and Washers: American Standard, ' ASTM A -307 (bolts). 4) Joist Hangers, Straps, Ties, etc.: Steel. ' S) Framing Connectors: "National Design Specifications for Stress -Grade Lumber and its Fastenings" by the NFPA. Teco, Newton, Simpson "Strong Tie" or equal, complete ' with required nails - 8d half length for Teco. 10 ga. 1 -1/4" with 7/32" diameter head for Newton. d. Sheathing Paper: 15 lb. asphalt- saturated rag felt, ' ASTM #D226. e. Heavy -Duty Flashing Paper: As detailed on drawings. ' ROUGH CARPENTRY 6 -A Page 2 I 6 -A 4. BACKING: Provide adequate backing to receive weight of equipment even though secured to other than wood framing. a. Provide backing for shelf brackets, cabinets, toilet accessories, etc., even though not specifically shown or called out. Verify location of miscellaneous accessories requiring backing with Owner. 1 b. Provide backing as required to receive plumbing and /or electrical fixtures and equipment, cabinets, future ' (N.I.C.) and indicated wall - attached equipment, door stop plates and other fixed equipment. ' C. Provide continuous perimeter backing at ceiling plane for longitudinal faces of wall- secured ceiling system. 6 -A 5. FIRESTOPS IN FURRED SPACES: Provide firestops in taccordance with U.B.C. Sec. 2517(f). 6 -A 6. CAULKING: Caulk with silicone seal as manufactured by ' Genera�Electric Products Department or Dow Corning Corp. where indicated on details. 1 n 1 1 LJ 1 ROUGH CARPENTRY 6 -A Page 3 of 3 1 1 1 DIVISION 6 CARPENTRY SECTION 6 -B FINISH CARPENTRY AND MILLWORK 6 -B 1. SCOPE: Furnish and install finish carpentry and millwork as ndicated: a. Finish carpel b. Millwork and C. Installation d. Installation e. Shelving. f. Cabinets and itry. casework. of doors. of finish hardware. cabinet hardware. g. Shop Drawings. 6 -B 2. FINISH HARDWARE: Accurately fit and install all finish hardware as required to complete the building. Fit prior to painting and remove. After finish painting and decorating, reset finish hardware. 6 -B 3. FITTING AND HANGING DOORS: Each door shall be accurately cut, trimmed and fitted to its respective frame and hardware, with due allowance for painter's finishes and possible swelling and shrinkage. The clearance at the lock stiles, hanging stiles and at the top shall not exceed 1/16 inch. Bottom clearance shall not exceed 3/16 inch clearance. Doors shall be cut or recut to accommodate flooring material, carpeting, tile, etc. 6 -B 4. MATERIALS AND USAGE: a. General: 1) All materials shall be as listed below or as modified or supplemented by the drawings and architectural details. 2) All materials required shall be graded in conformance with current W.I.C. and Architectural Woodwork Quality Standards. 3) Moisture content of wood shall not exceed 128. 4) All exterior nailing shall be galvanized. FINISH CARPENTRY 6 -B Page 1 ' 6 -B 4. Materials and Usage: (continued) b. Softwood Lumber: 1) Trim (door lambs, stops, handrails, etc.): Vertical grain, kiln dried Douglas fir. 2) Shelving: In closets, storage areas and similar concealed areas shall be "B & Better" Douglas fir or interior grade. ' c. Laminated Plastic: Formica with suede finish or approved equal. Conforming with Federal Specification . L- P -508c. Color to be selected by Architect. ' 6 -B 5. CABINET WORK: a. Style: All cabinets shall be of the shadow overlay ' design as modified by architectural details. ' b. Grade: "Custom" W.I.C. Standard throughout. c. Application: ' 1) Cabinet Type B: Stain grade birch inside and outside faces. Laminated plastic counter tops. ' 2) Refer to Paint Specifications for cabinet finishes. 6 -B 6. MISCELLANEOUS SHELVING AND CABINET HARDWARE: ' a. All Drawers: Metal slide drawer guides to be provided throughout. b. Cabinet Hinges and Latches: To be type Ajax #577 -51 or ' approved equal, self - closing type with magnetic latch. Pin hinges to be cut into bottom of doors and aligned horizontally wherever possible. Verify hardware type, finish and location with Architect. C. Shelf Standards: Reference plan and elevations for ' quantity. Cabinet adjustable (flush) shelf hardware as required throughout unless noted otherwise. 6 -B 7. SHOP DRAWINGS: Submit cabinet shop drawings to Architect showing methods of construction and anchorage, types of materials, comprehensive detailing, elevations, plans, etc., as required to fully explain this Section of work. All drawings shall be of a large enough scale to communicate the forementioned. Architect's working drawings shall not be copied or referenced as part of this submittal. 6 -B 8. SAMPLES: In accordance with the General Conditons, furnish for Architect's approval two (2) samples of hardwood, and hardwood and softwood plywood. Finished work shall match ' samples. FINISH CARPENTRY 6 -B Page 2 of 2 DIVISION 6 CARPENTRY SECTION 6 -E GLUED LAMINATED MEMBERS ' 6 -E 1. SCOPE: Furnish and install Glued Laminated Members as indicated and specified, complete. ' 6 -E 2. GENERAL REQUIREMENTS: a. Standard Specifications: "Standard Specifications for Structural Glued Laminated Douglas Fir (Coast Region) Timber" by West Coast Lumbermen's Association. b. Manufacture: Glued laminated members shall be fabricated by an approved firm, licensed by the American Institute of Timber Construction to use the "AITC Quality ' Inspected" mark, and to issue the "AITC Certificate of Conformance." C* Inspection: All structural glued laminated lumber shall t be continuously inspected during fabrication by a glue fabrication inspector specially approved for that purpose. ' d. Shop Drawings: Furnish for approval prior to manufacture, showing all details required for fabrication and instal- lation. Contractor to verify all dimensions at building site before erection. 1 6 -E 3. MATERIALS: a. Lumber: Douglas Fir, manufactured and graded in accordance with Supplement XI(a), of "Standard Grading and Dressing Rules No. 16 of the West Coast Lumbermen's ' Association," with each piece grade- marked. Maximum thickness of individual laminations shall be 1 -5/8 inches net. Regrade when lumber is re -sawn to meet requirements for new size. Slope of grain of the full length of all ' pieces shall not exceed 1 to 12. b. Combination: 24 F per AITC 117 -71. ' c. Appearance Grade: Industrial appearance. ' d. Glue: Waterproof, conforming to MIL- A -397B, with each lot certified by manufacturer as conforming thereto. Glue shall develop the full strength of the wood used and maintain such bonding strength throughout service ' life of the structure. ' GLUED LAMINATED MEMBERS 6 -E Page 1 ' 6 -E 4. WORKMANSHIP: a. Supervision: Supervise fabrication with fully qualified personnel to assure conformance with Standard indicated above, except as modified herein. b. Fabrication: Conform to the best practices for prepa— r— a of wood surfaces for gluing, control of temperature and moisture content of the material, mixing and spreading glue, maintenance of adequate pressures, producing members which will perform as a solid structure t in which it is installed. 6 -E 5. JOINTS: ' a. End Joints: Fabricate as plain scarf joints, finger joints or other types meeting the qualification tests set forth in Commercial Standard CS253, except that all test values must exceed 2 times the highest allowable bending or tension value for normal conditions of loading used in design. Separate all portions of scarfs in adjacent laminations at least 6 inches. Strength reducing defects such as wane are prohibited in or near end joints. The sum of the sizes of all knots in the ' beveled surface of a scarf shall not exceed 1/4 the nominal width of lamination. b. Edge Joints: Pre -glue edge joints edgewise when used in ' the top and the bottom laminations for exterior use and for any lamination when the direction of load is parallel ' to the wide face of lamination. Other laminations may consist of 2 or more pieces placed side by side provided all of the longitudinal edge joints in adjacent lamina- tions are staggered at least 2 inches laterally. ' 6 6. PREPARATION FOR -E GLUING: a. Moisture Content: Before gluing season the lumber to a uniform moisture content between 7 and 14 percent. Moisture range of laminations assembled into a single ' member shall not exceed 5 percent when glued. b. Machining: After seasoning, machine all laminations smooth and to a uniform thickness with a maximum variation of 1/64 inch. Do not sand the surfaces. c. Cleaning: Clean surfaces free of oil and other foreign matter. Provide lumber free of warp, twist, and other ' characteristics which would prevent intimate contact of adjacent glued faces or clamping pressure. Reject material which is so resinous as to be unlikely to hold ' glue. d. Equipment: Provide adequate facilities and equipment so _laminations t a�i t are prepared, selected, spread, laid up, ' clamped and set within the glue manufacturer's specified time limit. ' GLUED LAMINATED MEMBERS 6 -E Page 2 i ' 6 -E 7. GLUING: a. General: Follow glue manufacturer's instructions as ' to mixing and spreading, storage life, pot life, working life, and assembly life. b. Application: Apply glue on one side only, using the extruded method as accepted by the A.I.T.C. Board of Review and Quality Control. Glue shall be spread manually at scarf or finger joints. c. Curing: Clamping time and curing processes required for setting of glue shall conform to the manufacturer's recommendations. Clamping may start at any point but shall progress toward the ends. d. Gluin Pressure: 100 psi, minimum assuring close contact o surfaces and providing a uniform, thin glue line. Clamping methods shall insure a pressure as uniform as practicable over entire area without crushing the wood. Nailing of laminations in lieu of clamping for pressure is prohibited. Maintain the pressure until the glue has set. 6 -E 8. INSPECTION: ' a. Approved Inspector: Inspection of fabrication by a qualified a d experienced inspector employed by an approved inspection service. ' b. Identification: Stamp each member with an identifying number. Inspector shall make a verified report identifying the members by mark and including such ' pertinent data as the grade and species of lumber, type of glue, and extremes of moisture content, and stating that of his own personal knowledge the work ' has been done in conformance with approved plans and specifications. Mail copies of the report to Architect and City of Newport Beach upon completion of fabrica- tion. C. Inspection Costs: Borne by Contractor. 6 -E 9. PROTECTION: Apply an approved end sealer after end trimming. Unless otherwise noted, give each completed member a shop coat of clear wood sealer, using an approved sealer. Separately wrap each member in waterproof paper for protection against damage in shipment, handling and weather. Do not remove ' the wrapping until after members have been erected. Unwrapped members will be rejected. ' GLUED LAMINATED MEMBERS 6 -E Page 3 ' 6 -E 10. DELIVERY: Use non - marring slings for loading, unloading and.handling members at the site. Unload at site, place on level supports, off ground, suitably and adequately protected from elements. Protect all members from damage to wrapping and bare surfaces. ' 6 -E 11. ERECTION: Deliver and erect members in 1 piece. Field splicing will not be permitted unless specifically indicated. Furnish, install, and remove all temporary bracing required to take t care of all loads to which members may be subjected. Install additional bracing and shoring when in the judgment of the Architect it is required for the safety of the structure. 1 11 GLUED LAMINATED MEMBERS 6 -E Page 4 of 4 ' 7 -A 1. SCOPE: Perform waterproofing of concrete block including all faces of masonry exposed to the exterior. ' 7 -A 2. MATERIALS: Waterproofing system to be a clear, penng, non - silicone liquid "Rainproof XL8.8" as manufactured by Rainproof Systems. ' 7 -A 3. WORKMANSHIP: a. Preparation of Surfaces: All surfaces shall be sound, ' clean with cracks and beeholes filled in strict conformance with the standard specifications of the manufacturer. Notify the Architect of all substantial ' imperfections in the block requiring patching and submit samples of the vinyl cement concrete patching mixture with and without the final sealer for the Architect's approval. Mask surfaces as required for the protection of adjacent materials. b. Application: Spray -apply one (1) coat in strict ' accordance with the manufacturer's instructions. To be applied by a certified applicator approved by the manufacturer. ' 7 -A 4. SAMPLES: Provide three (3) samples of the sealer on sandblasted blocks for the Architect's approval. ' 7 -A 5. GUARANTEE: Provide a written guarantee to the Owner in accordance with Division 1 for a period of five (5) years. 1 11 I1 WATERPROOFING 7 -A Page 1 only DIVISION 7 MOISTURE PROTECTION ' SECTION 7 -A WATERPROOFING ' 7 -A 1. SCOPE: Perform waterproofing of concrete block including all faces of masonry exposed to the exterior. ' 7 -A 2. MATERIALS: Waterproofing system to be a clear, penng, non - silicone liquid "Rainproof XL8.8" as manufactured by Rainproof Systems. ' 7 -A 3. WORKMANSHIP: a. Preparation of Surfaces: All surfaces shall be sound, ' clean with cracks and beeholes filled in strict conformance with the standard specifications of the manufacturer. Notify the Architect of all substantial ' imperfections in the block requiring patching and submit samples of the vinyl cement concrete patching mixture with and without the final sealer for the Architect's approval. Mask surfaces as required for the protection of adjacent materials. b. Application: Spray -apply one (1) coat in strict ' accordance with the manufacturer's instructions. To be applied by a certified applicator approved by the manufacturer. ' 7 -A 4. SAMPLES: Provide three (3) samples of the sealer on sandblasted blocks for the Architect's approval. ' 7 -A 5. GUARANTEE: Provide a written guarantee to the Owner in accordance with Division 1 for a period of five (5) years. 1 11 I1 WATERPROOFING 7 -A Page 1 only DIVISION 7 MOISTURE PROTECTION SECTION 7 -C INSULATION ' 7 -C 1. SCOPE: Provide roof and wall insulation work complete. 7 -C 2. VERIFICATION OF CONDITIONS: Before commencing, verify acceptable conditions at site affecting work of this '. Section. ' 7 -C 3. MATERIALS: Material shall be manufactured by Johns - Manville, Owens- Corning (fiberglas) or approved equal. Kraft -faced insulation shall comply with Federal Specification HH -1 -5210. "R" a. Roof insulation shall have thermal resistance value of R -19, Kraft backing. ' b. Wall insulation shall have thermal resistance "R" value of R -11, Kraft backing. ' 7 -C 4. APPLICATION: Insulation shall be installed to structure as recommended by insulation manufacturer. Material shall be of sufficient size to minimize side and end joints. ' 'A'. a. Roof - Building All area of the roof within the limits of the building perimeter. ' b. Walls - Building 'A'. All exterior wood framed walls. C. Interior partitions as indicated on the drawings. ' d. No insulation required in Building 'B' & Building 'D'. 1 H r INSULATION 7 -C Page 1 only CJ u DIVISION 7 MOISTURE PROTECTION SECTION 7 -F MEMBRANE ROOFING ' 7 -F 1. SCOPE: Provide and install built -up 20 year gravel surfaced bondable roof, fiber cant strips and accessories ' required to complete job. 7 -F 2. GENERAL REQUIREMENTS: ' a. Standard: For purposes of designating type and quality of materials for work of this Section, drawings and specifications are based upon products of the Johns- , Manville Company. Equivalent products of "Celotex ", Flintkote or other reputable manufacturers may be used subject to written approval of the architect. ' b. Delivery and Storage: Deliver materials in manufacturer's sealed originan ntainers with labels intact. Store off ground and under cover and maintain in clean dry ' condition until ready for use. Materials, wherever practical, those of a single manufacturer. ' C. Guarantee: Furnish a written guarantee in accordance wit T h requirements of Division 1 to maintain roofs, flashings and counterflashings in a water and weather tight condition for a period of two (2) years from ' date of final acceptance of the building or beneficial occupancy, whichever comes first. Guarantee requirements of this Section include sealing and connection to such ' work. Reglets, flashings and gravel stops are provided under Section "Sheet Metal ". This sheet metal work is an integral part of roofing and shall be installed ' simultaneously with roofing application. d. Sheet Metal Items: Supervision of installation of the sheet metal items integrated with the roofing ' system shall be responsibility under work of this Section. ' 7 -F 3. SAMPLE: Submit samples of colored gravel to be used on job or architect's approval prior to delivery of material to job site. ' 7 -F 4. WORKMANSHIP: Employ roofing applicator officially listed and approved by manufacturer of roofing materials. Install work in strict accordance with manufacturer's directions ' for indicated conditions. ' MEMBRANE ROOFING 7 -F Page 1 ' 7 -F 5. ROOFING: a. Preparation of Surfaces: Shall be in strict accordance ' with manufacturer's latest specifications. Decks shall be firm, dry, clean and properly graded to drains. ' b. Membrane (Built-Up Cc m osition) Roofin : Area indicated on plans as built -up composition rooting shall receive J -M built -up roof per specification No. 600 -P. ' 1) Summary of Materials - Weight per 100 Square Feet Sheathing Paper: 1 Layer 5 lbs. Felts: J -M No. .45 Asbestos Base - 1 Layer 1 lbs. J -M Asbestos Finishing - 2 Layers 10 lbs. Bitumen - J -M Aquadam 40 lbs. Surfacing - J -M Aquadam Flood Coat 60 lbs. Gravel 400 lbs. C. Application: All materials shall be applied in strict conform with the manufacturer's printed specifications. Contractor shall refer to roof details shown on plans and shall be aware of special installations. Specifi- cations and details shall not be modified without the written consent of the Architect. ' 7 -F 6. BONDED ROOF: Provide a letter of certification signed by the manufacturer that the roof has been applied in accordance with the requirements of the manufacturer of the roofing materials and is acceptable as a bondable roof. Owner reserves the right at his expense to obtain a roofing bond (20 years) at completion of the job. [1 11 1 ' MEMBRANE ROOFING 7 -F Page 2 of 2 I 1 11 C_ 1 1 I J DIVISION 7 MOISTURE PROTECTION SECTION 7 -G SHEET METAL 7 -G 1. SCOPE: Furnish and install sheet metal work including: a. Flashing and counterflashing. b. Gravelstops, overflows, pitchpockets. c. Prime coat, caulking and sealing. d. Sheet metal louvers with screens. e. Incidental sheet metal complete. 7 -G 2. STANDARDS: Sheet metal work shall be fabricated, furnished and in celled in accordance with standards for material and workmanship as set forth in the Architectural Sheet Metal Manual as issued by Sheet Metal and Air Conditioning Contractors National Association, Inc. (MSACNA), and as modified by the drawings and specifications. 7 -G 3. MATERIALS: a. Sheet steel or iron shall be 24 ga. minimum furnished in galvanized form as indicated. Galvanized sheets shall have a zinc coating as per ASTM A93, for Class C. Zinc coating shall weigh not less than 1 -1/4 ounces nor more than 1 -1/2 ounces per square foot of surface covered. b. Felt shall conform to ASTM D226, 15 pound asphalt saturated felt. C. Solder metal shall be a standard brand of Grade 40 A solder, composed of equal parts of lead and tin, and complying with ASTM B32. d. Flux shall be raw muriatic acid for galvanized steel, rosin for tin (and lead). Excess flux shall be removed and surfaces neutralized after soldering. e. Fastenings shall be tinned or galvanized. Sheet metal screws shall be Parker -Kalon of size best suited to conditions. f. Caulking compound for gun and knife application, as necessary, complying with Caulking Section. g. Primer to be approved brand of zinc oxide. SHEET METAL 7 -G Page 1 1 1 1 1 I [] 7 -G 3. Materials: (continued) h. Plastic cement shall conform to Federal Specifications SS -C -153. i. Paint ferrous metal, zinc- chromate; zinc coated metal, zinc dust. j. Re lets and Counterflashin S stem: To be Fry springlock ashing system o appropriate and /or designated type fabricated of hereinbefore specified zinc alloy and provided complete with clips, pre- formed corners and laps to assure minimum 3 inch laps. Use single manu- facturer's products throughout. 7 -G 4. WORKMANSHIP, Equal to best standard practices of modern approved sheet metal shops. Accurately form sheet metal to dimensions and shapes detailed. Finish molded and broken members with true, straight and sharp lines and angles and, where intercepting each other, cope to an accurate fit and securely solder. Hem all exposed edges of sheet metal work unless otherwise detailed. 7 -G 5. INSTALLATION: Install sheet metal items as indicated on drawings and as required for proper and complete work in accordance with best standard practices. Securely fasten all work and make watertight and weathertight. a. Coordinate all sheet metal items in connection with roofing, waterproofing and work of other trades for proper installation, and furnish in sufficient time to avoid delay in job progress. 7 -G 6. ROOFING SHEET METAL WORK: Installation of all sheet metal work which is an integral part of the roofing shall be supervised by the roofing applicator and shall be installed simultaneously with the roofing. Coordination so that work will progress smoothly and without delay is a requirement. a. Expansion Joints: Joints in roofing sheet metal shall be provided as required per Standards by the length and thickness of the material. 7 -G 7. SHEET METAL LOUVERS: Louvers and frame shall be constructed of 18 gauge galvanized steel. Louvers shall be "Z" shaped. Provide stiffener bar at center of louvers (back side). Insect screen shall be provided and attached to the back of the louvers made of 3 mesh galvanized wire cloth. 7 -G 8. PROJECTIONS THROUGH ROOF: Pipes projecting through roof shall be flashed with metal flashing, or two (2) piece flange and sleeve flashing. Flashing shall extend a minimum of 6 inches on all sides. Counterflash pipe or seal joints with mastic. SHEET METAL 7 -G Page 2 of 2 DIVISION 7 MOISTURE PROTECTION SECTION 7 -K CAULKING AND SEALING 7 -K 1. SCOPE: Furnish and install caulking and sealing for openings aajoints indicated, specified and required to make entire building weather and water tight. This Section contains specifications for caulking throughout the project and pertains to any section calling for caulking, unless specified otherwise. 7 -K 2. MATERIAL: Silicone sealant as manufactured by General E e'ctr'ic Products Department or Dow Corning Corporation. Color to be black. 7 -K 3. WORKMANSHIP: Surface preparation, cleaning, application, prote�on, backing and workmanship shall be in strict ' accordance with approved manufacturer's instructions and specifications. 1 L J 1 CAULKING AND SEALING 7 -K Page 1 only I DIVISION 7 MOISTURE PROTECTION SECTION 7' -L WALK DECK COVERING WALK DECK COVERING 7 -L Page 1 only 7 -L 1. SCOPE: Furnish and install weatherproof walking deck complete where indicated. Principal items of work include: ,. a. Walk deck covering. b. Stairs and risers. C. Bases. d. Required trim and accessories. 7 -L 2. GENERAL: a. All material and installation shall be in comformance with manufacturer's specifications and installed by trained and approved applicators. b. Surfaces to receive walk decking shall be inspected and made acceptable to material manufacturer before ' installation begins. C. Color shall be selected by the Architect from manufacturer's standard colors. d. Material shall not be installed during inclement weather or when inclement weather is logically ' expected. e. Furnish three (3) samples of coatings to Architect for selection. 7 -L 3.- MATERIAL: Weatherproof walk deck covering shall be "Dex -O -Tex" weatherware as manufactured by Crossfield Products Corp., "Plast -A- Guard" manufactured by Polyguard Inc., or System #65 Elastomeric manufactured by Advanced Coating Inc. ' 7 -L 4. GUARANTEE: Furnish two (2) year written guarantee from product manufacturer for the material and installation . ' to the Owner. WALK DECK COVERING 7 -L Page 1 only DIVISION 8 DOORS, WINDOWS & GLASS SECTION 8 -A ALUMINUM DOORS AND STOREFRONT ' 8 -A 1. SCOPE: Furnish and install the following items as specified and indicated on architectural details. ' a. Aluminum storefront. b. Aluminum doors. tc. Non - stretch vinyl glazing beads. ' d. Related finish hardware. e. Weatherstripping. ' f. Miscellaneous aluminum. 8 -A 2. SHOP DRAWINGS: Submit shop drawings to Architect for ' review based-upon dimensions verified at site showing design, material size, finish and method of anchoring and fastening of all work as indicated, specified or as necessary to complete contract. All fabrication ' shall conform to approved drawings. 8 -A 3. MANUFACTURE AND MATERIALS: ' a. General: All framing and door sections shall be extruded from 6063 -T5 aluminum alloy, and shall ' include all glass setting bars and stops, transom bars or mullions, head members at ceiling, sills, door frames, jambs, doors for entrances and all other items to complete the installation. Sections ' shall conform to details and shall present clean, straight, sharply defined lines, and shall be free from defects impairing strength or durability. ' c. Framin Sections and Related Hardware: Shall be as ollows or an .indicated on arch tectural details. ' Miscellaneous items not mentioned shall be in accordance with the latest printed instructions of the manufacturer. ' 1) Fixed glass frames: Kawneer TRI -FAB "450" stud framing system. ' 2) Swinging Doors: Doors #1 (main entry).. Kawneer Narrow Series "'190 ". Doors to be center hung with Dor- O -Matic 2600 floor closers; Adams Rite MD 1860 -01 dead lock in each leaf, exterior cylinder on active ' leaf only, thumb turns on interior with indicator as required per U.B.C. ALUMINUM DOORS AND STOREFRONT 8 -A Page 1 8 -A 4. FINISH: All exposed surfaces shall be free from alloy defects, die marks, scratches, streaks or other surface blemishes. All door sections and fixed glass frames to have matching medium bronze permanodic finish. 8 -A 5. INSTALLATION AND PERFORMANCE: Doors and frames shall be securely anchored to a straight, plumb and level condition without distortion of frame or panel components and in strict accordance with manufacturer's installation details and instructions including requirements for and water ' infiltration and structural strength against local recognized wind load conditions. All frame joints shall be mitered thoroughout job. Stiffeners and reinforcement shall be provided as required to achieve true alignment. 8 -A 6. GUARANTEE: Furnish a written guarantee in accordance with ' Spe— ci— alConditions for a period of one (1) year from final acceptance by the Owner. i1 1 n [l ALUMINUM DOORS AND STOREFRONT 8 -A Page 2 of 2 ' DIVISION 8 DOORS, WINDOWS AND GLASS ' SECTION 8 -B WOOD DOORS ' 8 -B 1. SCOPE: Furnish wood doors as indicated and specified, complete including: ' a. Solid core doors. b. Hollow core doors. c. Louvers contained within doors. d. Coordinated hardware locations with door frame fabricator. e. Shop drawings and samples. ' 8 -B 2. GENERAL: ' a. Guarantee: Work of this Section shall be guaranteed in w g for two (2) years from date of final acceptance by the Owner against defects in materials and workmanship including the following: ' 1) Delamination. ' 2) Warp or twist. 3) Telegraphing of any part of core unit through ' face veneer. b. Submittal of Manufacturer's Data: Submit to Architect or review, seven copies o complete specifications ' of door construction and manufacturer's literature for each type of door proposed for use on this project. The manufacturer's identifying mark shall be on an ' exposed edge of each door. d. Delivery: Deliver all doors just prior to installation ww e�rage area is ready to receive them. identify ' each door as to type and location. 8 -B 3. SOLID AND HOLLOW CORE DOORS: Shall be of size and thickness ' shown on drawings, and shall be of the flush type, conforming to all applicable requirements of Commercial Standard CS 171, latest edition, including all modifications contained therein. ' All wood doors shall be painted and shall receive a shop prime coat of paint. Solid Core Doors: Five (5) ply construction, Type I ' (waterproof bond). WOOD DOORS 8 -B Page 1 I 1 d 8 -B 3. Solid and Hollow Core Doors: (continued) Hollow Core Doors: Seven (7) ply construction, Type II (moisture resistant bond). a. Doors shall be paint grade birch as manufactured by U.S. Plywood Corporation or other manufacturer approved by the Architect. b. Cores shall be constructed of wood. Insulation board or wood derivatives will not be permitted. C. Doors shall be fabricated by the hot plate process. d. Lock blocks shall be provided on both stiles of wood doors. e. Closer blocks shall be provided at all top rails. 8 -B 4. METAL LOUVERS WITHIN WOOD DOORS: Architect's selected vision -proof type, of sizes and in locations designated, of shop primed steel and of standard products of "Airolite," "Ventilouver," "Controlair." 8 -B 5. GUARANTEE: Guarantee stated in Section 18 of W.I.C. Manual of Millwork Standards, latest edition, shall apply to all wood veneered doors specified under this Section in fully coordinated manner with installation guarantee requirements. WOOD DOORS 8 -B Page 2 of 2 I 1 1 11 1 1 1 DIVISION 8 DOORS, WINDOWS AND GLASS SECTION 8 -C HOLLOW METAL FRAMES 8 -C 1. SCOPE: Furnish and install hollow metal frames as specified, complete. 8 -C 2. SHOP DRAWINGS: Submit complete shop drawings to Architect for review before proceeding with fabrication. 8 -C 3. DELIVERY AND STORAGE: Adequately protect frames during shipping, storing and construction to insure undamaged finished installation. 8 -C 4. MATERIALS: a. Frames shall be as manufactured by Security, Overly or approved equal. Construction shall be of pressed steel not less than 16 gauge with corners mitered, welded full length of joint, and exposed welds ground smooth. Provide frames with integral stops and mutes. Provide anchors and clips for jambs and sills as required, not less than three(3) anchors per jamb (no exposed screws) plus floor clip. Provide for door hardware and reinforce frames as required, (10 gauge for butts and 12 gauge for other reinforcements) drilled and tapped as per templates or hardware furnished by hardware supplier. Rein- force head members of multiple openings full length with 12 gauge channel. b. Primer shall be synthetic red lead or zinc chromate, as standard with door frame manufacturer. 8 -C 5. Finish: Factory prime. Thoroughly clean before fin shing. Give inaccessible areas coat of rust - inhibiting paint before assembly. Sand and fill exposed surfaces as required, and apply two (2) coats or primer. 8 -C 6. GUARANTEE: Furnish a written guarantee to Owner for a ' period of two (2) years from date of final acceptance. 1 1 HOLLOW METAL FRAMES ' 8 -C Page 1 only ' DIVISION 8 DOORS, WINDOWS 6 GLASS ' SECTI'ON 8 -D METAL WINDOWS ' 8 -D 1. SCOPE: Furnish and install the following items as specified and indicated on architectural details. ' a. Aluminum sliding windows. b. Aluminum fixed and projected windows. ' c. Glazing. ' d. Related finish hardware. e. Weatherstripping. f. Miscellaneous aluminum. 8 -D 2. SHOP DRAWINGS: Submit shop drawings to Architect for review based upon dimensions verified at site showing design, material size, finish and method of anchoring and fastening of all work as indicated, specified or as necessary to complete contract. All fabrication shall conform to approved drawings. 8 -D 3. MANUFACTURE AND MATERIALS: ' a. Sliding: The horizontal aluminum sliding and matching fixed windows as shown on the plans and hereinafter ' specified shall be VIKING SERIES 850, manufactured by Fleetwood Aluminum Products, Inc., 174 East Liberty Avenue, Anaheim, California 92801. Phone (213) MA ' 5 -3897 or (714) 870 -0751. b. Projected: The projection aluminum and matching fixed windows as shown on the plan and herein specified shall ' be Torrance Window Co., 1814 Abalone Street, Torrance, California. Phone (213) 328 -9181. ' c. Alternate Manufacturers: Sliding - Arcadia Series 760, Elco Series 32 -A2. Projected - Superior or Aerodyne Series 1000. ' d. Materials: Frames, vents and miscellaneous sections shall a aluminum alloy and tempered 6063 -T5. Component parts and accessories shall be stainless steel, ' aluminum or other corrosion - resistant material. e. Finish: Sliding window frames and vent sections shall Se satin finish, anodized. Projected window frames, vent and miscellaneous sections shall be 312 medium bronze. ' METAL WINDOWS 8 -D Page 1 I I 8 -D 3. Manufacture and Materials: (continued) f. Weatherstripping: Weatherstripping shall be silicon ' treated, fungus, mildew and moth resistant woven wool or polypropylene pile and /or "virgin" extruded vinyl. ' 8 -D 4. HARDWARE: Hardware shall be on non - corrosive material the vent shall be equippped with an adjustable locking device which will permit the vent to be locked automatically. 8 -D 5. GLAZING: tThe fixed and sliding panels shall be constructed to allow either shop or field glazing with "virgin" vinyl glazing ' channel. i 8 -D 6. SCREENS: ' Screen frames shall be roll- formed anodized aluminum and be fitted with 18 x 16 gray fiberglass mesh. 8 -D 7. ERECTION: Windows shall be erected in prepared openings accord ni g to manufacturer's instructions. All frames shall be installed plumb, level, and square to allow proper functioning in regard to sliding, locking and weathering. All necessary screws shall be furnished by manufacturer. 8 -D 8. GUARANTEE: The window and components as represented on these pages are unconditionally guaranteed against defective material or ' workmanship for one year provided that the installation is in accordance with the manufacturer's specifications and instructions. L 1 1 i 1 ' METAL WINDOWS 8 -D Page 2 of 2 L ' DIVISION 8 DOORS, WINDOWS S GLASS SECTION 8 -E ' ROLLING STEEL DOORS ' 8 -E 1. SCOPE: Furnish and install rolling steel doors as indicated and specified, complete and properly operating. Principal items of work include: a. Engineering of doors and door operation. ' b. Shop drawings. c. Rolling steel door assemblies. ' d. Hardware and operating devices. e. Factory prime coat. ' f. Clean -up and disposal. ' 8 -E 2. GENERAL REQUIREMENTS: a. Verification of Conditions: Verify at site all conditions affecting work of this Section. Report ' discrepancies between drawings and field dimensions to Architect prior to commencing work. Commencing work indicates acceptance of conditions and surfaces underlying or adjacent to work of this Section. C. Shop Drawings and Erection Diagrams: Submit six copies ' of drawings showing materials, finish characteristics, construction and fabrication details, layout and erection diagrams, and methods of anchorage to building construction. 8 -E 3. MANUFACTURER: ' For purposes of designating type and quality, specifications are based upon "Roll -A- Doors" as manufactured by Porvene Inc., Santa Fe Springs, California. Approved equivalent products ' of Kinnear, or Pacific Rolling Door Co. are acceptable. Use one manufacturer's product throughout. 8 -E 4. CONSTRUCTION: a. Curtain: Shall be constructed of a continuous sheet of .U-2—Fr—steel with galvanized coating and prime painted. Curtain shall be equipped with a full length steel angle, securely fastened to the bottom of the curtain for rein- forcement and mounting of standard slidebolt locking device. ROLLING STEEL DOORS 8 -E Page 1 1 ' 8 -E 4. Construction: (continued) b. Guides: Shall be rollformed of 10 gauge steel strip with alvanized coating. The guides are to be attached to the jambs, plumb and true, by adequate galvanized attachments. ' C. Steel Axle: Shall be steel pipe of sufficient strength to prevent distortion of the rolled door. ' d. Curtain Drum: Shall house all counterbalancing mechanism. ' e. S rp� ings: Shall be oil tempered steel of sufficient size to counterbalance the door in any position. f. Finish: All parts are to be given a factory rust ' inhibitive prime coat of paint, using primer conforming to Section "Painting." Touch -up any abraded primed surfaces after erection. ' g. Lock: Provide outside slide bolt lock, one each side of each door, for padlock. ' h. Weather Sto and Safet Edge shall be installed on bottom edge o oor. ' 8 -E 5. ERECTION: Perform work of this Section by authorized representative ' of manufacturer and in accordance with manufacturer's printed recommendations and approved shop drawings. Cooperate fully with work of other trades. Provide completed installation secure and operating freely without bind or stoppage. 8 -E 6. PROTECTION: ' Protect work of this and other sections during work of this Section. Repair any damage caused by installation of work ' of this Section as approved and at no additional cost to Owner. 8 -E 7. GUARANTEE: Contractor shall guarantee, in writing, to the Owner that all work under this Section is free from defective design, ' material and workmanship for a period of one (1) year from the date of acceptance of the building by the Owner, and further agrees to remove, repair and /or replace any ' defective materials, design or workmanship during the tenure of the guarantee without additional cost to the Owner. ' ROLLING STEEL DOORS 8 -E Page 2 i 8 -E 8. ENGINEERING: Rolling doors specified in this Section and indicated on the drawings shall be fully engineered, designed and constructed by the manufacturer. Engineering shall consider wind load, operating conditions, structural ' limitations and safety. Specification of the above door by the Architect does not constitute his engineering of the door or the responsibility for this engineering. 8 -E 9. VENT: Install 3/4-inch corner blocks at bottom of door to ' provide 3/4 -inch air intake space at bottom of doors. I 1 ! , ROLLING STEEL DOORS 8 -E Page 3 of 3 ' DIVISION 8 DOORS, WINDOWS AND GLASS ' SECTION 8 -F FINISH HARDWARE 8 -F 1. SCOPE: Furnish and deliver all finish hardware as indicated an:[ specified, including: ' a. Furnish finish hardware. b. Templates. ' c. Hardware not clearly indicated but required to complete the project. 8 -F 2. GENERAL: a. Determine quantity of hardware to be furnished from drawings and schedules. Provide, complete, all finish hardware required for doors and other movable parts of building with exception of items specified elsewhere or not included. b. It is the responsibility of Contractor to thoroughly check drawings and specifications and furnish all ' materials required whether specifically mentioned or not. No claims for extras will be allowed for any services or materials which, in the opinion of the ' Architect, could have been or should have been foreseen by the Contractor and included in his proposal. c. Where exact types of hardware specified are not adaptable ' to finished shape or size of members requiring hardware, furnish suitable types having as nearly as practicable same operation and quality as types specified subject to ' Architect's approval. d. A complete list of finish hardware proposed for ' inclusion shall be submitted to the Architect before delivery. e. Exit doors and doors leading to exits shall be provided ' with hardware in full compliance with state and local codes which are applicable to this building. 8 -F 3. SUBSTITUTIONS: Locks and latches (including knobs and 'escutcheonsT shall be furnished as specified without variation or substitution. Should any substitutions be made without the written consent of the Architect, the Architect ' will direct the removal of all substituted hardware and will require replacement with proper hardware as herein specified. ' FINISH HARDWARE 8 -F Page 1 11 8 -F 4. TEMPLATES: Hardware supplier will promptly furnish paper ' templates or physical hardware to general contractor for coordination with other trades. ' 8 -F 5. FINISH: Finish shall be US26D polished chrome throughout except in toilet rooms. Door closers shall be aluminum finish. ' 8 -F 6. PAINTING: All checks and brackets shall be sprayed to match adjoin g hardware. ' 8 -F 7. SCHEDULE AND PACKING: A detailed schedule listing opening and all items of hardware for same, together with keying ' information and brochures illustrating all units in schedule, shall be submitted to Architect for approval. The schedule submitted shall conform to the exact same format as the following hardware list. A comparative list showing both ' specified items and proposed substitutes will be required. Upon approval of schedule, furnish six (6) copies as required together with necessary templates. Each item of hardware shall be plainly marked with item number to coincide with ' schedule so that locations of use may be determined without opening. ' 8 -F 8. KEYING: a. All cylinder locks to be Master Keyed as directed by the ' Owner. Furnish three (3) keys for each lock and three (3) master keys for each group. All keying to be done at the factory. All locks, cylinders and trim to be of the same ' manufacture. b. All keys shall be properly tagged and turned over to the Owner on completion of work. ' C. A competent Hardware Consultant will assist the Owner in setting up the system on completion of the project, at no additional cost to the Owner. 8 -F 9. KICKPLATES: To be #18 gauge, height as specified, by 2" less than door, unless otherwise indicated on schedule. Furnish ' Type A screws. 8 -F 10. EXTERIOR DOOR BUTTS: Exterior door butts, on all ' out - swinging exterior hinged doors, shall have flat button tips and shall have set screw in barrel to prevent removal of pin. ' 8 -F 11. FASTENINGS: Finish hardware shall be furnished with all necessary screws, bolts or other fastenings of suitable type ' and size to anchor the hardware in position for heavy use and long life, and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shields, sex bolts, toggle ' bolts, or other approved anchors according to the material to which it is applied and as recommended by the manufacturer. All hardware fastened to concrete shall be furnished with ' machine screws and expansion shields. FINISH HARDWARE 8 -F .Page 2 ' 8 -F 12. BUTT SIZES AND REQUIREMENTS: a. 1 Pair: Leaves to 72" high or to 33" wide, without ' closer. b. 1 -1/2 Pair: Leaves 72" to 94" high or over 32: wide. 'C. 2 Pair: Leaves over 94" high or as otherwise noted. d. 4 -1/2" High Butt: At widths to 48" wide doors. ' e. 5" High Butt: At widths over 48" wide door. ' f. Width of Butt: Minimum to clear trim and to allow door to open maximum. ' 8 -F 13. INSTALLATION: All hardware is to be fitted to the doors, then removed and placed carefully in the original boxes until painting is complete. ' 8 -F 14. GUARANTEE: Furnish a written guarantee to Owner in, accordance with the Division 1 for a period of two (2) years from date of accepted completion. ' 8 -F 15. LOCKSETS, LATCHSETS AND DEADLOCKS: a. All locksets to be furnished with wrought box strikes and curved lip strikes of sufficient length to protect trim. ' b. All locks to be Ball Design 2 -3/4" backset. Deadbolts to be full mortise type with 1" throw. ' c. Acceptable Manufacturers: 1) Sargent - 24 -6 line Ball Design. 2) Schlage - A line x 2 -3/4 x 1/2" throw Ball Design. 8 -F 16. DOOR CLOSERS: ' a. Heavy Duty full rack and pinion design, cast iron case, heat treated compression spring, forged steel spindle. ' Separate key operated valves for closing, latching and backcheck functions. Covers will be removable. Manu- facturer's published chart of sizes shall be used. All closers shall be delivered to jobsite correctly adjusted according to door size and special draft conditions. Corner brackets shall not be permitted. ' b. All closers shall be sprayed to match finish of hardware. c. Attach closers on wood doors by means of sex bolts. FINISH HARDWARE 8 -F Page 3 ' 8 -F 16. Door Closers: (continued) d. No closers shall be provided on exterior or corridor ' side of doors. Install closers on inside of doors. Use parallel arm as necessary. Provide proper mounting brackets. ' e. Acceptable Manufacturers: 1) Sargent & Company - 1240, ' 2) Russwin - 2810 ' 3) Carbin 110 8 -F 17. HARDWARE SCHEDULE: This schedule is a guide only. Furnish all finish hardware required for the project. Hardware required for any particular location but not scheduled, shall have the same type as that scheduled for similar locations. 8 -F 18. MANUFACTURERS: Builders' Brass Works - BBW ' McKinney - Mc Pemko - P Sargent & Company - S HW -1 Doors 1 Each Door to have: ' 2 Cylinders 41 ARC 10B S 1 Sign "This door to remain unlocked during during business hours" ' Balance of Hardware by Door Supplier HW -2 Doors 2, 3, & 33 Each Door to have: ' 1 -1/2 pr. Butts TA2714 5 x 4 -1/2 NRP 26D Mc 1 Lockset 24 -6G05 RB 26D S 1 Closer 1240 -P9 Series EN S 1 Threshold 180A M/X & A AL P 1 Stop 9079X 26D BBW 1 Deadlock 14 -4875 26D S Mount above lockset ' 3 Silencers 3446 S 1 Drip 345A P ' FINISH HARDWARE 8 -F Page 4 1 1 1 1 i 1 FINISH HARDWARE 8 -F Page 5 HW -3 Door 21 Each Door to have: 2 pr Butts A2714 q x 4k NRP 26D Mc 1 Lockset 24 -6G05 RB 26D S 1 Closer 1240 -P9 Series EN S 1 Stop 8063X 26D BBW 1 Threshold 227A MIS & A AL P 1 Sign "This door to remain unlocked during business hours" HW -4 Door 22 Each Door to have: 2 pr Butts A2714 4k x 4 26D Mc 1 Lockset 24 -6G05 RB 26D S 1 Closer 1240 -0 Series EN S 1 Stop WC9T 26D BBW 1 Threshold 227A MIS & A AL P HW -5 Doors 31 (5 ea), 32 (2 ea), and 41 (9 ea) Each Door to have: 1 Padlock 756 HSC - S Balance of Hardware by Door Supplier HW -6 Door 4 Each Door to have: 1k pr Butts 2714 4 x 4 26D Mc 1 Latchset 24 -6U15 RB 26D S 1 Stop WC9T 26D BBW FINISH HARDWARE 8 -F Page 5 1 1 1 1 1 1 1 FINISH HARDWARE 8 -F Page 6 HW -7 Doors 5, 11, and 29 Each Door to have: 1'k pr Butts 2714 4 x 4 26D Mc 1 Lockset 24 -6G05 RB 26D S 1 Stop. WC9T 26D BBW 3 Silencers 3446 (DR #11) S 1 Closer P1777708 (DR #11) Norton Doors 6 and 25 Each Door to have; 1k pr Butts 2714 3k x 3� 26D Mc 1 Lockset 24 -6G05 RB 26D S HW -9 Doors 7 and 12 Each Door to have: 1'k pr Butts 2714 3k x 3k 26D Mc 1 Latchset 24 -61J15 RB 26D S HW -10 Door 8 Each Door to have: 1'k pr Butts A2714 4 x 4 26D Mc 1 Push Plate 47 4 x 16 32D BBW 1 Pull Plate 47 x 255 -1 4 x 16 32D BBW 1 Closer 1240 -0 Series EN S 1 Kick Plate 37 10 x 2" LDW 32D BBW 1 Stop WC9T 26D BBW FINISH HARDWARE 8 -F Page 6 i 1 1 r r r i r r 1 �r r HW 11 Doors 9 and 10 Each Door to have: 3 pr Butts 2714 3k x 3'k 1. Deadlock 475 WBS 2 Flush Bolts 5021 -2 12" 2 pr Butts 1 Latchset 1 Stop 1' pr Butts 1 Privacy 1 Stop 1 pr Butts 1 Lockset 1 Stop 3 Silencers HW 12 Doors 23, 24, and 28 Each Door to have: 2714 4 x 4 24 -6U15 RB WC9T HW 13 Doors 26 and 27 Each Door to have: 2714 4 x 4 24 -6U65 RB WC9T HW 14 Doors 34 (4 ea) Each Door to have: T2714 4'kx4 8G17 OB (Key both sides) WC9T 3446 26D 26D 26D 26D 26D 26D 26D 26D 26D 26D 26D 26D FINISH HARDWARE 8 -F Page 7. Mc S BBW Mc S BBW Mc S BBW Mc S BBW S 1 1 l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i HW 15 Door 35 Each Door to have: 1k pr Butts T2714 3' x 311 26D Mc 1 Latchset 24 -6U15 RB 26D S 1 Stop WC9T 26D BBW 1 1 1 1 HW 16 Miscellaneous Signs 470 Series - Color to be selected Men's Locker Room Mens Womens BBW Sign 441 -1 /2P "EXIT" 5" letters HW 17 Toilet Room Accessories 1 B -3944 Towel Disp. and Waste Receptacle 2 B -262 Towel Disp. 5 B -12CP Soap Dispenser 5 B -274 Toilet Tissue Dispenser B -490 Grab Bars FINISH HARDWARE 8 -F Page 8 of 8 ' DIVISION 8 DOORS, WINDOWS AND GLASS ' SECTION 8 -I GLASS AND GLAZING 8 -I 1. SCOPE: Furnish and install all glass and glazing work indicated and specified, complete including: ' a. Glass and glazing. b. Installation of glazing beads. c. Glazing compound. ' d. Mirrors, including frames. 8 -I 2. MATERIALS: Glass shall conform to Federal Specification DD- G -451a, unless otherwise noted hereinafter. All glass ' shall be manufactured by L.O.F., PPG or approved equal and shall be on 1/4" thicknesses throughout unless indicated otherwise on the drawings. ' a. Solarbronze Float: All exterior glazing. b. Temp de lightsered Solarbronze Float: At entrance doors and ' si. c. Mirrors: 1/4" clear float glass. d. Clear Float: Interior glazing. ' 8 -I 3. INSTALLATION OF GLASS: Glaze openings in accordance with details and manu acturer's specifications. a. Cuttin and FiMin Glass: Accurately cut and fit ' g ass with allowable to erance of 1/32" per each 1/8" thickness of glass. Set with convex side out. ' b. Fastenings: Set in metal stops, color matched to frame with sealant as detailed. Heads of screws shall be matched in color to frame. ' c. anthetic Glazing Beads: Install in strict accordance with manufacturer's latest printed instructions. Color - black. ' d. Mirrors: ' 1) Framed Mirrors: Install in accordance with manufacturer's latest printed instructions for theft -proof installation. ' GLASS AND GLAZING 8 -I Page 1 i 1 8 -I 4. GENERAL REQUIREMENTS: a. Grading and Labeling: Grade and label each light, 1 setting forth quality and grade of glass and manufacturer's name and brand designation. Leave labels intact until completion of work or until 1 directed to remove. b. Protection and Replacement: Protect glass and mirrors against damage. Replace cracked, broken or imperfect 1 glass and glass which cannot properly be cleaned at completion of work. 1 8 -I 5. WORKMANSHIP: Perform glazing by skilled and experienced glaziers. Set glass tight and true with required metal and /or extruded glazing beads, or glazing compound. 1 Strike excess compounds flush and neat and leave work clean. Unskilled and defective workmanship is not accept- able. Perform glazing in strict accordance with "Glazing Manual" published by Flat Glass Jobbers Assoc., and as 1 specified. 8 -I 6. SAMPLES: Submit samples of glass in triplicate for approval 1 of Architect, properly identified as to type and manufacture. After approval, one set of samples will be returned to the Contractor and two sets will be retained by the Architect 1 for comparison with installed work. Completed work shall match approved samples. 8 -I 7. GUARANTEE: Deliver a written guarantee to the Architect- covering 1 — the prompt repair or replacement of any defective work provided under this Section, at no cost to Owner, for a period of two (2) years after effective date of substan- tial completion. Guarantee does not cover breakage by others, improper maintenance or abuse. 1 91 1-1 1 i ' GLASS AND GLAZING 8 -I Page 2 of 2 1 _y DIVISION 9 FINISHES ' SECTION 9' -A PLASTERING ' 9 -A 1. SCOPE: Furnish and install all plastering work including: a. Samples. ' b. Exterior plaster. ' c. Metal lath. d. Plastering accessories, screed, expansion joints, casing and trim. e. Scratch coat in areas requireing ceramic tile. ' 9 -A 2. GENERAL: a. Samples: Submit 24" x 24" samples of plaster finishes, in accordance with Division 1 to Architect prior to start of work. b. Standards: Conform work to "Lathing and Plastering ' Reference Specifications" of California Lathing and Plastering Contractor Association, Inc., except as otherwise indicated or specified. ' c. Preliminary Inspection: Make a detailed inspection of areas and surfaces to be enclosed or covered by this work and arrange for correcting defective or unsatis- factory workmanship or material. 9 -A 3. MATERIALS: ' a. Metal Lath: ' 1) Expanded small diamond mesh 3.4 pounds per square Yard. Painted or dipped with an asphaltum base paint except expanded from galvanized copper- bearing steel ' sheets where used with Portland Cement Plaster. 2) Woven wire fabric lath shall be woven steel wire with large openings, minimum number 18 gauge wire, backing paper complying with Federal Specification UU -B -790. ' b. Portland Cement: ASTM C150, Type I, low alkali. C. Hydrated Lime: ASTM C206, Type S. ' PLASTERING 9 -A Page 1 I ' 9 -A 3. Materials: (continued) d. Sand: ASTM C33 uniformly graded from coarse to fine. e. Waterproofing Additive: Portland Cement Plaster "Suconem Red Label" by Super Concrete Emulsion, Ltd. 1 or approved equal. f. Accessories: Unless otherwise shown or specified, manufacturer's standard items and types necessary to ' complete satisfactory workmanship. g. Gypsum Plaster: ASTM C -28 standard brand gypsum neat plaster or approved gypsum ready mix plaster. Where ' used on metal lath, fibered for scratch coat. h. Metal Screeds: ' 1) Ventilation Screed in exterior soffit: Fry 3" vented drip screen by Fry Reglet Corp. ' 2) Control Screed shall be Keene No. 15 shaped as required by drawings. ' 3) Reveal Screeds: Fry plaster molding "FPM 75- 150." 9 -A 4. APPLICATION: a. All edges of plaster that are exposed shall be formed with a metal casing trim. Where plaster abutts another material and is exposed termination shall be formed ' with a metal casing trim., See Details for special conditions. ' b. Finish Texture shall be fine sand texture hand applied per approved samples. ' C. Exterior Plaster: Scratch and brown coats of Portland Cement Plaster on wire fabric lath with backing, finish coat as scheduled, minimum 1" total thickness from face ' of supports. d. Interior Plaster: ' 1) On Metal Lath, three coat work with gypsum plaster, finish coat per approved samples: 3/4" total thickness from face of supports. ' 2) On Gypsum Lath, brown and finish coats with gypsum. plaster, fine— sh oat per approved samples: 3/8" minimum ' from face of gypsum lath. 9 -A 5. WORKMANSHIP: Soffits, corners, bullnose, screeds, etc., shall be applied true to line and level. ' PLASTERING 9 -A Page 2 I ' 9 -A 6. PLASTER PATCHING AND CLEANING: When all work under this Section has been completed, cut out and fill all broken or damaged portion of plaster repairing same and leave ' work in perfect condition, with angles and lines clean and sharp, and all surfaces clean. Apply a bonding agent to edges to be patched before patching. ' 9 -A 7. PROTECTION: Whenever plastering is in progress, suitable cloths or other approved covering shall be provided, set and maintained to protect finish of all kinds. Spatters ' and spots of plaster shall be carefully removed from same immediately upon completion of any room or portion of the building. All work temporarily removed, damaged or in any ' other way disturbed by the work of this Section shall be repaired or replaced as directed. ' 9 -A B. CLEANING: All spaces shall be free from waste materials and unnecessary debris of every kind, promptly cleaned up when and wherever it accumulates and removed from the building and disposed of off the premises. ' 9 -A 9. GUARANTEE: Furnish a written guarantee to Owner, in accoor ancce with the Supplementary General Conditions for ' a period of one (1) year from date of substantial completion. 1 1 1 1 1 PLASTERING 9 -A Page 3 of 3 DIVISION 9 FINISHES SECTION 9 -B DRYWALL ' 9 -B 1. SCOPE: Furnish and install gypsum drywall construction work complete including: ' a. Gypsum wall board walls and ceilings in selected areas. b. Texture surfacing. ' C. Related metal trim and corner bead. ' d. Install access panels furnished by others for mechanical and electrical installation. e. Taping and finishing. ' 9 -B 2. MATERIALS: All drywall materials shall be "GoldBond," "Kaiser," "U.S. Gypsum" or approved equal. ' a. Gypsum Wallboard: ' 1) ASTM C -36, 1/2" thick, with tapered edge regular wallboard. 2) 5/8" type X sheetrock (U.L. approved for one hour construction) where indicated on drawings. 3) 1/2" water resistive (W.R.) sheetrock where indicated on drawings. b. Metal Trim and Corner Reinforcement: Inside corners shall be formed with reinforcing tape. Outside corner ' and casing trim shall be metal corner head or casing with taping flanges for applying finished compound. Coordinate casing and trim with architectural details. ' c. Miscellaneous Accessories: Taping and finishing compounds, nails, screws, etc., shall be used in ' accordance with industry standard and as recommended by manufacturer and in compliance with Section 47 U.B.C. d. Access Panels: Furnished and installed under work of ' this Section, shall be Milcor or other as approved by Owner. ' 9 -B 3. SURFACE TEXTURE: Walls and ceilings throughout to have matching, heavy machine - applied spatter texture unless noted otherwise. DRYWALL 9 -B Page 1 I 9 -B 4. SAMPLES: Submit three (3) sample panels of all finish textures to the Architect. 9 -B 5. GUARANTEE: Furnish a written guarantee to the owner in ' accordance with the General Conditions, Paragraph 4.5 and supplementary General Conditions, Paragraph 1 -B 8 and 1 -B 15.a, for a period substantial completion. of one (1) year from date of 1 ' DRYWALL 9 -B Page 2 of 2 I '1 ' DIVISION 9 FINISHES SECTION 9 -C CERAMIC TILE ' 9 -C 1. SCOPE: Furnish and install all ceramic tile work including: a. Ceramic floor and wall tile. b. Ceramic floor tile pavers. ' C. Setting and adhesive grouting and sealer. 9 -C 2. STANDARDS: ' a. All work shall be in strict accordance with the latest printed specifications of the manufacturer which shall be furnished to the Owner. ' b. General requirements for inspection, preparation, protection, workmanship and application as described in ' the adapted and proposed American Standards Specifica- tions: ASA Project A -108 (May 29, 1959) - Proposed standard specifications for installation of ceramic tile with water- resistant organic adhesives. ' 9 -C 3. SAMPLES: Samples of tile and grouting shall be submitted to the Architect. 9 -C 4. MATERIALS: Deliver manufactured materials in original, la � ie-T unopened containers with manufacturer's name, brand and grade seals on tile containers. Keep grade seals intact and containers dry until used. a. Ceramic tile shall be standard grade conforming to U.S. Department of Commerce Simplified Practice Recommend- ations R -61 -61 and Federal Specifications SS- T -308B. ' b. Trimmers of size, type and colors to match adjacent tile and shape as required and as detailed to complete the work. ' C. Grout shall be an approved standard product, factory mixed and packaged, Portland cement tile grout material containing waterproof and curing mixtures and fungus and bacteria inhibiting agents. Colors as selected by the Architect. ' d. Tiles: Walls - glazed Pomona #164 Ripple White 4 -1/2" x 4 -1/2 ". Floors & Base - unglazed, Pomona "Texline" color Driftwood /A, size 2" x 2" with colored grout. I ' e. Robe Hook: Four (4) glazed #193 hook, white, installed as �indicated. ' CERAMIC TILE 9 -C Page 1 1 1 1 1 1 1 1 1 1 1 i 1 i 1 1 1 i 1 1 9 -C 5. APPLICATION: a. General: 1) Apply per ASA A108. Lay tile in grid pattern. Form vertical external corners with integral radius bullnose tile. 2) All joints shall align vertically and horizontally including base and trim. b. Pavers: 1) "Thin Set" cementous glue base to be as manufactured by Custom Building Specialties or approved equal. 2) Apply two (2) coats of "TriSeal" sealer as manufactured by Sparks Chemical to pavers in accordance with the manu- facturer's printed recommendations. Submit example of sealer on tile samples for Architect's approval. Samples shall show both one (1) and two (2) coat applications. CERAMIC TILE 9 -C Page 2 of 2 ' DIVISION 9 FINISHES SECTION 9 -F ACOUSTICAL CEILING ' 9 -F 1. SCOPE: Provide acoustical tile, suspension systems, li— 'gaming fixture supports, and air diffuser and grille supports as indicated and specified, complete. Principal items of work include: a. Samples. ' b. Suspension systems, exposed grid. c. Acoustical tile. ' d. Cutting of tiles for air grilles, registers, fire sprinklers, lighting, etc. e. Coordination with mechanical and electrical installations. 9 -F 2. SAMPLES: Submit samples, in accordance with Section "Special Cond iit ons," of all acoustical tile, suspension members and finishes. ' 9 -F 3. INSPECTION OF BUILDING: This Contractor shall inspect the location of the work and familiarize himself with the conditions under which the installation will be made and ' secure his own measurements. He shall be responsible for the examination and acceptance of all surfaces affecting the proper installation of his materials, and shall not proceed until all unsatisfactory conditions have been corrected. ' 9 -F 4. CONDITIONS OF BUILDING: All exterior doors and other openings shall be closed -in; all plastering and wet work shall be ' completely dry; and the building interior shall be generally dry before any acoustical work is started. ' 9 -F 5. QUALIFICATIONS: The successful Acoustical Ceiling Contractor shall present written evidence that he is experienced in the satisfactory installation of the products as specified, including a written approval from the manufacturer of those products he proposes to use, and that he is the acceptable and authorized subcontractor for his products in this area. ' 9 -F 6. COORDINATION: Coordinate and cooperate with related Mechanical and Electrical Sections as necessary. 9 -F 7. MATERIALS AND MANUFACTURER: Drawings indicate required size ' and intended construction of acoustical ceiling. Minor modifications in non - essential details to accommodate manu- facturer's standard sections and practice is acceptable as approved by the Architect. Acoustical Tile and Suspension Systems, herein specified, are those of Armstrong Cork Company or approved equal. ' ACOUSTICAL CEILING 9 -F Page 1 9 -F 7. Materials and Manufacturer: (continued) a. Grid Suspension System: Lay -in exposed grid type - ' fully accessible - composed of roll formed steel "T" bar main runners and cross tees delivered in factory finished white. Samples of finished "T" member shall be delivered to Architect. Exposed "T" bar main cross ' runners, 1 -1 1w inch cold - rolled steel carrying channels supported by not less than No. 8 gauge galvanized wire hangers securely supported at 410" on center. ' b. Acoustical Tile: ' 1) For exposed, lay -in grid system: Cortega design minaboard mineral fiber, lay -in, 24" x 48" x 5/8 ", Item No. 769. ' 2) Acoustical tiles shall have NCR range of .60 - .70, ceiling STC of .35 - .39, nominal insulation value "C" factor of .65, shall have a light reflectance of over ' 758 and shall conform to Flame Resistance of Federal Specification SS -A -1186 Class "A" rating. Tile shall be delivered with factory finish white. ' 9 -F B. INSTALLATION: All installation shall be in strict accordance with the manufacturer's latest printed instructions, specifi- cations and recommendations and shall meet with the approval ' of the Owner. a. The grid suspension members shall be installed so that ' when tile units are attached, the tile will be squared with adjacent work, tile joints flush and tight, parallel or perpendicular to, and joint lines straight and aligned ' with, the surrounding walls. Grid members shall be installed so that tiles shall be spaced as indicated on architectural drawings. b. Fitting: Acoustical material shall be closely and accurately fitted around recessed lighting fixtures, air conditioning outlets and other fixtures or equipment ' including pipes, passing through or on plane of acoustical finish. c. All lighting fixtures, air conditioning outlets or other items shall be supported on four sides by main runners in the ceiling system. 9 -F 9. REPLACEMENT TILE: Furnish and deliver to Owner one full box of ceiling tile of each pattern and color used. ' 9 -F 10. CEILING: Thoroughly clean all surfaces after installing. Touchup damage to factory applied finishes with approved material or replace where directed. Leave in approved condition and protect until final acceptance of building. ACOUSTICAL CEILING 9 -F Page 2 1 ' 9 -F 11. CLEAN -UP: Remove all rubbish, debris, surplus material and equipment and legally dispose of them off the premises. ' 9 -F 12. GUARANTEE: Furnish a written guarantee in accordance with the Special Conditions for a period of one (1) year from ' final acceptance by the Owner. ACOUSTICAL CEILING 9 -F Page 3 of 3 ' DIVISION 9 FINISHES ' SECTION '9 -H RESILIENT FLOORING ' 9 -H 1. SCOPE: Furnish and install all resilient flooring work complete including: ' a. Vinyl asbestos tile. b. Rubber base. C. Edging strips. I ' 9 -H 2. SAMPLES: Submit samples of all materials specified herein for approval by the Architect in accordance with Division 1. ' Work shall not commence until such samples have been approved. 9 -H 3. GENERAL REQUIREMENTS: a. Deliver amend St_orrg% Deliver materials in manufacturer's or g na ,1 sealed containers, with labels intact. Handle 1 and store materials carefully, keeping in original containers at not less than 70 degrees F for at least 48 hours before installation. Maintain spaces to receive ' resilient flooring at 70 degrees F. Minimum at floor level for at least 48 hours before, during and for 10 days after installation. b. Verification of Surfaces: Inspect all job conditions and snr aces to be covered before starting work. Report to Architect any defective or unsatisfactory conditons that ' will affect in any way installation of resilient covering work and arrange for all required corrective work in ample time for it to be made. Commencing installation implies acceptance of sub - surfaces and adjoining work. c. Material manufacturer's representative shall thoroughly inspect all surfaces to receive work of this Section and ' shall report in writing to the General Contractor all areas proving unsatisfactory for receiving such materials. Apply no materials over unsatisfactory areas until ' corrections or defects in workmanship or materials of other trades have been made. If an area merely needs sweeping to prepare it for application, it shall not be ' considered unsatisfactory. However, areas shall be free and cleared of all debris, equipment, tools, materials, etc., belonging to or left by other trades before they shall be considered satisfactory. RESILIENT FLOORIPIG ' 9 -H Page 1 9 -H 4. MATERIALS: i a. Tile flooring shall be Colonial Stone Series FCS ' vinyl asbestos as manufactured by Flintkote or similar grade manufactured by Kentile or other manufacturer approved equal by the Architect, 12" x 12" x 18" tiles. Tile shall meet the test for Federal Specification ' SS -7 -312. b. Adhesives for resilient flooring work shall be waterproof cements recommended by the manufacturer of the tile used. C. Rubber base shall be Burke #502 -P (dark brown) 4" top set ' type, coved base, (coveless at carpet) bullnose rounded top, with ribbed back as manufactured by Burke Rubber Company, or approved equal. Base shall continue around the entire perimeter of the room, including all projec- t tions through the floor, unless noted otherwise. Provide pre- formed external corners. ' d. Stair stringer base shall be 10" high vinyl (dark brown) trim to fit contour of stairs, as manufactured by Mercer Plastics Co. or approved equal. 9 -H 5. PREPARATION: a. Sub - floors shall be dry before installation of floor covering. Fill cracks, expansion joints and irregularities ' with patching materials approved by resilient flooring manufacturer. Scrape free of all foreign materials and ' brush clean. b. Clean all undersurfaces and make them suitable for the installation of the resilient materials. Correct irregularities in floor with leveling compound if they are correctable with this procedure. Provide barricades or traffic controls where necessary to protect areas during material application. 9 -H 6. WORKMANSHIP: All workmanship shall be of the best quality and when work s completed, it shall be free of buckles, bubbles, open joints or other imperfections. Tile having chipped or rounded corners will be rejected and if laid, shall be removed and replaced with acceptable tile. ' a. Flooring and Base: Lay flooring square with axis of rooms, starting on center lines. Lay flooring and base to ' insure good contact and tight joints, accurately aligned with surfaces smooth and in true plane. Cut flooring neatly to fit around vertical projections and roll with 150 -pound roller for assured bonding. Install base in as ' long lengths as possible with minimum jointing using quick -set adhesive as recommended by manufacturer. Miter and butt -joint internal corners. Do not apply base until ' backing has thoroughly dried out. RESILIENT FLOORING 9 -H Page 2 I I 7J [1 1 91 1 1 i LJ 9 -H 6. Workmanship: (continued) b. Edge Strips and Thresholds: Where raised metal saddles are in place, remove same and replace after installation of tile. Install vinyl edge strips at all edges where flooring terminates at points higher than continuous finish floor surfaces, and reducer strips where required to provide smooth transitions between resilient flooring and other finish. Remove surplus adhesive in accordance with manufacturer's instructions. C. Cleanin and Ming: Strip and clean flooring and base when su ficiently seated, remove all foreign substances, and apply two coats of approved wax. Clean adjacent surfaces of walls, floors and fixtures where there is any evidence of adhesive or other defacement caused by these operations. 9 -H 7. REPLACEMENT TILE: Furnish and deliver to Owner one (1) full box of l oor tile of each pattern and color used. 9 -H 8. GUARANTEE: Furnish a written guarantee to the Owner in accordance with Division 1 for a period of one (1) year from date of accepted completion. RESILIENT FLOORING 9 -H Page 3 of 3 ' DIVISION 9 FINISH S SECTION 9 -L PAINTING ' 9 -L 1. SCOPE: Furnish and install painting work as indicated: a. Paint all exposed interior and exterior surfaces and ' equipment unless otherwise noted or approved by the Architect. ' b. Miscellaneous painting to complete the entire job, even though not specifically mentioned. ' c. Preparation of surfaces. 9 -L 2. GENERAL REQUIREMENTS: All work shall be done in a thorough and wor man i e manner and in conformance with accepted ' good practice and all requirements of local, state and other authorities having jurisdiction. ' a. Materials shall be delivered to job site in unopened original containers; each container bearing the brand and maker's name, completely identifying the contents ' and giving directions for its proper use. b. The provisions for approval of equivalent products shall be interpreted in reference to materials specified under ' this Section to mean not only equivalent in general quality, durability and workability, but also equivalent in proven ability to produce perfectly similar results ' in finish, texture, color and general appearance when used as substitute for the manufacturer's product specified. C. All primers and undercoats shall be the product of the manufacturer of the paint used for the finish and all coats shall be applied in strict accordance with the ' recommendations of the manufacturer of the paint used. d. On all exterior and interior exposed work, no painting ' or finishing shall be done in wet or inclement weather or when the ambient temperature where the work is being done is 50 degrees F or below, or until the surfaces are thoroughly dry. ' 9 -L 3. SAMPLES AND LIST OF PAINT MATERIALS: Submit the following samples and list of paint mater. s to the Architect. PAINTING 9 -L Page 1 ' 9 -L 3. Samples and List of Paint Materials: (continued) a. List of Paint Materials: Prior to submittals of samples, submit for approval complete list of paint materials proposed for use, identifying each material by manufacturer's name, product name and number, including primers, thinners and coloring agents, together with manufacturer's catalog data fully describ- ing each material as to contents, recommended usage and preparation and application methods. Identify surfaces ' to receive various paint materials. The submittal format shall be identical to the following "List of Materials." Make no deviations from this approved list. ' Submit complete instructions on all paint and painting. b. Color Samples: Shall be submitted to the Architect after the Contractor receives the color schedules from ' the Architect. The Architect shall select all colors. Shop primer samples shall be submitted with Shop drawings. ' c. Wall Sam les: When color samples are approved, apply aint ini ps es to sample wall areas as directed. Make ' such final application, color and /or gloss adjustment as may be directed and submit new samples corresponding to adjustments. Use final approved colors and glosses as directed. Prepare and submit 8 -1/2" x 11" panels for ' finish and color with materials specified for Architect's approval prior to preparing job quantities. Samples of stained and /or natural finishes on wood shall be prepared ' on the same grade, type and quality of wood as is installed on the project. Approval of samples must be obtained prior to the commencement of work of this Section. 9 -L 4. QUALITY, SYSTEMS AND MIXING: Provide first - quality materials manufactured by companies isted in approved list of paint materials. a. Paint Systems: Unless otherwise specified or approved, ' use paint products of one manufacturer. In any case, primer and intermediate and finish coats in each paint system must be products of same manufacturer, including thinners and coloring agents. To this end, notify other ' trades required to provide shop - primed materials of proper primers to be used. ' b. Factor Mixin : Factory mixing of each paint material to co or, gloss and consistency for application. 11 ' 9 -L 5. PAINTING MECHANICAL AND ELECTRICAL WORK: i a. All exposed exterior and interior heating, ventilating, plumbing, mechanical and electrical work, except items ' indicated not to be painted, shall be painted. Items such as equipment, pipes, vents, roof ventilators, ducts, fittings, miscellaneous supports and hangers, electrical conduit, fittings, pull boxes, outlet boxes, unfinished surfaces of plumbing fixtures, and all other work not specifically mentioned shall be thoroughly cleaned of all rust, corrosion, oil and other foreign materials and all blisters or loose paint shall be removed. The unprimed surfaces and the bare areas and of shop primed items shall be primed. After priming, all such mechanical and electrical work shall be finished with the second and third coats of paint as specified for metal surfaces, except where other paint finish is specified. b. Any of the above - mentioned work occurring in finished rooms or spaces shall be prepared and primed as specified ' above, and then given the second and third coats of wall paint or enamel to match the adjoining wall or ceiling surfaces. c. The inside surfaces of all ducts, dampers and louvers, as far back as visible from the room in which they open, shall be finished with two coats of flat black paint. ' 9 -L 6. MATERIALS: For purposes of designating type and quality of material, this Section is based on products of the Sinclair Paint Company. Equivalent products are the Pittsburg Paint Company, Ameritone or approved equal. 9 -L 7. WORKMANSHIP: The words "Paint" and "Painting" as used herein ' shall elude enamel, varnish, lacquer and all brushed -on, rolled -on or sprayed -on materials on surfaces to be finished. a. All woodwork to be painted and /or finished shall be thoroughly cleaned and sandpapered to remove all rough- ness, loose edges, slivers or splinters and then brushed ' to remove dust. Grease or dirt shall be washed off with an approved cleaner. b. No paint shall be applied to plaster surfaces until the ' plaster is thoroughly dry. Plaster surfaces less than thirty (30) days old shall first be washed with a solution of four (4) pounds of zinc sulphate per gallon ' of water and allowed to dry before painting. c. All exposed ferrous metal work which is to be painted under this Section shall be thoroughly dry and cleaned of all grease, oil, dirt, rust, etc., using wire brushes, sandpaper or other approved means. ' PAINTING ' 9 -1, Page 3 9 -L 7. IL i I Workmanship: (continued) d. Plaster surfaces and wall board surfaces shall be thoroughly cleaned and all scratches, cracks, holes and similar defects shall be properly cut out and filled with spackling compound, patching plaster as may be required, and brought to a smooth, flush surface. e. Paint shall be applied so as to not show any voids, skips or runs. f. Paint shall be well brushed in and lightly sandpapered between coats and the last coat finished as hereinafter specified. g. On surfaces where shop priming coat is defective or marred, the defective or marred surfaces shall be touched up before applying the paint herein specified. Where shop prime does not meet specifications, it shall be removed and completely repainted. h. Galvanized metal to be painted shall be thoroughly pre- treated with a vinyl wash prime or other approved solution. Metals shall be dry before paint is applied. i. All material to be painted shall be field primed unless acceptably shop primed. All shop primed material shall be field spot primed unless it has an acceptable factory finish. All factory finished items shall be painted unless finish is approved by the Architect. j. All surfaces which have been cleaned or sandpapered shall have the proper prime coat applied the same day. No surface shall be left unprimed after being cleaned until the next day. ' 9 -L 8. COATS AND COLORS: Number of coats specified to be applied are minimum. Insure acceptable paint finishes of even, uniform color, free from cloudy or mottled appearance in surfaces and evident thinness of coating on arrises. "Spot" or undercoat work necessary to produce such results. Tint each coat a sufficiently different shade of finish color to permit identification, in accordance with approved samples. Minimum paint thickness shall be 5 mils at exterior and 3 mils at interior. ' 9 -L 9. INSPECTION AND NOTIFICATION: The surface of all painted areas shall be inspected and approved by the Owner just prior to each successive coat. Ample notification shall ' be given the Owner of the time and date when each new coat is to be applied. PAINTING 9 -L Page 4 ' 9 -L 10. I PAINTING AND MATERIAL SCHEDULE: a. Exterior Surfaces: 1) Galvanized Metal (G.I. flashing, gutters, metal trim): Flat Finish 1008 acrylic enamel type. Pretreatment: 7113 vinyl wash primer First Coat: 25 zinc dust primer Second Coat: 248 sash and trim primer Third Coat: 1300 Stuc -O -Life or 250 sash and trim enamel (as directed) 2) Wood (Doors): Gloss Finish alkyd synthetic enamel type First Coat: 289 exterior wood primer Second and Third Coat: 250 sash and trim enamel 3) Aluminum Reveals and Trim: First Coat 26 zinc chromate primer Second Coat - 248 sash & trim primer Third Coat - 250 sash & Trim enamel 4) Exterior Plaster: First Coat: 320 Stuc -O -Bond Primer. Second Coat: 1300 Stuc -O -Life ;1 ' PAINTING 9 -L Page 5 5) Ferrous Metal (doors, frames, ladders, mechanical equipment): First Coat: 15 zinc oxide primer Second Coat: 248 sash and trim primer ' Third Coat; 250 sash and trim enamel (Omit first coat if is metal adequately shop primed.) b. Interior Surfaces: 1) Drywall (walls and ceiling): Flat wall finish - vinyl latex First Coat: 1770 Pigmented P.V.A. sealer Second Coat: 1700 Sinwall vinyl latex ' 2) Drywall: Semi -gloss enamel First Coat: 1770 Pigmented P.V.A. sealer Second Coat: 975 Sinco prime undercoater Third Coat: 1800 Sinco satin enamel 3) Ferrous Metal (air grilles and miscellaneous metal): Flat wall finish - vinyl latex ' First Coat: 15 Chrome oxide primer Second Coat: 975 Sinco prime undercoater ' Third Coat: 1700 Sinwall vinyl latex ;1 ' PAINTING 9 -L Page 5 i ' 9 -L 10. Painting and Material Schedule: (continued) b. interior Surfaces: (continued) ' 4) Wood (handrails) Clear varnish finish First Coat: 3350 Colormatic wood stain Second Coat: 3352 Primer - sealer Two Coats: 460 VarShield gloss varnish ' 5) Wood (doors, trim, paint grade cabinets and miscellaneous wood): Semi -gloss enamel First Coat: 975 Sinco prime undercoater Second Coat: 975 Sinco prime undercoater Third Coat: 1800 Sinco satin enamel 9 -L 11. STORAGE: All material shall be stored and mixed in such areas as may be assigned for this purpose by the Owner, and all necessary precautions shall be taken in storage ' of materials and implements to prevent fire. 9 -L 12. PROTECTION: Caution shall be observed in painting not to daub any bright or plated work adjacent to painted areas and not to spatter floor or other finished work. a. Cover floors and other horizontal work with drop cloths where painters are working. b. Cover or otherwise protect adjacent work when ' painting in vicinity of the work of other trades. C. The finish coat of paint shall not be applied until ' all work in that part of the building is completed. 9 -L 13. CLEANING AND RETOUCHING: The Contractor shall remove all paint splatters from windows, floors, tile, woodwork, metal or other work, leaving the work clean and free from paint spots or other disfigurements caused by his work. He shall cover and protect all work, providing clean drop cloths for this purpose and remove from the building all surplus painting materials and implements created by him. 9 -L 14. GUARANTEE: Furnish a written guarantee to the Owner in accordance with Division 1 for a period of one (1) year. 1 P i 1 MISCELLANEOUS 10 -A Page 1 1 DIVISION '10 t SPECIALTIES ' SECTION '10' -A MISCELLANEOUS ' 10 -A 1. SCOPE: Provide equipment, fixtures and accessories, complete. 10 -A 2. WORK INCLUDED: Principal items of work include, but are not ' limited to furnishing and installation of the following: a. Metal Lockers. b. Corner Guards. C. Shower Stalls. 10 -A 3. MATERIALS of items or parts of the work specified herein shall be of comparable design and quality as specified in other sections, if not fully covered herein. ' 10 -A 4. SHOP DRAWINGS AND BROCHURES: Submit shop drawings and brochures to Architect. 10 -A 5. CLEAN -UP: Company with Division 1. ' a. Provide and maintain adequate protection for all work under this Section for the duration of the contract, ' and remove all protection when so directed. 10 -A 6. GUARANTEE: Furnish a written guarantee to Owner in accordance with Division 1 for a period of one (1) year from date of final acceptance. 10 -A 7. LOCKERS: Furnish and install metal lockers as manufactured by Sanymetal Products Co., Lyon Metal Products, Inc., Pemco ' Products, or approved equal. Provide double tiered lockers. Type as follows: ' Size - 12" wide, 18" deep, 72" high (2 -36" units). Body 24 gauge steel. Door and Frames 16 gauge steel. ' Ventilation Louvers 6" top and bottom. Locking Device, coat hooks. Number plates (one per locker). Finish - baked enamel, color selected by Architect from standard colors. Properly anchor to assure neat, rigid installation. 1 MISCELLANEOUS 10 -A Page 1 1 J ' 10 -A 8. SHOWER STALLS: Rigid reinforced fiberglass 3 -wall stall shower 36" x 36" with integral seat, safety glass door conforming to Commercial Standards No. CS- 222 -59, ' manufactured by National Fiberglass Corp., Fibersheen, or acceptable equal. Installed in strict conformance with written manufacturer's installation instruction. 10 -A 9. CORNER GUARDS: Furnish and install Parco corner guards, ' each side of overhead doors, style CG -1, color Black, 24" long, as manufactured by Pawling Rubber Corp., Mt. View, California, or acceptable equal. ' Apply using 3M- EC1357 or PPG Bondmaster M777 -A /B. 10 -A 10. NEOPRENE SEALER: Shall be "Acmaseal" manufactured by Acme Highway Products Corp. distributed by Martec Inc., Chatsworth, California (213) 993 -1163. The selection of proper size Acmaseal for expansion joints shall be in ' accordance with current published recommendations of the manufacturer. All seals shall be installed using the appropriate Acma lubricant /adhesive. 1 1 1 '1 1 1 1 1 1 1 MISCELLANEOUS 10 -A Page 2 of 2 1 DIVISION '10 SPECIALTIES SECTION 10 -B ' APPLIANCES 10 -B 1. SCOPE: Provide equipment, fixtures and accessories complete. ' 10 -B 2. EQUIPMENT: a. Refrigerator (under counter): Sub Zero Company, Model 249 -R, 6.6 cubic feet. 10 -B 3. COOPERATION: Furnish printed material, giving dimensions ' of spaces required for specified equipment, to Finish Carpentry, Cabinets and Millwork Section. 10 -B 4. DELIVERY AND INSTALLATION: Deliver to job and set in place. Demage to specified equipment shall cause equipment to be repaired or replaced to complete satisfaction of the Owner and at no cost to the Owner. ' 10 -B 5. CLEANING: Equipment shall be cleaned inside and out, connected with electrical outlet and made ready for use. 10 -B 6. GUARANTEE: Furnish written guarantee in accordance with Diva -'— on 1. APPLIANCES 10 -B Page 1 only 9 1� DIVISION 10 SPECIALTIES ' SECTION 10 -C TOILET COMPARTMENTS ' 10 -C 1. SCOPE: Furnish and install toilet partition work as in'nicated and specified complete. ' 10 -C 2. SHOP DRAWINGS: Shop drawings for work described herein shall e s mitted to the Architect for approval, prior to fabrication or installation, in accordance with Division 1. 10 -C 3 MATERIALS: Provide floor- braced, flush panel type steel to-irlet partitions with cellular paper core and baked acrylic enamel finish, Series 500 design as manufactured by Mills Company or approved equal. Partitions shall have all necessary hardware. Approved equals shall be as manufactured by Sanymetal or Fiat in identical color and style. ' 10 -C 4. ACCESSORIES: a. Coat Hook #T -274. ' 10 -C 5. INSTALLATION shall be strictly in accordance with the manuracturer's latest printed specifications and installation drawings. 1 I .1 II ' TOILET COMPARTMENTS 10 -C Page 1 only , DIVISION '12 FURNISHINGS ' SECTION 12 -A CARPETING ' 12 -A 1. SCOPE: Provide carpeting as indicated and specified, complete. Principal items of work include: a. Carpeting. b. Installation. ' c. Clean -up and disposal. d. Preparation of floor. 12 -A 2. GENERAL REQUIREMENTS: a. Samples: Submit samples of carpet, identified by bra�ame and manufacturer. Upon selection of color, furnish Architect with three 9" square samples of ' carpeting in selected colors. b. Delivery: Deliver materials to each location of work, with carpeting bearing register number tags attached and intact. c. Guarantee: Furnish a written guarantee for a period ' of one (1) year from date of acceptance. Condition guarantee to include restretching and trimming of carpet as necessary during guarantee period at no ' cost to Owner. d. Preparation: Inspect and prepare the floors for proper carpet installation. 12 -A 3. MATERIALS: Carpet shall meet or exceed following requirements: a. Oakmount, Burke Carpet Mills, or approved equal. Pile Yarn: 1008 Monsanto Solution Dyed Acrilan 2000+ yard (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. ' CARPETING 12 -A Page 1 ' 12 -A 3. Materials: (continued) b. Loktuft Backed Carpet ' Latex:- -------- ------ -- -- ------ - -- -30 oz. Secondary Back - Loktuft: ---------- 5.3 oz. Total Weight: ---------------------- 79.3 oz. 12 -A 4. INSTALLATION: a. General: Prior to installation, clean floors of dirt ' an grit, repairing minor surface irregularities as required for a first -class installation. Install materials by skilled, experienced carpet layers over clean surfaces. Delay laying materials until all other work in, or immediately adjacent, to work area has been completed. ' b. Spread adhesive with a trowel having 1/16" deep notches 1/8" apart. ' c. A conventional carpet cutter should be used rather than a cutter designed specifically for cushion- backed carpet. d. Carpet shall not be stretched. During fitting, seams should be overlapped from 1/8" to 1/4" to insure a ' good, tension -free fit. e. Apply Burke BR -550 seam adhesive to edge of carpet ' backing at each seam. f. Finish all open edges with special vinyl strips. g. Finish work shall be free of buckles, breaks and waves and shall be neatly fitted to walls, etc. h. Carpet to be vacuum cleaned, free of spots, smears, ' staind, etc., and protected from construction traffic. 12 -A 5. CLEANING: Thoroughly clean carpet of all embedded dirt, ' dust, or other foreign material and leave in perfect, unblemished condition prior to acceptance of building. Remove carpet damaged by required cleaning or soil and stains which cannot be removed and replace with new ' material at Contractor's expense. ' 12 -A 6. PROTECTION: Restrict traffic over carpeted areas after installat on. Provide protection to prevent soiling or damage to carpet. ' 12 -A 7. MAINTENANCE MANUALS: Furnish Owner with three (3) printed copies of manu acturer's recommendations for care, cleaning, and maintenance of carpeting. Upon completion of install- ation, arrange for a representative of carpet manufacturer ' f to instruct Owner in cleaning and maintenance of carpeting. CARPETING 12 -A Page 2 of 2 t ' DIVISION 15 MECH NNICAL ' SECTION 15 -A LO BfNG - ' 15 -A. 1. GENERAL: ' The requirements of the Agreement and General Conditions govern work under this section. ' 15 -A. 2. SCOPE: a. Work Included: Furnish all labor, materials, services, testing, transportation, and equipment necessary for and reasonably ' incidental to the completion of all plumbing within 5' -0" of building and indicated on drawings and specified herein. The work included consists of the following major items and all work incidental thereto. 1) General plumbing installation. ' 2) General plumbing materials. 3) Plumbing fixtures and equipment. ' 4) Water, gas, waste and vent piping systems. ' 5) Excavation and backfilling for all underground lines. 6) Access panels, yard boxes and accessories completely installed. 7) Condensate drain piping from Air Conditioning equipment. 8) Tests. 1 15 -A. 3. VERIFICATION OF DIMENSIONS: Contractor shall verify locations, eleva- tion, 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. 15 -A. 4. 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. ' PLUMBING ' 15 -A Page 1 � 1 15 -A. 5. WORKMANSHIP: The installation shall be according to the highest Stan- dards 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. ' 15 -A. 6. 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. 15 -A. 7. SUBMITTALS: Prepare five brochure submittals for all items of equippmen at nd materials to be installed and submit within 30 days of signing of contract for approval of architect and all approving agencies. 15 -A. 8. AS -BUILT DRAWINGS: This contractor shall obtain from the architect, and keep up to ate, 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 -A. 9. TESTING AND ADJUSTING: a. Testing requirements of servicing utilities shall be included. ' b. Testing shall be conducted under the direction of the Owner. c. Piping: Each piping system shall be tested as specified below in sections or upon completion of systems, or both. However, piping shall not be concealed until it has been tested, inspected and approved. Test time will ba accrued only while full head pressure is permissible. It shall be the responsibility of the Contractor to remove during test anything on system that will ' not withstand pipe test pressure called for below, and replace on completion of testing. All equipment damage resulting from negligence is the responsibility of the Contractor. ' d. Special Note: Testing of systems such as soil, waste and vent which may be covered by local, state or national codes shall be tested as herein noted or inaccordance with applicable codes, ' whichever is the most rigid. System Medium Pressure Duration Tolerance ' Soil, water Water Top of 2 hour No joint A.C. drain highest sweat Water lines Water 150 psi 2 hours None, except temp. change ' Gas lines Pneumatic 60 psig 2 hours None, with soap suds joint test PLUMBING ' 15 -A Page 2 ' 15 -A. 10. MATERIALS, FIXTURES AND EQUIPMENT: All materials, fixtures and equipment as specified shall be new, the highest grade, and free from any defects or imperfections. a. Sewer Piping: PLUMBING 15 -A Page 3 1 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 material in place of steel pipe as specified herein. ' b. Sanitary Vent Piping: 1) 2 Inch and Smaller: Schedule 40 galvanized steel pipe with ' screwed drainage pattern fittings. 2) 3 Inch and Larger: Shall be as specified for sewer pipe. ' c. Domestic Water: 1) Below Grade Inside of Buildin : Shall be Type "L" hard drawn copper with wrought copper fittings up to and including the max- imum standard manufactured sizes, brazed with Silfos or Aircosil 15. 2) Above Floor Inside of Buildin : Shall be Type "L" hard drawn —fittings copper wit and joints soldered with 50 -50 solder. 3) Copper to Female Iron Pi a Size: Drop ear fittings shall be ' provided on all concealed pipe outlets. All water connection nipples shall be 85% red brass. d. Gas Piping: Shall be Schedule 40 black steel with screwed banded fittings. ' e. Condensate Drain and Indirect Wastes: 1) Shall be DWV copper with DWV drainage type fittings, hard drawn type "M" copper with long radius fittings or PVC if permitted by local codes and authorities. 2) Joints for copper shall be made up with 50 -50 solder. f. Gate and Globe Valves: Crane or approved equal. 125 lb., all bronze, non - rising stem. g. Gas Cocks: 1" and smaller - Crane #254 or 252; 1;" and larger - Rockwell or Nordstrom teflon lubricated semi -steel tapered plugs #114 or ACF D125. PLUMBING 15 -A Page 3 1 ' 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 require- ' ments 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. PLUMBING 15 -A Page 4 h. Combination Pressure and Temperature Relief Valves: Sized for total BTUH input, Watts Regulator Company or approved equal on storage tanks and water heaters. Run copper drain from PTRV ' to approved termination point. i. Cleanouts: Local code approved. Wall - J.R. Smith 4472 with stainless steel cover; Floor - J.R. Smith 4023 bronze plug & non -skid nickle bronze top; To Grade - J.R. Smith 4283 or 4288 in yard box. ' Access Panels: Chrome directed by Architect. j. plated or as k. Hose Bibbs: Acorn No. 8120 -8130 Series polished chrome plated inside of building and rough brass for exterior, or equal by Arrowhead. 1. Roof Flashings: 6 pound lead flashing, steel reinforced boot, cast iron counter flashing sleeve,.lead caulking, Semco 1110 -4. ' m. Yard Boxes: Brooks products with name of service on cover. n. Dielectric Isolators: Provide on all dissimilar metals. o. Miscellaneous Items: Shall be as shown on drawings and shall comply with local codes and standards. ' p. Water Heater: Shall be of the type, capacity, manufacture and size as shown on the drawings. All water heaters shall bear the stamp of approval of all approving agencies such as U.L., A.S.M.E., A.G.A., etc. Tanks shall be glass lined or equal. All controls shall be 100% safety type. Combination temperature - pressure relief valve shall be installed on all water heaters. Local code approved flue and flue cap shall be installed on all ' gas and oil fired water heaters. Flash and counterflash flue thru roof. All water heaters shall comply with recommendations of manufacturer in his latest catalog or specifications brochure. q. 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 require- ' ments 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. PLUMBING 15 -A Page 4 n 15 -A. 11. INSTALLATION: a. Locations and Accessibility: Install equipment for ease of maintenance and repair. b. O eneni_n�s_: Furnish information to the other trades on size and ocf n on of openings which are required in walls, slabs, etc., ' for conduit, piping, and equipment at the proper times. 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. Closin in of Unins ected Work: Do not allow or cause any of wo to a covered up or enclosed until it has been inspected, rk 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. 1) Bottom of the Trenches: Cut to grade and excavate bell holes to insure t e pipe bearing for their entire length upon the outside periphery of the lower third of the pipe. ' 2) Backfill and Com action: Backfill all pipe trenches with importe sand. Bacc i s all consist of sand 2 inches below pipe to not less than 6 inches above pipe. Balance of trench ' shall be filled with approved clean material, placed in conformity with applicable divisions of the specifications of latest edition of the Uniform Plumbing Code. ' Compact backfill in accordance with sitework section of these spec- ifications or latest edition of the Uniform Plumbing Code. 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 whatsoever and shall be relocated and reconnected as directed by the Owner's representative. ' g. Any damage resulting from the Contractor's operation shall be re- paired by him at his own expense. h. Piping Installations: 1) 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. PLUMBING ' 15 -A Page 5 i h. Piping Installations: (Continued) 2) Joints shall be smooth and unobstructed inside. Thoroughly ' ream cut pipe ends to remove all burrs. 3) All changes of direction shall be made with fittings. Bending or mitered bends if prohibited. 4) All pipe runs and connections shall be carefully made to insure unrestricted flow, eliminate air pockets and permit complete drain- ' age of the system. i. Sleeves: Provide No. 24 gauge galvanized steel or iron where pipes ass through concrete floor slabs above the ground floor. 1) Pipes through ground floor slabs shall be isolated with Kraft ' Paper, plastic tape, or similar materials unless conduit is specified or indicated. 2) 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. ' 3) Sleeves in firewails shall be packed with asbestos rope. j. Pipe Hangers and Supports: ' "Witch ", "Grinnell ", "Free "Elcen ". 1) To be Mason" or 2) Individual; 2'Y" and smaller, Witch 37 malleable ring; 3" ' and larger, Witch 140 roller; wall bracket Witch 69, 84 or 139. 3) Multiple; Trapeze hanger, Unistrut, Iteco. 4) Rod Anchors: Grinnell Fig. 282 (concrete), 131 (steel), 116 (wood). 5) Vertical Supports: 12 feet maximum spacing, Witch 114 bolted for 1�2" and smaller; Witch 222 U -bolt and flat bar for 3" and larger. 6) Pipe Isolators: All bare pipes shall be isolated from hangers with Semco "Trisolators "; steel pipe- Series 100, copper- Series 500. ' Isolate pipes from building structures with ;-," thick waterproof felt wrap with aluminum covering. ' k. Installation of Plumbing Fixtures: 1) Each fixture shall be installed at the exact height and location ' shown on the architectural drawings. L1 ' k. Installation of Plumbing Fixtures: (Continued) 2) Fixtures, supplies, trap and trap outlet shall be set square with the wall, in line with fixture outlets without any offsets, angles or bends. 3) The joint between the fixtures and the walls or floors shall be adequately grouted with polysulfied cement to be smooth, even and watertight. ' 4) Exposed, plated, polished or enameled connections from fixtures shall be assembled with special care to show no tool marks or threads. 1. Completion of Installation: ' 1) Cleaning and Flushin : 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. ' m. Sterilization of Domestic Water Lines: 1) Sterilize from meter to all outlets. Work to be performed by independent company which specializes in this work. ' 2) Submit report to Architect for approval; indicate Coliform- Aerogenes organisms are negative, total plate count less than 100 ' bacteria per c.c., safe for consumption and indicate job locations. 1. 1 PLUMBING 15 -A Page 7 of 7 n DIVISION 15 MECHANIC L V_ SECTION 15 -C HEATING, VENTILATING AND AIR CONDITI NING 15 -C 1. SCOPE: Furnish all labor, materials, equipment, transportation, testing and services necessary for and reasonably incidental to the proper and satis- factory installation of the heating, ventilating and ' 15 -C 2 LJ I11 air conditioning systems indicated on the drawings and specified herein. DRAWINGS: Because of the small scale of the drawings, it is not possible to indicate all offsets, fittings and accessories which may be required. The Contrac- tor shall carefully investigate the conditions surrounding the installation of his work furnishing the necessary fittings which may be required to com- plete the installation. The Contractor shall coordi- nate all roof opening sizes and locations with the General Contractor and provide detail dimensions of opening locations in respect to curbs and building structural members. b. The general arrangement indicated on the drawings shal be followed as closely as possible. In the event a field condition arises which makes it impossible or impractical to install the work as indicated on the drawings, the Contractor shall submit in writing, the proposed "departures" to the Architect for his approval. Only when notified to do so in writing by the Architect shall the Contractor proceed with the installation of the "departures ". In case of a difference in the specifications or be- tween the specifications and the drawings, the Con- tractor shall figure the most expensive alternative and after award of contract shall secure direction from the Architect. ' 15 -C 3. CODE REQUIREMENTS: All work covered by this Section of the specs ications shall conform to the latest requirements ' of the National Fire Protection Association including NFPA No. 90A, No. 91, and No. 96, the Uniform Mechanical Code, local building codes and requirements of any other ' legally constituted body having jurisdiction thereof. HVAC 15 -C Page 1 15 -C 4. FEES, PERMITS AND LICENSES: Fees, Permits and Licenses required by the legally constituted authorities for the ' installation of the work according to.the plans and specifications shall be obtained and paid for by the Contractor. ' 15 -C 5. PROTECTION: ' a. All work equipment and materials shall be protected at all times. The Contractor shall make good all damage caused either directly or indirectly by his own workmen. The Contractor shall also protect his own work from damage. He shall close all pipe openings with caps or plugs during installation. ' He shall properly protect all his equipment and materials against dirt, water, chemical and mech- anical injury. Upon completion, all work shall be thoroughly cleaned and delivered in new condition. ' b. The Contractor shall be held responsible for all damage to equipment and materials until he has re- ' ceived written notice from the Architect that his work has been accpeted. ' 15 -C 6. LOCATIONS: The locations of apparatus and equipment in icated on the drawings are approximate. Piping, ducts, registers, diffusers, and equipment shall be installed in such a manner as to avoid all obstructions, preserve ' head room and keep openings and passages clear. No holes or openings shall be allowed in, nor shall any equipment ducts or pipes be supported from any structural ' member without written consent of the Architect. The locations of all diffusers, registers and grilles shall be coordinated with the Architectural and electrical re- quirements. 15 -C 7. UNINSPECTED WORK: The Contractor shall not allow or cause any of his work to be covered up before it has been duly inspected, tested and approved by the Architect, or any other authorized inspectors having legal jurisdiction over his work. Should he fail to observe the above, he ' shall uncover the work and after it has been inspected, tested and approved, recover it at his own expense. 15 -C 8. SUBMITTAL OF MATERIALS AND EQUIPMENT: Submit as soon as ' possible and Within 30 days after the award of the contract, and before their purchase, the Contractor shall submit to the Architect six bound booklets containing a complete ' list of materials, specialties and equipment, he is to furnish for the installation. The list shall also contain HVAC 15 -C Page 2 I ' 15 -C 8. SUBMITTAL OF MATERIALS AND EQUIPMENT: (Continued) ' the manufacturer's names, addresses, catalog numbers, trade names, capacities, thermostats, electrical ratings and all other information necessary for proper evaluation of the materials, specialties and equipment he is to furnish. All submittals shall be made at one time. In- ' complete submittals will be returned for resubmittal at the option of the Architect. 15 -C 9. SHOP DRAWINGS: In addition to the material and equipment submittals, the Contractor shall provide shop drawings for the items listed below. These shop drawings must be ' approved by the Architect or the Owner before the start of construction of said items. ' a. Complete refrigeration piping. b. Duct supports. c. Heating and air conditioning control diagrams. 15 -C 10. RECORD DRAWINGS: The Contractor shall provide and keep up to date a complete "As- Built" record set of blueline prints, which shall be corrected daily and show every change from the original drawings and the exact "As- Built" locations and sizes of this trade. This set of drawings t shall be kept at the job site and shall be used only as a record set. On completion of the work, this set of prints ' shall be delivered to the Architect. 15 -C 11. WEATHERPROOFING: All equipment, controls, motors, bearings, V- a ts, or other materials requiring protection from wea- ther when located outside of, or on top of building shall be provided with adequate weatherproof protection. Protection provided shall have approval of the Architect prior to installation. Weatherproof protection shall be 1 constructed to prohibit water from standing or pudding on equipment. ' 15 -C 12. PRODUCTS AND EXECUTION: All amterials as specified or require in t e work shall be of domestic make, new and the best of their class or kind, free from defects and imperfections. a. Ductwork: ' 1) The Contractor shall install the ductwork in the approximate locations shown on the drawings. Ducts shall be accurately constructed to conform to the 1 ' 15 -C 12. PRODUCTS AND EXECUTION: (Continued) ' dimensions indicated on the drawings and shall be straight and smooth on the inside with tight and neatly finished joints. All ductwork shall be securely anchored to the building in an approved manner that ' will render it absolutely free from vibration. 2) Unless indicated otherwise on the drawings or ' specified otherwise herein, all ductwork for the heating, ventilating and air conditioning systems shall be galvanized steel conforming to ASTM Specification A93 -55T with Class D coating. ' 3) Round ductwork where shown on the drawings shall be spiral lockseam conduit constructed of galvanized ' steel. 4) Flexible ductwork shall be Glass -Flex Type S.L. or approved equal, factory fabricated assembly con- sisting of a galvanized spring steel wire helix covered with a continuous, non - perforated interior air seal liner and wrapped with a one -inch thickness of glass fiber insulation jacketed with a vapor barrier jacket, factory sealed at both ends of each section. The flexible duct shall conform to the requirements of NFPA Bulletin No. 90 -A and shall be labeled by Under- writer's Laboratories, Inc. as an air duct. Flexible ductwork takeoffs shall be made with Glass Insulation ' Company combination spin -in unit, or approved equal. The ducts shall be supported on 36 inch wide 20 gage galvanized steel hanger straps. The ductwork shall be installed in accordance with the manufacturer's reco- mmendations and U.L. recommendations for joining mater- ials. 5) Curved elbows shall have a centerline radius not less than one and one -half times the width of the duct. Where abrupt turns and square elbows are used, turning vanes shall be provided to permit the air to ' change direction without appreciable turbulence. Changes in duct shape shall be made at small angles. ' Sides of ducts shall diverge at an angle not greater than 30 degrees and converge at an angle not greater than 20 degrees. Take -offs from main and branch ducts, ' unless otherwise noted on the drawings, shall be made with 45 degree taps and volume dampers. All panels shall be cross broken to insure rigidity. The internal ends of all slip joints shall be installed in the Direction ' of Flow. All braces, stiffeners, and hangers shall be placed outside of the ducts. HVAC 15 -C Page 4 i1 15 -C 12. 11 F U PRODUCTS AND EXECUTION: (Continued) Girth joints for rectangular ducts shall be pocket lock or standing seam type. Longitudinal seams for rectangular ducts shall be Pittsburgh lock type. Button punch snaplock type longitudinal seams are acceptable for ducts constructed of 24 gage or heavier galvanized steel. 6) Sheet metal duct gages shall conform to the foll- owing requirements. Duct reinforcing shall be per Tables 10 -A and 10 -B of the 1970 edition of the Uniform Mechanical Code. a) Galvanized Steel: b) Round ducts shall be supported by one inch ' wide hanger straps of the same gage as the duct. Largest Duct Maximum Duct U.S. Std. Dimension (inches) Diameter (inches) Gage centers. The hanger strap shall be connected to Up thru 12 Up thru 13 26 13 thru 30 14 thru 22 24 31 thru 54 23 thru 36 22 7) Duct Supports and Hangers: a) Rectangular ducts with a maximum side not exceeding 30 inches shall be supported with 1 inch wide 18 gage hanger straps. Ducts with a maximum side exceeding 30 inches shall be supported with 1 inch by 1/8 inch hanger straps. Supports shall be located on two opposite sides of the duct, shall be metal screwed to the sides and bottom of the duct, shall be spaced at not more than ten feet on centers and shall be laterally braced. ' HVAC 15 -C Page 5 b) Round ducts shall be supported by one inch ' wide hanger straps of the same gage as the duct. Hanger straps for ducts with a diameter exceeding 40 inches shall be lk inches side. Hanger straps ' for ducts with a maximum diameter not exceeding 40 inched shall be located not more than ten feet on centers. The hanger strap shall be connected to the band with a minimum of two metal screws. The ' ducts shall be braced and guyed to prevent lateral and horizontal movement. ' c) Vertical ducts shall be supported by galvanized steel angles riveted to the ducts and secured to the floor structure at each floor, or by other ' methods approved prior to the start of work. ' HVAC 15 -C Page 5 I 15 -C 12. PRODUCTS AND EXECUTION: (Continued) 8) Sheet Metal Plenum walls shall be 18 gauge galvan- ized steel and reinforced 4' -0" on centers with 1z" X ;" angles. Plenum shall be constructed so as to prevent by -pass of air. Joints and door shall be tight to prevent loss or gain of air. Plenums shall be dimen- sioned as indicated on the drawings and insulated with "Duct Lining" as herein specified. 9) Ductwork Access Panels shall be airtight and be constructed with zinc - coated continuous piano hinge as manufactured by Duro -Dyne or approved equal, and ' be secured in place by the use of machine bolts. Access doors in ducts shall be licked with zinc - coated sash locks utilizing locking feature to draw door air- , tight, as manufactured by Duto -Dyne or approved equal; and secured in place by the use of machine bolts. 10) Volume dampers shall be provided and installed on all supply, return and exhaust ducts as indicated on the drawings and as required for proper balancing of the systems. a) Single blade volume dampers shall be provided in ducts not exceeding 8 inches in depth. Damper blades shall be constructed of not less than 16 ' gauge galvanized steel with edges bent and center grooved. Hardware shall be locking quadrant, heavy duty type as manufactured by Duro -Dyne ' type KS -385 with 3/8 inch rod, K -4 quadrant and SB -338 closed end bearing, or approved equal. Dampers in aluminum ductwork shall be aluminum. ' b) Volume dampers provided in ducts exceeding 8 inches in depth shall be factory made, opposed action multiblade type, Air Louvers Ltd. Series 255 or approved equal. Provide Duro -Dyne KS -12 damper regulator set, or approved equal. Dampers in aluminum ductwork shall be aluminum. 11) Flexible duct connections shall be provided at the intake and discharge connections to all moving equipment, and shall be Duro -Dyne Durolon super metal -fab or appro- ' ved equal. Flexible connections shall be secured to the ductwork and equipment with ll� inch 18 gauge galvan- ized steel angles bolted through the ductwork or "S- AND - Drive" joint. Connections shall be airtight. All flexible connections exposed to the weather shall be provided with an 18 gauge galvanized steel weather ' hood covering the top and both sides of the connection, attached to one side of the connection and extending a minimum of 3 inches beyond the connection. HVAC ' 15 -C Page 6 1 15 -C 12. PRODUCTS AND EXECUTION: (Continued) 1 12) The seams and joints of all ducts shall be sealed 1 ' with the Tuff -Bond No. 12 Buna N rubber base duct sealant as manufactured by Goodloe E. Moore Co., or ' approved equal. Apply a heavy bead to the female portion of the joint. After the joint has been made up apply a bead around the entire perimeter of the duct at the joint with a caulking gun. ' 13) Single blade volume dampers shall be provided in round ducts. Dampers shall be constructed of galvanized ' steel and shall be 22 gauge with Duro -Dyne KS -145L hardware for dampers not larger than 10 inches., 20 gauge with Ouro -Dyne KS -195L hardware for dampers not larter than 20 inches and 18 gauge with KS -385L hard- , ware for dampers larger than 20 inches. Openings in ducts for bearings shall be drilled. b. Ceiling Diffusers, Registers and Grilles: 1) Return air and exhaust air registers shall be Anemostat Model RCGC5 with opposed blade volume dam- per of the sizes and capacities indicated on the draw- ings. Provide 24 X 24 filler pan. ' a) Concealed supply and return ductwork shall be insulated with three quarter pound per cubic foot density glass fiber flexible duct insulation. The insulation thickness shall be 1" for supply ducts and 1" for return ducts. Omit wrapping where ducts are lined. The insulation shall be firmly wrapped ' around the ducts with all joints lapped a minimum of two inches. Securely fasten the insulation in HUAC 15 -C Page 7 2) Rectangular ceiling diffusers shall be Anemostat Model RMD -PTSC of the sizes and capacities indicated on the drawings. The assembly shall have a baked white enamel finish. The Contractor shall coordinate with ceiling diffuser assembly design and installation with the ceiling system. Provide 24 X 24 filler panel. ' c. Insulation• 1) Ductwork shall be insulated as hereinafter specified. Insulation shall be as manufactured by C.S.G. Insulation Company, Johns - Manville, Owens - Corning Fiber -Glas, or Pittsburgh Plate Glass. Insulation shall be installed ' after ductwork has been inspected and approved. 2) Duct Insulation: ' a) Concealed supply and return ductwork shall be insulated with three quarter pound per cubic foot density glass fiber flexible duct insulation. The insulation thickness shall be 1" for supply ducts and 1" for return ducts. Omit wrapping where ducts are lined. The insulation shall be firmly wrapped ' around the ducts with all joints lapped a minimum of two inches. Securely fasten the insulation in HUAC 15 -C Page 7 15 -C 12 L 1 PRODUCTS AND EXECUTION: (Continued) place with 16 gauge soft annealed black or gal- vanized wire spaced not more than 12" on centers for elbows and fittings. b) All ductwork where indicated on the plans shall be internally insulated with 1" thick 1z pound per cubic foot density glass fiber duct liner with a vinyl coating. The duct lining shall have a flame spread of less than 25 as per NFPA No. 90A. Secure the lining to all interior sides of the ductwork with a continuous coating of Benjamin Foster 80 -99 adhesive and Omark Insulpins, mech- anical pins on 14" centers on seams and butt ends. All joints and seams shall be coated with adhesive to insure an approved erosion resistant coating in the air stream throughout the entire length of insulation. d. Equipment: 1) Forced Air Units: a) Forced air units shall be furnished according to the equipment . schedule on the drawings and shall be as manufactured by Lennox or approved equal. b) Units shall be AGA approved. c) Units shall be complete with 120 or 208V/24V control transformer, 24V automatic gas valve, manual main and pilot shut off cock, hi -limit control, 2 -staqe thermostat with summer switch. 2) Flues: Type B, double wall by Amerivent or Metal - bestos. Flues shall terminate in approved vent cap. 3) Unit Heater: a) Unit heater shall be furnished according to the equipment schedule on the drawings and shall be as manufactured by Lennox, Reznor or approved equal. b) Units shall be AGA approved. c) Units shall be complete with 120V/24V control transformer, 24V automatic gas valve, manual main and pilot shut off cock, hi -limit control, E -3 heat exchanger, 2 -stage thermostat with summer switch. HVAC 15 -C Page 8 15 -C 12. PRODUCTS AND EXECUTION: (Continued) ' 4) Exhaust Fans: Furnish according to the equipment schedule on the drawings and as manufactured by those manufacturers indicated on the drawings or approved equal. ' e. Refrigerant Piping: 1) Materials: a) Refrigerant Piping - copper, either seamless hard drawn or seamless bright annealed. Seamless ' hard drawn copper tubing shall by type "L" and shall conform to ASTM Specification B68. If specifically mentioned on the plans, soft annealed copper tubing may be used (with runs in thin wall conduit). b) Soldered Fittings - Either copper or brass as manufactured by the Chase Brass and Copper Company, or approved equal. ' c) Flared Fittings - Brass as manufactured by the Kerotest Manufacturing Co., or approved equal. ' f. Automatic Temperature Control: 1) 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 (furnish 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. 2) Drawings and Checkout: Submit a shop drawing of the entire system to the Engineer for approval before start- ' ing work. Upon completion of the work, provide diagram- matic layouts of the automatic temperature control system as .indicated and as specified herein. 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 con- ' trol system to be inspected by approved control engineer in the employ of the company. Submit name for 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. ' HVAC 15 -C Page 9 j ' 15 -C 12. 1 PRODUCTS AND EXECUTION: (Continued) 3) Submit four complete sets of operating and main- tenance data, including bulletins marked to show exact item furnished. 4) Provide reduced scale diagram, aluminum framed behind glass mounted as directed, of equipment, piping, controls and thermostats. 5) Provide sequences of operation of the system, alu- minum framed behind glass mounted as directed. g. Installation: 1) Equipment Installation: a) All equipment provided under this section of the specification shall be installed in strict accor- dance with the manufacturer's recommendations. b) Should the drawings or specifications indicate ' the equipment is to be installed in a manner not in accordance with the manufacturer's recommendations, the Contractor shall obtain direction from the ' Architect prior to proceeding with the installation. If the Contractor proceeds with the installation without obtaining direction from the Architect, the Contractor shall be required to make all re- ' quired corrections to the installation at no addi- tional cost to the Owner. 2). Piping Installation:, a) The piping installation shall be defined to ' include all pipe, fittings, valves and accessories. b) The entire piping system must be neat with res- pect to the workmanship and arrangement. c) All changes in size of piping shall be made through the use of reducing fittings. No bushings ' will be permitted. 3) Openings through Walls - Framed openings in walls, floor and roof for ductwork have been indicated on the ' architectural or structural drawings. The Contractor shall at time in advance of work, verify these openings and if found incorrect or inadequate, or if additional drawings are required, he shall furnish additional ' drawings showing the correct dimensions and locations of the required openings. HVAC ' 15 -C Page 10 ' 15 -C 12 11 1 LJ 1 01 r, 1 H 1 11 PRODUCTS AND EXECUTION: (Continued) 4) Painting - Corrosion Resistant Finishes: a) Finishes as specified shall be applied to all shop or job fabricated equipment and devices in- cluding all factory fabricated equipment and materials received on the site bare or with prime coat only which are fabricated from ferrous metals. b) Exception - Equipment and devices which are factory fabricated and finished with bonderizing processes or prime coatings over which baked enamel is applied are exempt from this specifica- tion. c) The inside of ducts where connected to grilles, registers, etc., shall be painted two coats of flat black paint so that galvanized duct coating is in- visible. h. Testing: 1) General: The Contractor shall perform all tests to the satisfaction of the Owner. 2) Heating, Ventilating and Air Conditioning System: a) After completion of the work, test and regulate all heating, ventilating and air conditioning sys- tems to conform to air volumes indicated on draw- ings. All test and adjustments of apparatus, dampers and ducts for securing proper volumes and face distribution of air for each grille, register and diffuser. All tests shall be made by an in- dependent test and balance agency that specializes in and whose business is limited to the testing and balancing of air conditioning systems. The agency shall be retained by the Contractor and shall be a fully certified member of the Associated Air Balance Council or Air Balance Consultants. Where required or directed by the Owner or Architect, fans shall be provided with larger or smaller pulleys, at no additional cost to the Owner, sized to drive fans at the speeds necessary to give the indicating volumes. b) For each heating, ventilating or air condition- ing system, the following tests shall be performed and records submitted in tabulated form to the Architect. HVAC 15 -C Page 11 I ' 15 -C 12. 1 1 1 C 1 'I a] PRODUCTS AND EXECUTION: (Continued) (1) Air volumes at each supply, return and exhaust outlet. (2) Total CFM supplied by each supply fan. (3) Total CFM exhausted by each exhaust fan. (4) Total static of each fan. (5) Motor speed, fan speed and input ampere reading of each fan. (6) Air tests shall be made by means of velometer or anemometer readings. (7) Static pressure tests shall be made by means of PITOT tube readings. (8) Ampere readings shall be made by means of an integrating -watt or ampere meter. i. Job Completion: 1) Equipment and Piping Identification: a) All equipment furnished under this section shall be provided with the manufacturer's metal identification labels securely attached and showing all pertinent data including performance character- istics, size, model and serial number. Labels shall not be obscured in any manner. b) Identification name plates shall be provided on all equipment and control components. Name plates shall be constructed of black bakelite with white center engraved letters 3/16" high and shall be cemented to equipment with an epoxy resin. The Contractor shall submit a complete list of name plate titles for approval prior to installation. 2) Final Operation: Upon completion of the project, but before final acceptance, the Contractor shall in- struct the Owner's operating maintenance personnel for a period of one (1) day in all details of operation and maintenance of all equipment and controls. HVAC 15 -C Page 12 '15 -C 12. PRODUCTS AND EXECUTION: (Continued) ' 3) Operating Instructions: a) Prepare a diagram of the entire control system ' with a full description of the heating, ventilating and air conditioning system. ' b) After approval by the Architect, the control diagram and complete operating instructions shall be mounted under glass and installed where directed 1 1 1 1 1 1 1 1 1 1 1 1 4) c) Prepare three maintenance manuals which shall in- clude all the necessary or pertinent data such as: (1) Part numbers of all replaceable items. (2) Oiling and lubrication instructions. (3) Air flow and air balance record. (4) Control diagram and operation sequence, together with labeling of controls and instru- ments to match the diagram. (5) A maintenance schedule which shall list all required maintenance on all equipment furnished under this section of the specification and the intervals of which the items are to be performed. Clean -Up: a) After all heating, ventilating and air condition- ing work has been tested and approved, the Contractor shall thoroughly clean all parts of the equipment in- stallations. Exposed parts which are to be painted shall be thoroughly cleaned of cement plaster and other materials and all grease and oil spots removed with solvent. Exposed rough metal work shall be care- fully brushed down with steel brushes to remove rust and other spots and left in proper conditions to re- ceive painters finish. b) The Contractor shall remove from the jobsite all debris, cartons, boxes, packing crates, excess mater- ials not used, occasioned by his work, and to the satisfaction of the Owner. HVAC 15 -C Page 13 I 1 15 -C 12 LEI 1 1 1 I PRODUCTS AND EXECUTION: (Continued) j. Guarantees: 1) The Contractor shall guarantee the entire heating, ventilating and air conditioning systems unconditionally for a perior of one (1) year after 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 Contractor 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. 1 2) The work shall be installed of such materials and equipment and in such a manner that the operation of all parts of the systems covered by the plans and speci- fications shall be noiseless to the extent that no sound 1 of operation will be heard inside the rooms served by the system's equipment. 3) All equipment shall carry a one (1) year manufactur- er's warranty against defective parts or poor workman - ship. ' 4) All equipment is new and the best of its class and kind, free from defects and imperfections. 1 5) 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 1 of the specifications for a period of one (1) year after the date of acceptance of his work. 1 91 1 1 HVAC 15-C Page 14 of 14 I , 1 �I t DIVISION 16 ELECTRIC SECTION 16 -A ELECTRICKL- 16 -A 1. GENERAL: a. Scope: The work under this Section includes the furnishing of all labor, materials, tools, equipment and apparatus for the complete installation of all electrical equipment. b. Work Included: 1) 271/480 -volt, 3- phase, 4 -wire and 120/208 -volt, 3- phase, 4 -wire distribution systems. 2) Extension of 277/480 -volt, 3- phase, 4 -wire service. 3) Outlets, backboard, and conduit only for public telephone company. 4) Electrical connections to equipment furnished in other sections of these specifications. 5) Conduit and wiring for line and low voltage wiring. 6) Lighting fixtures and lamps as indicated. c. Work Not Included: 1) Modifications to existing main switchboard. 2) Distribution feeders from main switchboard except as otherwise indicated. 3) Painting, unless otherwise specified. 4) Public telephone service conduit, wiring and equipment. d. General Requirements: 1) Take out and pay for all permits and inspections and examinations without additional cost to the Owner. 2) Submit seven (7) copies of shop drawings and material list to Architect for review with such Promptness as to cause no delay in the electrical work or that of any other trades. ELECTRICAL 16 -A Page 1 d. General Requirements : (Continued) 3) Provide all mounting facilities required for properly securing or hanging fixtures, equipment and ' outlets. 4) Coordinate electrical installation with other trades. ' 5) All work and materials shall be installed in accordance with applicable codes and acceptable to ' governing authorities. 6) Guarantee all materials and equipment for one year from the date of written acceptance by Owner. 7) Perform all tests required by Owner. 8) Ground all equipment in accordance with applicable ' codes, and as indicated on drawings. 9) Provide as -built drawings with all changes indi- ' cated in red ink. Provide dimensions of the location of underground conduit runs, and stubouts. 10) Make necessary inspections of existing site ' within the scope of this work and make allowance for existing conditions before submitting bid. By sub- mitting a bid, it will be deemed that such examinations ' have been made. 11) Cut and patch the construction work as required for proper installation of the electrical work. All patching shall match the surrounding work to the satisfaction of the Architect. ' 12) Refer to Division 15 of the mechanical specifica- tions and control diagrams on mechanical drawings and ' provide control components and wiring indicated as being a part of the work of this Division. 16 -A 2. MATERIALS AND INSTALLATIONS: ' a. General: 1) 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 Approva . ' ELECTRICAL 16 -A Page 2 ' 2) Provide trenching, concrete encasement of conduits, backfilling and compaction for the underground elec- t trical work, in accordance with applicable sections of this specification.- ' b. Conduit: 1) 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. ' 2) Electrical metallic tubing, galvanized or Sherardized. Couplings and connectors, seamless steel construction, watertight compression type equal ' to Thomas & Betts Company #5123 Series or Steel City TC 715 Series, set screw type will not be accepted. 3) Provide 20 gauge steel pipe sleeves for concrete ' to permit the conduit to pass through, and 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 Mfg." may be used. ' 4) Flashing assemblies, Semco Fig. #1100 -4. 5) Seal the joint between flashing and pipe with waterproofing compound. ' 6) Structural and miscellaneous steel used in connec- tion 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 ounces per square foot and conform to ' A.S.T.M. A123. ' b. Conduit: 1) 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. ' 2) Electrical metallic tubing, galvanized or Sherardized. Couplings and connectors, seamless steel construction, watertight compression type equal ' to Thomas & Betts Company #5123 Series or Steel City TC 715 Series, set screw type will not be accepted. 3) Flexible conduit, galvanized steel. Connectors ' "Jake" type. 4) Liquid -tight flexible conduit to be sealtite type ' U.A. with Appleton Series "ST" connectors. 5) Nonmetallic duct to be P.V.C. Type "EB" (3" and larger sizes only), Type II or Schedule 40, with waterproof joints. c. Conduit Installation: ' 1) 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 end capped with approved manufactured conduit seals as soon as installed and kept capped ELECTRICAL 16 -A Page 3 ' 4) Flexible conduit may be used only where indicated ' until ready to pull in conductors. Where running thread connections are necessary, only approved manu- ' factured conduit unions used. No bends or offsets will be permitted unless absolutely necessary. Con - duits to be concealed except as noted otherwise. ' 2) 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 mechanical or work rooms). Rigid conduit shall not be installed in direct contact with the ' earth. When installed under slabs on grade, the t conduit shall be encased in a minimum of three (3) inches concrete envelope. Conduits installed in wet ' or exposed locations in concrete shall have threads filled with red lead. For short runs of conduits ' installed in the ground and with the Engineer's approval ' conduits may be wrapped with Hunts Wrap Process No. 3 or "half" lapped with polyvinylchloride tape equal to ' Scotch Wrap. Joints to be "double" wrapped. Tape ' shall be 10 mil thick. ' 3) Electrical metallic tubing up to and including 2" may only be used where exposed to view at least 8' above the floor and not subject to mechanical ' damage. EMT may also be used in dry concealed loca- tions such as above furred ceilings and in stud walls 4) Flexible conduit may be used only where indicated ' on drawings and in other locations due to structural conditions as permitted by code and with approval of the Engineer and used for short motor connections and connections to motors in wet, damp or outdoor areas where drawings indicate the use of flexible conduit. ' 5) P.V.C. heavy wall, Schedule 40 conduit may be used for branch circuits and signal circuits where placed underground, in concrete, in brick or masonry ' construction. 6) Nonmetallic conduit may be used for underground installation of distribution panels. Rigid steel ' conduit shall be used for bends and risers in non- metallic duct runs. Concrete as specified in other sections of this specification, uniformly tamped ' into spaces between and under the ducts. Cuts and joints made with special tools made for this use. 7) Maximum size conduit (outside diameter) permitted ' in concrete slab not greater than 1/4 the slab thick- ness. Refer to structural drawings for additional limitation. Structural drawings may impose additional restrictions as shown. (As approved by Structural Engineer.) ELECTRICAL ' 16 -A Page 4 ' 9) Conduit over metal channel, lath and plaster ceilings securely tied to the furring channels with #16 gauge galvanized wire ties spaced not over 4' apart. ' 10) Conduit placed against concrete above ground fastened to the concrete with pipe straps or one- screw . conduit clamps attached to the concrete by means of expansion screw anchors and screws. 11) Conduits which are installed at this time and left empty for future use shall have polyvinyl rope left in place for future use. 12) Where conduits larger than 1 -1/2" are installed, ' support with pipe clamps either suspended from struc- ture with a rod at least 3/8" diameter with adjustable 8) Conduits throughout the work securely and rigidly ' supported and fastened in place with strap supports permit. Where 2 or more conduits 1 -1/2" or larger spaced not more than 10' apart, and with a support ' provided not more than 18" from any outlet or bend. ' 9) Conduit over metal channel, lath and plaster ceilings securely tied to the furring channels with #16 gauge galvanized wire ties spaced not over 4' apart. ' 10) Conduit placed against concrete above ground fastened to the concrete with pipe straps or one- screw . conduit clamps attached to the concrete by means of expansion screw anchors and screws. 11) Conduits which are installed at this time and left empty for future use shall have polyvinyl rope left in place for future use. by Ceiling Contractor and Architect. 13) Branch circuit conduits turned up from floor into interior nonmasonry partitions or to equipment not adjacent to exterior or masonry wall, shall terminate ' in flush coupling at floor and then extend into parti- tion or to equipment. 14) Conduit exposed shall be run at right angles or ' parallel to the wall or structure. Verify with Archi- tect. ' 12) Where conduits larger than 1 -1/2" are installed, ' support with pipe clamps either suspended from struc- ture with a rod at least 3/8" 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 more conduits 1 -1/2" or larger are suspended from structure, use trapeze type hanger from rods. Contractor shall not use "caddy" clips for suspension of conduits from suspension wires for ceiling system unless approved in writing ' jumper. by Ceiling Contractor and Architect. 13) Branch circuit conduits turned up from floor into interior nonmasonry partitions or to equipment not adjacent to exterior or masonry wall, shall terminate ' in flush coupling at floor and then extend into parti- tion or to equipment. 14) Conduit exposed shall be run at right angles or ' parallel to the wall or structure. Verify with Archi- tect. ' 15) Rigid or electrical metallic tubing not to be strapped or fastened to equipment subject to vibra- tion or mounted on shock absorbing bases. Refer to paragraphs pertaining to vibration. Bake- 16) Insulating bushings of the molded canvas lite type, conduit containing #4 AWG wire or larger where entering pullboxes, junction boxes, cabinets ' and similar enclosures. 17) Expansion and deflection fittings shall be used where 2 rigidly supported conduits may move in rela- tion to each other such as expansion or seismic joining crossings. Expansion fittings with bonding ' jumper. ELECTRICAL ' 16 -A Page 5 18) Conduit rising from floor for motor connection ' shall be independently supported if over 24" above floor. Support shall not be to a motor or duct work which may transmit vibrations. 19) Bury underground conduit, except under buildings to a depth of not less than 24" below finish grade. 20) Reroute conduit where necessary to clear struc- ' tural and mechanical obstructions. 21) Install long radius bends in underground runs in t excess of 100'. d. Outlet Boxes: 1) 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 box be less than 4" square, ' unless specifically noted as smaller on the drawings, or boxes at end of a run and containing a single device may be of the "Handy Box" type. Covers for flush outlets finish flush with plaster or other finished surface. Approved factory made knock -out seals used in boxes where knock -outs 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 installed only as required by the drawings or specifications, or as ' directed. Sectional boxes not used. . a) Light outlet boxes equipped with fixture supporting device, as required by the unit to be ' installed. b) Telephone outlets a minimum of 4- 11/16" square x 2 -1/8" deep. c) Switch outlets - use solid gang boxes for 3 or more switches for mounting behind a common single ' plate. d) For outlets flush in exterior walls use ' weatherproof joints and connections. e) For boxes in planters or surface mounted on ' interior or exterior walls, use cast metal type. f) Floor boxes shall be 3 -1/2" deep, installed with offsets to avoid placing conduit below rebar and shall be similar to Lew Electric #532 with com- bination 1/2" and 2 -1/8" plug. Where noted, multiple ' ELECTRICAL 16 -A Page 6 ' I 1 1.1 1 I I 1 1 11 gang units shall be provided and shall be equipped with barriers. Drilled openings in boxes for conduit entrance entering. Seal all unused hubs. Carpet rings shall be installed where boxes are installed in carpet areas. Risers for telephone and other low potential outlets shall be LEW #FUN -300 -A equipped with #803 blank cover plate and #805 telephone plate. 2) 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. e. Pullboxes: Sized as indicated on the drawings and in no case of less size or material thickness than required by the governing code. General purpose sheet steel pullboxes installed only in dry protected locations and have removable screw covers. Finish manufacturer's standard baked enamel. Conductors: 1) Conductors copper #12 AWG minimum unless specifi- cally noted otherwise on the drawings. Solid conductors #10 AWG and smaller and stranded #8 AWG and larger. Type of wire shall be as follows: a) Type THW 600 volt, insulation used for #4 AWG and smaller. (Lighting) b) Type TW 600 volt, insulation used for #4 AWG and smaller. (Power) c) Type THW used for all panel feeders and service conductors. d) Type THHN 600 volt insulation 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 including conduit and conductors exposed to sun light. e) The following color code for branch circuits: ELECTRICAL 16 -A Page Neutral . . . .White (tape feeder neutrals with white tape near connections) 120/208 volt ' Ground . . . .Green Phase A .Black Phase B . . . .Red ' Phase C . . . .Blue g. Installation of Conductors: 5) Wiring, including low voltage, installed in conduit. 6) Control wiring to conform to the wiring diagrams ' shown on the mechanical drawings and the manufacturers wiring diagrams, and 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. 7) Wiring within panel enclosures to be neatly grouped and laced or Thomas & Betts "ty -rap" spaced 3" apart and fanned out to terminals. h. Panelboards: 1) 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 ' ELECTRICAL 16 -A Page 8 1) Branch circuit and fixutre joints for #10 AWG and smaller wire made with UL approved connectors listed for 600 volts, approved for use with copper and /or aluminum wire. Connector to consist of a cone shaped, expandable coil spring insert, insu- lated with a nylon shell and 2 wings placed opposite to each other to serve as a built -in wrench. Shell molded one -piece as manufactured by "Scotch -lok ". 2) Branch circuit joints of #8 AWG and larger, screw pressure lugs made of high strength structural ' aluminum alloy and UL approved for use with both copper and /or aluminum wire as manufactured by T &B. ' 3) Splices insulated with a thickness of 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. 4) 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. 5) Wiring, including low voltage, installed in conduit. 6) Control wiring to conform to the wiring diagrams ' shown on the mechanical drawings and the manufacturers wiring diagrams, and 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. 7) Wiring within panel enclosures to be neatly grouped and laced or Thomas & Betts "ty -rap" spaced 3" apart and fanned out to terminals. h. Panelboards: 1) 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 ' ELECTRICAL 16 -A Page 8 ' ELECTRICAL 16 -A Page 9 bussing, and main lugs or main breakers, as indi- cated on the drawings. Branch circuit breakers to have individual provisions for padlocking in the ' "OFF" position. Trim adjacent to branch circuit breakers, permanent type plastic or metal numbers to identify circuit protected. Breakers as manu- ' factured by Westinghouse, General Electric, or Square Company bolt -on type and minimum I.C. rating of 10,000 amperes. Bussing, 225 ampere except where noted on drawings. 2) Lighting and power panels, 277/480 volt, three phase, four wire or 120/208 volt, three phase, four ' wire as indicated on drawings. Panels manufac- tured by Westinghouse, General Electric, and ' Square D Company. 3) Where contactors, 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. i. Motor Starters: Manual motor starters, single phase, to open all ungrounded conductors simultan- eously. Single phase starters to be tumbler switch type which shall clearly indicate the "ON ", "OFF" ' and "TRIPPED" positions. ' j. Light Fixtures: 1) General Requirements a) 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 Under- writers' type "AF" or "CF" fixture wire. Fixtures to be equipped with lamps of the size and type specified. ' b) Pendant stem - mounting fixtures supplied with swivel hangers which will allow the fixtures to swing 45 degrees. All swivel hangers provided with safety cables. Suspended fixtures to swing in any direction to accommodate movement caused by a seismic force of a minimum of 100% of gravity per ' table T- 21 -23 -1 (Title 21 C.A.C.). Fixtures to have special stem lengths to give the mounting height indicated on the drawings. Stem to be one ' piece without coupling and to be finished the same color as the canopy, unless otherwise noted. The ' ELECTRICAL 16 -A Page 9 Contractor shall check all locknuts and set screws to rigidly secure the socket to the stem, and the ' stem to the outlet box. Fixtures to be plumb and vertical. ' c) Recessed fixtures where noted to have attached pullbox to have a 4" pullbox permanently attached to the plaster ring so that it is accessi- ble 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 "AW" wires. The flexible conduit to be sufficient length so that when the fixture is dropped the pullbox is readily accessible. ' d) Fluorescent fixtures to be equipped with ETL approved G.B.M. certified high power factor bal- lasts with lowest sound rating available. Fluorescent and slimline fixtures shall be designed to accommo- date T12, 430 m.a. lamps except where specified otherwise. Ballasts to have Class "P" protection ' except as noted. e) Mercury vapor fixtures equipped with high power factor ballasts with lowest sound rating available. f) Ballasts which are judged by the Architect to be excessively noisy. to be removed and replaced. g) Fixture types as indicated on the drawings; ' however, if the type of any fixture is inadvertently omitted, the bid to be based on the cost of fixtures specified in other similar areas. h) Where acrylic plastic is specified, use ' 100% virgin acrylic plastic equal to Rohm and Haas "plexiglass ". i) Lighting fixtures recessed in a ceiling which has.a fire resistive rating of 1 hour or more enclosed in a :pox 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. j) If the Electrical Contractor wants to sub- ' stitute 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 substitu- tion and personally demonstrate the lighted units to the Engineer. Do not delegate this demonstration ' ELECTRICAL 16 -A Page 10 ' to the vendors. Fixtures of same type shall be of same manufacturer. Decision of Engineering regarding ' acceptability of any fixture shall be final. k. Lamps: Lamps to be new, furnished with each fixture of wattage and type as indicated, and as manufactured ' by General Electric, Westinghouse, I.T.E. or Sylvania. All incandescent lamps shall be extended service type, ' 130 volt. All fluorescent lamps standard white. 1. Receptacles: 1) Receptacles as specified or approved equal, gray. 2) Duplex 15 ampere convenience outlets, 120 volt ' grounding type. Approved outlets are: Arrow Hart 5250 Bryant, Hubbell, Slater 5242 Leviton 5897 Sierra 1410 ' 3) Single 15 ampere convenience outlet, 120 volt, grounding type. Hubbell #5251. 4) Receptacles indicated as weatherproof, Hubbell ' #5242 with Hubbell #5205 cover. 5) Special outlets as indicated on drawings. m. Switches: 1) Circuit switches to be gray. Switch ratings ' in accordance with the following tables of loads: Watts Rating ' 0 -1800 (120 -U) 20 Amps Specification of grade of the following manufacturers ' are approved: Sierra, Hubbell, General Electric, Bryant, Leviton (5540 Series), H & H and Slater 700 series. ' 2) 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 position. Switches having a dual rating when used with dual element fuses, shall have rating indicated on the metal plate. ' 3) Time switches for direct control of lighting as indicated on the drawings shall be Tork #7300 ZL (voltage as required) and equipped with reserve ' ELECTRICAL 16 -A Page 11 I I L_1 [I i power feature. Provide time switches indicating indicated on drawings. n. Plates: engraved nameplate on all time switch designation 1) Plates supplied for every local switch, recep- tacle, telephone outlet, etc., stainless steel, Sierra S Line. 2) Plates to be equipped with close fitting openings for the exact device to be used and plain with no designs whatever. Plates for telephone outlets to be equipped with bushed openings. 3) Provide engraved plastic nameplate for each dis- connect switch, starter, circuit breaker and other control devices indicating equipment controlled.. o. 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. H 1 11 ' ELECTRICAL ' 16 -A Page 12 1 I 1 1 1 1 1 i 1 1 1 1 1 i 1 1 1 1 1 ARCHITECTURAL DETAIL INDEX 0.1 Legend 0.2 Abbreviations 1.1 Site Details 2.1 to 2.4 Window Details 3.1 to 3.4 Door Details 4.1 to 4.3 Roof Details 5.1 to 5.5 Exterior Details 6.1 to 6.7 Interior Details SCALE cNECNEO u T1 9 RD JOB 49 Vri s; 1 {FOfl tDA u0NTw►eaT CINTIN AAIYM WOO R NAO% RATNO&M 1 1 1 1 1 i 1 1 LEE Q I� I 4 !n5 2 ROOM KIUMDE.P CALL-t�T �-- OU7-6101= MUMPM-R IMOICATE5 FACE OF UJ7EQl0P- UALL bEE ►ALTER m MKI. 6CNEDULE) Z SECTIOU CALL -OUT !DH I, Un — D1=L CALL -OUT C OE T. IT . (5EE 6 %azll ~DETAIL. Bonk) I [- 3w.Sg7 ZO .000R NUM2ER (SEE oontz 6,04EDULE) �qV �Ip► . SYM 50L OF MATEIZ/AL. MM PLYWOOD 00YLUALL. CSR PLA5TW Y � cowcI2ETE 3LOCK DRAWN [� CHECKED U Tp._ .� .'. ii h JDB 9 vlZt i DATE a sl SHEET •wMIWPQRV CINTINORIVI I wrwrolkr n"N. CAVOMMA i Qouw i WOOD t=11J I5N WARD MM PLYWOOD 00YLUALL. CSR PLA5TW Y � cowcI2ETE 3LOCK DRAWN [� CHECKED U Tp._ .� .'. ii h JDB 9 vlZt i DATE a sl SHEET •wMIWPQRV CINTINORIVI I wrwrolkr n"N. CAVOMMA i I i� 1 1 1 1 1 lu I SCALE ABBREVIF.TIONS ACST. Acoustic HORIZ. Horizontal REVISION Acoustical H.C. Hollow Core ALUM. Aluminum J °B ASB. Asbestos INS. Insulation A.C. Asphalt Concrete INT. Interior BLK. Block K.D. Kiln Dried B.W. Back of Wall L.V. Louvered BOT. Bottom LAV. Lavatory BLDG. Building MAX. Maximum MIN. Minimum CAB. Cabinet M.C. Medicine Cabinet C.L. Center Line MET. Metal CER. Ceramic MISC. Miscellaneous COL. Column CONC. Concrete NAT. Natural CONST. Construction N.I.C. Not in Contract CONT. Continuous No. Number DET. Detail OVHD. Overhead DIM. Dimension D.W. Dishwasher P.G. Paint Grade D.S. Downspout PART. Partition DWL. Drywall PAV. Paving D.F. Douglas Fir PLAS. Plaster PLUMB. Plumbing E.P. Electrical Pad P.P. Polished Plate ELEV. Elevation EQ. Equal R. Radius or Riser EQUIP. Equipment REF. Reference EXIST. Existing R.A. Roof Drain EXP. Exposed RM. Room EXT. Exterior S.C. Solid Core SECT. Section F.M. Face of Masonry SHT. Sheet F.S. Face of Stud SIM. Similar FCTY. Factory STL. Steel FIN. Finish SYM. Symbol F.G. Finish Grade FL. Floor T.& G. Tongue and Grove F.L. Flow Line T.C. Top of Curb T.P. Top of Paving G.I. Galvanized Iron T.S. Top of Slab GA. Gauge T.W. Top of Wall GL. Glass T. Tread GRD. Grade TYP. Typical HDWD. Hardware U.L. Underwriters Lab. HDR. Header HVY.SHT. Heavy Sheet VERT. Vertical SCALE DETAIL DRAWN REVISION U 5 I . 9 ;1�3T i`. -�, ' '..f "�. Y�� iFORNI DATE SHEET •UMW �O�MC�Mi9\OOWA CHECKED J °B _ L::.�. 7 1!].` •/ /� ■NW►w* r uixauKA O• f.. 1 1 1 1 1 I 2' �RA�EC .FILAR. Ast°HALT GO uG QETE. — (�vnAT. N EX 15i: 2 GR0J;4 _ II II I"^ k "K IS" SPLIGEh. �� N E. ACS ER AND SHOO I,DE(� D�. ?,b,l L •g ,.�,� FIWE BROOM FiIJtSH �I /4 "FZ F11.115H8p EDbE ..a•, :.a: FIN +SN �12FAC6 °• �' NOTE: I•O LIAJES *;D4•'G,G, 12. ' /B" EKPN. Ja1uT µTL,•"a 60rG•G. 811 4e Ap.:Ace"T To GONG• OR. MASouIeY Gor�RrJCTIOn�. °S, i700IC LAIR. SCALE _ Natite GUNGRET E SIDE WAL.K.... DETAIL A DRAWN 'PA, REVISION CHECKED ry t DATEa /L y (� rr�.j{s [i ,•.�,. � ^TD C E`[ Rpu 'fie' ' Gr1�ffOR� Fm'v=~v0ftT ►OIT 49 V,.•Sul E i�:.... � SHEET JOB _:; ,, .... __.. __..i.�7� C�MTr ■011rr MAQI, GLLNOa111A . 1 1 1 1 1 1 1 I FAC= OF MA50Nr`Y I BELOW oI I`I ul SE441NT i I/2 x ll�t AT I. i ON O e TtoM of _ WOOD FeAM ING 914 1X III FLAT METAL P NEI FASTEN ZTITIO N 3 II TO FIT W G•E :A NESIVE Tr7� ERE Oa o tL " .PLy OOD N = I to .. 0 II PLASTE r CONT. _ o 15" FELT LINE of OvVZOAN& (WW RE OCCUR) SCALE Sp JAMB MULLION 7E> 311 PEAD t/ SILL DETAIL A DRAWN REVISION CHECKED I: •. „'.�' UT �. YARD DATE M;'i: ;. FW= T 49 'ME Hsu..,.. .. .. .... .. ..a - -.i 2.., —i!, UALIFOR roir eRwnR DRIVE SHEET 2 JOB 4 C4IrO alY . I I C' 1 F 1 1 1 1 i i 1 1 1 i 1 1 1 '1 1 - �11�411 Fos . PLYWOOD 5LDG, A OAJL`( u i COPING A/5,1 Ti 2 x 3 ANGLE ' FIT i P,D2.TITIOM LCALILOWIG 02YwALL W14ER.E OCCUR. JAMS CUANNEL. OIL .TUBE COL. 3" MULLION D 3`1 NEap B p P u I 3 if I �Ymp it CyAUNEL I %° CAP SLOM 11 I I 3 x 3 TUBE WPM OCCU OEM. GROUT LINE OF I I /4"ANC90C. SILL CANOPY L/A - 2'•0° O-C. --MAX, AT S� a 1 2 V 311 - CHANNEL SCALE 3° J M B. C 3" S I L L DETAIL A DRAWN REVISION A? �� 6 •. r+ UTi I �, �RD DATE q CHEC KED . 9 WEST is �' :.i_:, :.- .....:....... I�, a CALIFON SHEET{. Nom: Y•AClle /Mien DRIVE JOB � 4 t 1 1 1 1 1 i U UrNErTUc�CCL!:. -- car 8LOCK 61YOWD OD 1 — — Q > JI i L , p N :�f, WEA FRAME I FILLER AT EMT 3 i i AOOR, FRAUF °- - I 6E w SIM. ,3 jl bj –' %5 21j�u L'STANDARD r MULLIN 31' MULLIOW D B" TRANSOM Pj G 1� y O H. M. J MB FlZ6MF. A PARTITION I WNsR.E o OCCUR I / SEALANT SCALE 311 j)00(Z JAMB DETAIL -` DRAWN REVlS10N CHECKED. DATE .. a.'S ! U .. .. ._ai \[(Dp 9.rC:" .j .. , .. ,.... nn LII i1RNI �+ ���f.i'. s1eN"w►oeT C"KT"eelevs SMEETf� JOB A K"WMeT Y CALMORMA r J I 1 ' 1 PAPTITICQ -- M4EP.c occurs 1 Lu I � n i J ` �I GROUT 450 FRAME STUD SYSTEM GLASS 3" I JAMB 1 & l FxTER10P.. PW L �" PLATTER. SEALANT I 450 FRAME a a: ALUM. SILL STUD SYSTEM =5/8" SPACER W/ SEALANT SCALE 311 HEAD (� 11 C I L L J DETAIL A DRAWN REVISION n fi L c�:a a _ �.. - _ .. `� tC i:.. f �I� � '��� 6 117 `' '� ,;i !.. D .. al tiALIFORN ua :awroa* DATE ,,j SHEEP. CHECKED JOB 919 .' ... ....i il...l:ii, cawnaanva 41 ::wren uuraawlA 1 1 1 1 1 1 1 1 1 II 1 1 r r ROLL -UP DDOfL i -- CASING �— Ix FRAME M.o. 3> /8" HEAVY DUTY .GUIDE 3" JAM 6 p S HEAD JAM5 P� 1 CEP.-TILE WWSZE _ OCCUR. ' w I CAULKIAIG t "' /. -f "" - CASING WlEAFED EDGES i 1 � I /2 ".II�L SLOP fill f] SCALE 3 " JAM 5 G 3 ". JAMB HEAD DETAIL A DRAWN REVISION CHECKED r�..+ � .- ' i.l �G � � DATE 4, S � -7 ,� I ;, 1..e,T < I 9 LS1 t : .. Y LRD E;;I�IiFORNi SHEET U4 Nowpolli CINTRE BIIVC JOB NaV/Wlf MAW. "two"" WEATHERSTRIP EXT. PLASTER. COWCREM SOFFIT A SEWAIT SILL 1J 311 DOOR HEAT) 3/4, TPIZESWOLD YO j L4 WEATWERSTPLIP klZFeT 0 -WALY- DF-CV. FUME WOJD FILLEP--/ 1/24 DWL, CONCRETE FILL 'SEALANT FLATTIE NOTE DETAIL 'OPPOSITE MOtaING AT DOOR. 22 SCALE 3 e Poo z JAM 5 C 311 SILL DETAIL A DRAWN REVISION 7 U11T., r. . -1. 7� � � Vill zc1m DATE 7� CHECKED C CALIFORNI NEWPORT CENTER DRIVE 10 NEWPORT MAC34 c"Nom" FM6, 0 1 oil aw P:: h SHEET -C 1 1 I - A& x Is EXTERIO PLASTU OL_ ROM 00 SECTIOM, =4 x I%' m tAVCog' BMACVIL� 7'-,AACM JOWD 4 41 S/,o SIEPA ItAT'vo -MOW, BASS SE CT-1 _.JMz IMTAa SP No COMM -TO)t %IDS 111.0 jo� 0 SECTIOW Z=_.. "LE//4' ___rZoLL_..U? DOO R.,DETMLS DETAIL A DRAWN ---------- ME "EVISION ", MaP ITI F . I I EST 13 ST 1-:7 EF 13 F 7,f, -k ', 1' YARD il":* "i DZUH CALIFORNIAN DATE Q' 5, 7� ........ _="T 4, 7� SHEET 61•"•wFORT CINTIN allov nvpo maf OMM4 c"Now Al CHECKED � JOB 941 TI 9.—, aq C ILIO DW L PLASTER. SOFFIT 54" SPACER 47— ILI Doott W/SFAlPJT D001Z DEAD /-AI um. GWING p OR A LINE 9 T IN HWK. ALUM. MULLION ---ALUM. WE Posri L C ZP'Z'Y'PACK W/rMOOTP FINISH C EXPOSED FACE SCALE - DOOR, JAMB C I" DOOP, SILL DETAIL A DRAWN REVISION pp DATE4 CHECKED li SHEET 11FORN 619NOWPORT c 3. CA-1 2 mwo-on ft"14.7 JOB T9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TOP OF GRAVEL I I ESTOP M-YOND 1 41' -10- '`-� ALIGN W ITW D ETA IL/A iiil�l N i, - oa \C. _U 24 GA. G.I. JAP TOP OF CANOPY ROOF SHEATHING 11 , FLANING to WALL I D I'V2" PARAPET B 4'%4')e 24 GA:. G.I. SUMP. SEbLpN7 /FLANGE$ 3 SID V1, PLYWOOD OPEW TOP A, 1410 24 CA - GRAVE L •. STOP G•1. CAP - _ �' BUILT- UP ;I 11 :. ±.I �11 Iil 1. l9 ROOFI N G 4'A 4" G.1. DOWNSPOUT i PLASTi: CANT GROUND STRIP SCALEI1,21�. METAL SCUPPER C I 11/2u i2AiZAPET °ETAIL A DRAWN REVISION CHECKED • z�r �r Rf� p� a �:� ' `+ 5 UT J �.. i iSL� I,..�— _ .. �, _ . - ,� 49 Vut�i �� L'::.� , ...,.. w::_s �_..v;f, C:;t1fORN _ DATE A •�` H SHEET .,...W.o....M....aVa 441 JOB N.......,,�, ".a.I.A 1 to GA. 6.i. FLASAlVJC- S:AtAPJT f Q- EGL T j. 24 GA. G.I. CAP F l �T • I % / j / auIL.T•uP % c� vXxr. PAce PLASTER \CANTj '75/8 STRlP WNE2E �� OCCUR. (o S /811 D�) SEE PLAN 3" CAP FLASHING 1) .11le' PARAPET FLAS141MC, 5 12'x 41Y 24 GA. 24 GA. 0-1. CAP G.I. SCUPPER c, W/ FLANGE L. CAUT STRIP ve NIGH = �' GReVEL STOP 24 $VILTUP WIN a _ SCALE 114' METAL SCUPPER C I I /2" TAIL /� N DRAWN VISION H I • ? 2'" oof TE A CHECKED pp n , ., .. .. .. t` F:�I 3 �:,.y :; :...... v:, _ . 1, n , 'ALIFORNI HEET UL JOB 919 1 PLGTFORI�1 Af�iEN. N GA. G. 1. CAP j 11411 PLYWOOD LEVEL. I \ PLYWOOD ROOF DECK CANT STRIP BUILT -:UP ROOFIAIG IVII MECH. PLATFORM $ 12 GA, G.I. CAP __ culZB DIM, 2.4 GA. r,, I. STIFFEN AS MID GRAVEL STOP _CEVEI 1 I I 1!7 I L BUILT -UP. ROOFING I �— II o� cesNT ST21P CUT f ROM Az IS AS MID TO HOLD:LEVEL PLYWOOD:. PECK BUILT- UP -ROOF SALE II/s II MACH, CURES C IIbe DETAIL A DRAWN REVISION a ..,�... . -. 9 VILA: I� �._ ... .. --.� . i _.. �.., �..::.::, C UIFORN DATE SHEET uFms ,WPOST aTrTT. ORWT CFIECKED JOB 16 TIT C "1004 MAew, / 1 1 '1 i 1 1 i 1 i 1 1 1 LINE C: rEVFIL . AT TOP OF aJs'.Y 1 1. REVEAL ? j STOOPS HEQE MASOMIZI PIER METAL —� I COMTROL \ SCREED NEOPRENE I FILLER CONT. OM ALL SIDES i 112" WALL DETAIL D 3" WALL DETAIL 8 DRYWALL WPM occuRS 21/4° 2X FILLM PLASTER 24 GA, 6.! SCUED i _4 4 A N ZIT rLASTEIL O , OVERHANG — IN OW WNEitE OCCURS DRYWALL OR Susr, CElutiG SCALE 3" WALL DETAIL C 511 WALL DETAIL DETAIL A DRAWN REVISION i1 Y .:, \: DATE CHECKED yyp 4.� -7� t,.� 9.� 9v r, .. ^. i,' SHEET JOB L i '1 1 1 i 1 1 1 i 1 1 1 1 1 1 1 1 1 I i I i I Zli PLASTER SCREED 3" WALL DETAIL 13 Z EXTERIOQ BLOCK PLASTER j DQYPAGC .8" BLOCK al= o AT PIER o r SCALE II/,0 WALL DETAIL._.. C 34 WALL DETAIL DETAIL A DRAWN vol, �,, _. "h�I 1 v:..�.:; .._..__.:. v._'..i, �V i,-1� DATE RD a�� "A RD „� SHEET L:IIFORNI 619 NEWPORT NEWPORT MAtl4 cAUrORMA 5, 2 CHECKED JOB 919 TU5E 1011 T P' TUM DCWW AT WALK DECK. E4C W EM D EXTERIOR PLASTEP, 0 --- , _01C, Comc 814 PLYWOOD WALK DECK AZEDIWI%., &CK r I VVI BALCONY RAIL V 0/2"1 STAIR_ DETAIL b 9; 10" TO EXT. I b 7..,Lv 10"�_, FACE OF MASOMEY EXTERIOR PLASTER 511 _W90FILEME FUeL 44 F.O.! WALK DECK Ne XT" WALK DECK V4. FL. 0 TY,r TYrrr. 'K, b L CEIL INS, SCALE. __- - , i/e_ 1 STAIR DETAIL DETAIL A DRAWN REVISION D114,;, 7� YAD UTI[IT!"'T R SHEET 49 VIF ... ... 1, CALIFORN *I* NewpoRT cgmvlo balvg 1 ww"m "MR, churow" 5 3 CHECKED JOB J 10, 1 ----------- $ -T— PLATTE C AT EAST FASCIA PLASTEIR, U 4 NEOPRENE wl FLAT . I . I FILLER STAIR. ---Ai .RAILING WALL DETAIL $14 FACIA EAST iWEST V-00F VETAIL SEE ItTflualt, 7 P LASTER. FILLER. U4 FLAT 71 1A.....' PI BR IE E bEYoNO 8C I ALE I 'let WALL DETAIL C IS14" I FACIA. NOUH ISOUT91"'AlL A DRAVIN "Evislom DATE U T I L I T I E. S. IPLAI P! 1 E. BARD SHEET 49 WEST 16 W-.7.'A, CALIFOR 610 Now"al co"Tall *lkov 2 "n""r RUCH, aloftwmo .6 94. CHECKED JOB 1I 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 ANC902 BOLTS - N jAmb u a + J _ B) t ° + 22 GA. G.L, LOUVERS -W z A 61RD SCREEN 4 :(TYPICAL) SEALAUT J SCALE 1L�2" LOUVER (DerA{L DETAIL A DRAWN REVISION 7. ., _ a ., U .n .. ...... .. . 7 ^ "' �EQRNI 9 J DATE' S' ,� 7 SHEET Awwwrroar cawna aaM CHECKED JOB 9 NaWroaf MAC14 CAWOawY 1 7 i i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I �s hnn r ❑m•n • �w•� • Use $14 L400D , - -Cq Et D STA1 R DETAIL RAILING WALL WOMD _ g.o MODULE 1 CARPET I}- . CARPET I" 1 TTIIE vitJY ASBESTOS e` SO, PLYWO�D ai p,l MODLJLw � RAILING LINE AT pP�N'G SCALE Ili" STAIQ DETAIL C I IIli." I STAIR DETAIL A DETAIL /' DRAWN REVISION ' Y ' Ida �' 'L(�� WRDATEj b'i. C3lN — EET � � CHECKED J08 1 I I 2x4 Ib� SOUNDED U2" R, -/ 2x4 W /r.OUMDED SxVs PLATE EDGES I/4" R, Q COUNTEPUUML WOOD SOFAS P.ETUIZQ NEg1DIR IL I1 AT 3/4 x s14 TUBE I 5 c 3x3 /o PL. WELDED TO FL. 2 BOLTS PER PLATE \ 3/4x3/4 Tur3E ' 4g'Io.c. MAX. - - v2K11k 811x V8 PLATE Q COUNTERS WL WOOD SCeEWS 5 x 3 x 3 /1b PLATE 4 soLTS PER PL: SCALE If F. r 7 BALCONY �f2FS S�II�•y IR PAIL DETALL DRAWN REVISION CHECKED t T� I { M jo e n .... ... - .. 7 9 IP:, L,�� FERN WEST Li.:..:.t] +.�... ...:3 ..... �.. ,!] AU 610 Nowpoa CENTER DRIVE MWItORT IRA34 CureuwA DATE r SHUT JOB J' 5CQP_�E — LL); <; FIN. CLG. OR 1, 717 WALL L(NE POOL, DIZAWE2, � u OR FIXED. — _.. APPLIANCE 3" D 3" CAPS. PET $ LINE OF CAB,ABOVE DIVIDER _:_LAM, PLASTIC 1 �i��'' �F (.t DOOR DRAWER, OR FIXED PANEL SCALE 3u - C. 3„ COUNTER DETAIL A DRAWN REVISION CHECKED lEe It , .....^� q n ;. hy D DATE T1_... in .N.. .. ... .� WL%iI 1J � ::.:.... .. .... __.. �_: ::,i, p G !�i RNI .,. NEWPORT C,Ki.. CAM. NEWPORT MACK. CAIMGAMA SHEET 3 JOB 919 • J 1 1 1 1 1 1 1 1 1 2 X L .� it vex 00 U r �. MI 'A BACC TO BACK 3 u CORWER J4M5 1) 3" M U LLIO N B 5 y 4 ^� AT DOOR. JAMB 77 1 2x 4 CARPET OR VINYL ASBESTOS SCALE 1 U •7 , A 'vl ^ (� 03 It .5 I L DETAIL N ` DRAWN REVISION CHECKED 8 �, .' t- ...... 9 [S RI' rd F'yyA N �wOeY maelk U ai DATE 4 S I% JOB SHEET & .4 w"" i ii 1 1 1 1 i I I - SUM CLG. 2x4 t- �2x1I& POOF. WNEU -. OCCURS 3" HEAD A" GLASS 1/1 IX: Ilk" 2x.4 i SCALE - 311 A n v 1 A , J H'V' DETAIL J� H DRAWN REVISION k I. n '_� 4ii ' B DATE CHECKED S h ��� I� `.�}} J'9 S 9 lss 3 11Rf[�Sp�p _....:_:I, LtlltfUilN •uw�Wroar ccwraaearv� SHEET _ S JOB New"* mucW cur : W/ 0 i 1 1 1 SHOWER STALL CERAMIC TILE a Il�til SuOWER STALL 6 OWL CEU141C TILE MYWALL CERAMIC TIL>: SHOWER STALL O COVED CERAMIC TILE ~ � CE Mlc TILE � e A • SCALE I1�.t ".- NEAUI JAMB S.IM• - .G... _ rk "I WALL DETAIL DETAIL A DRAWN REVISION w�. ra �: 9 a �i r'1 .. � u s i i11i�T ��. L'::..._ =' :.....�. •. -. f 5 a f� p� tip .... lF .� k �" 3 ._..: u. -. 6b `,�� SJii�lF01 \II' 6I /NTWpoll CINTTI PRIM NMMT MM34 CAUPO MA -7 / DATE Q . S / IC SHEET G, 6 CHECKED JOB 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C��At�il� i — TIi G — METAL ''1'. �2 t j � 1 - -� AUCNOr. 2x4 TO FLOOD: dND ROOF' - DO NOT ANCNDC-- TO KIA LL Nit' LOCKER BASE ID S- jo&"5 P� 1411 GLASS i"ll, JI u:I OI i cN SCALE 311. SILL, JAM5 HEAD SIM, C DETAIL DRAWN REVISION t f - , i DATE �. 5,7� t ;gyp ,... - -. J 11FVR�1 .L M.M.Ca t.MT�I aIll SHEET - ....... "' -- .. _ taWPOO What, a.vehtl. 7 CHECKED .106 C -1711 April 11, 1977 CITY COUNCIL AGENDA ITEM NO. H -9 TO: CITY COUNCIL FROM: Public Works Department SUBJECT VF „L 1 .CITIES :SERVICE YARD;; :.� t6fi� SERE �- 171 > RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the Utilities Service Yard at the 16th Street Reservoir site has been completed to the satisfaction of the Public Works Department. The bid price was $272,977.10 Amount of unit price items constructed 272,094.39 Amount of change orders 4,446.98 Total contract cost 276,541.37 Funds were budgeted in the Water Fund (Account No. 50- 9297 -108) Three change orders were issued. The first, in the amount of $2,144.13, provided for changes in the insulation, roofing, and retaining wall, and the addition of one doorway. The second, in the amount of $1,677.15, provided for a change in the ceiling materials and the installation of an additional floor drain. The third, in the amount of $625.70,provided for medium bronze finish on the win- dow frames in lieu of the satin finish originally specified. The plans were prepared by Ficker Architects. The contractor is Austin Building Co. of Houston, Texas (formerly of Newport Beach). The contract date of completion was September 22, 1976. The con- tractor was delayed approximately 30 days due to rain, site unavailibility and the change in the finish on the aluminum window frames. The buildings were occupied on October 25, 1976. Acceptance has been delayed pending re- ceipt of one special floor grate and the correction of minor leaks. Joseph T. Devlin Public W k Director GPD:jd TO: CITY COUNCIL FROM: Public Works Department May 24, 1976 CITY COUNCIL AGENDA ITEM NO. G -3 SUBJECT: CONSTRUCTION OF UTILITIES SERVICE YARD AT 949 WEST 16TH STREET (C -1711) RECOMMENDATIONS: 1. Reject the bid received from Julian Construction Company. 2. Waive the informalities in the bid received from Austin Building Company. 3. Adopt a resolution awarding the contract for Alternate "B" to the Austin Building Company in the amount of $272,977.10, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Seven bids were received and opened in the office of the City Clerk at 10:30 A.M. on May 11, 1976. Bidder FIrs The low bid for Alternate "A" is 1.3% below the architect's estimate of $250,280 and the low bid for Alternate "B" is 0.2% below the estimate of $273,477. (Alternate "A" is for building construction only. Alternate "B" includes the site work: grading, paving, concrete gutters, etc.) Julian Construction Co. (the second low bidder) failed to show unit prices in words and numbers for Bid Items 1 (Building A), 2 (Building B), and 3 (Building D). In addition, there were several mistakes in the extension of unit prices for other bid items. As a result, it is not possible to correct their total in accordance with the procedure stated in the Notice Inviting Bids. In conjunction with the City Attorney it is the staff opinion that the Proposal has a significant informality which cannot be waived. Alternate "A" Alternate "B" 1. Austin Building Co., Newport Beach $247,025.00 $272,977.10 2. Julian Construction Co., Santa Ana $247,400.00 $277,400.00 3. KRW Corp., La Habra $254,820.00 $275,334.00 4. Near -Cal Corp., Anaheim $258,208.60 $283,033.28 5. Steen Construction Co., Tustin $258,611.00 $284,862.00 6. Leonard South & Son, Inc., Anaheim $261,173.00 $282,330.80 7. Higson Construction Co., Inc., $263,639.90 $289,239.38 Newport Beach The low bid for Alternate "A" is 1.3% below the architect's estimate of $250,280 and the low bid for Alternate "B" is 0.2% below the estimate of $273,477. (Alternate "A" is for building construction only. Alternate "B" includes the site work: grading, paving, concrete gutters, etc.) Julian Construction Co. (the second low bidder) failed to show unit prices in words and numbers for Bid Items 1 (Building A), 2 (Building B), and 3 (Building D). In addition, there were several mistakes in the extension of unit prices for other bid items. As a result, it is not possible to correct their total in accordance with the procedure stated in the Notice Inviting Bids. In conjunction with the City Attorney it is the staff opinion that the Proposal has a significant informality which cannot be waived. May 24, 1976 Subject: Construction of Utilities Service Yard at 949 West 16th Street (C -1711) Page 2 Austin Building Company showed the unit price in numbers only for Bid Items 1, 2 and 3 and did not acknowledge receipt of Addendum Number 1 with their bid. Acknowledgment of receipt of this Addendum was submitted after the bid opening. In conjunction with the City Attorney, it is the staff opinion that the informalities in their Proposal can be waived. The Proposals received from two other bidders had similar informalities. This project will provide for construction of a new Water, Sewer and Electrical Service Yard at the 16th Street Reservoir site. City forces will perform the underground site work and electrical work for Buildings "B" and "D" An exhibit showing the site plan is attached. In the 1975 -76 budget, funds were included for buildings only. At the time the plans for the project were being reviewed by the Water Committee it was recommended that the contract be arranged so that a portion of the site work could be included. It was the feeling of the Committee that if the bids were favorable the site work could be included with the buildings. The current budget includes $250,000 in Account No. 50- 9297 -108 for design and construction of the Utility Yard buildings. Of this amount $226,000 is available for construction. $24,000 has been spent or encumbered for the architect's fee, soils engineering, and minor site work. A budget amendment in the amount of $56,000 has been prepared for Council consideration if the contract is awarded. This will provide $46,997.10 to fund the contract; and an allowance of $9,022.90 for (1) materials for work by City forces, (2) construction soils engineering and material testing, and (3) a small allowance for contingencies. The Austin Building Company has not previously worked for the City. A check of the references supplied indicates that the firm has constructed several buildings in Orange County and are well qualified to perform the work required by this contract. The plans and specifications were prepared by Ficker Architects. The estimated date of completion is September 22, 1976. seph T evlin blic Wo Vs Director Att. Pill a• e .KB✓ 9T. Viciiorrr A, WA 00'E.P 4"A000A E 8.4.9E /.4LTE.Pi (4TE G J ^p- i 7/7/%7T7-17 7-11 7 i1 L„/, L /14/L/„l /./,,1- /_l/ /1_% RQC. Byaelom L.t' /AL7E.RNAIE d � . 6l.�'LQ�iYC '' .1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /6.Wl BTiPEET UT /L /T /ES � ?EIPIi/�'E Y14� /Pf0 APPROVED 10 ?!/ ER Z07YRNA E S J DATE PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. aeX,#4114&1T aY S 41976 IV +he CITY COUNCIL. CITY OR NEWPORT IL44H RESOLUTION NO. 8 77. n A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO AUSTIN BUILDING COMPANY IN CONNECTION WITH THE 7 CONSTRUCTION OF THE UTILITIES SERVICE YARD AT 949 WEST 16TH STREET, CONTRACT NO. 1711 WHEREAS, pursuant to the notice inviting bids for work in connection with the construction of the utilities service yard at 949 West 16th Street, in accordance with the plans and specifications heretofore adopted, bids were received on the 11th day of May, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Austin Building Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Austin Building Company for the work in the amount of $272,977.10 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. ATTEST: City Clerk ADOPTED this 24th day of Mayor A 1976. DDO /bc 5/18/76 0 LEGAL.NOTiCE LEGAL No =1'C5 • 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 11th day of May, 1976, at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD 949 WEST 16TH STREET NEWPORT BEACH, CALIFORNIA CONTRACT NO. 1711 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, exe- cuted, 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 SEC- RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiring signatures. In the case of a Partnership, 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 bid opening. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as prepared by the Southern California Chapters of the Amer- ican 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 (Prop- erty - 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 ascer- tained the general prevailing rate of per them 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 Resolution No. 8701 adopted February 9, 1976, 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 contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. DORIS GEORGE, Acting City Clerk CITY OF NEWPORT BEACH, CALIFORNIA Publish: April 15, 1976, in the Newport Harbor Ensign. TO: CITY COUNCIL FROM: Public Works Department April 12, 1976 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: PHASE I CONSTRUCTION OF THE UTILITIES SERVICE YARD AT 949 WEST 16TH STREET (C -1711) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 a.m. on May 11, 1976. DISCUSSION: This project will provide for Phase I construction of a new Water, Sewer, and Electrical Service Yard at the 16th Street Reservoir site. Description Estimated Cost 1. Building A - Administration (4280 Sq.Ft.) $142,000 2. Building B - Electrical Shop and Garages (4307 Sq.Ft.) 50,000 3. Building D - Storage and Garages (4839 Sq.Ft.) 56,000 4. Block Wall 2,300 5. Materials for work by City Forces 3,000 Allowance for Soils Engineering and Material Testing 4,700 Total Alternate "A" $258,000 6. "On- surface" site work (paving, etc.) 23,200 Total Alternate "B" $281,200 An exhibit showing the site plan is attached. A set of plans will be available for inspection in the Council Chambers. The specifications require each bidder to submit bids for the Alternates. The right to award a contract for either Alternate has been reserved. City Forces will perform the underground site work and electrical I work for Buildings "B" and "D ". April 12, 1976 Subject: Phase I construction of the Utilities Service Yard at 949 West 16th Street Page 2 Phase II construction, consisting of site work completion, block wall and landscaping across the frontage on 16th Street is scheduled for Fiscal Year 1976 -77. Phase III construction, consisting of Building "C" (a duplicate of Building "D "), is scheduled for Fiscal Year 1979 -80. The current budget includes $250,000 in Account No. 50 -9297 -108 for the Utility Yard project. Of this amount, $226,000 is available for construction. $24,000 has been spent or encumbered for the Architect's fee, soils engineering, and minor site work. If necessary, a budget amendment based upon actual bid prices will be submitted when the Council considers award of the contract. The plans and specifications were prepared by Ficker Architects. The estimated date of completion is September 22, 1976. This date of completion will permit vacation of the present facilities on Superior Avenue so that they can be demolished to provide the required right -of -way for the Superior Avenue Widening project. Construction of the Superior Avenue project is scheduled to start in the Spring of 1977. rblic Devlin ks Director Att. \\ I v /C /N /TY .4CC .9/46MULK /.I(rEiAM.Irl S' b Ao,04A J- °,4* ~4C rK' 7E 0/1SV I�ApO.f�OA E SA9E /.ICrE.PncerE e J P"- EX /917rYl7 .FL�,S4EiPlt1/•P /� �T/ 7/7 T/7/7 7-177- 7-/7 f!/7Y/.4E dY/ /LO 1110 O / 1 4/ L/1411- 01- G1,01- /1,4/1% CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /a.Me BTiPEET 4colyW TpES 49e,oPlV/L^E Y, AW APPROVED Al Mv sr. pCQ W EA /.ACrE.MG/ E b J DATE PUBLIC WORKS DIRECTOR R.E. NO. — DRAWINO NO. eXooV14&170 K JUL 28 1975 By iha CITY COUNCIL CITY OF NRINP"T BEACH TO: CITY COUNCIL • July 28, 1975 CITY COUNCIL AGENDA ITEM NO. H -2 (b) FROM: Public Works Department SUBJECT: AGREEMENT FOR PROFESSIONAL ARCHITECTURAL SERVICES -- UTILITIES SERVICE YARD BUILDING (C -1711) RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute the subject agreement with Ficker Architects to prepare plans and specifications for the subject project. DISCUSSION: On May 12, 1975 the Water Committee requested the staff to obtain a proposal from William P. Ficker, Architect, to prepare plans for the main building and garages for the proposed new Water Yard at the 16th Street Reservoir site. The major services to be performed by the architect are: I. Preliminary Design Development Phase A. Conference with the City staff to determine all requirements and limitations. B. Refinement of design to satisfaction of all parties. C. Preparation of preliminary drawings, specifications, project budget and schedule. This will include outline, structural, mechanical and electrical design. II. Final Design and Contract Documents A. Preparation of complete construction drawings and specifications. B. Preparation of a final cost estimate. III. Bidding or Negotiation Phase A response by architect to request for information during bidding or negotiation. IV. Construction Phase A. Response by architect to requests for information during construction. B. On site inspections from time to time as construction Proceeds. • 0 July 28, 1975 Subject: Agreement for Professional Architectural Services -- Utilities Service Yard Building (C -1711) Compensation is based on standard hourly rates (copy attached), with specified maximum fees as indicated below: I. Preliminary Design Development Phase $6,500 II. Final Design and Contract Documents Aggregate amount including the above 16,000 $6,500 (- 6,500) III. Bidding or Negotiating Phase 1,000 IV. Construction Phase 1,500 Specified Maximum Fee $18,500 The budgeted amount for the construction of the Utilities Service Yard is $250,000 which includes funds to prepare the plans. A preliminary schedule calls for construction to begin in January 1976 if the required permits can be obtained by that time. 1. / oseph T. ublic Wor �1IM:hh /Attachment ,lin Director 0 Hourly Rates: 1. Principal Architects $40.00 /hr 2. Executive Architect /Planner 35.00 /hr 3. Project Architect 32.00 /hr 4. Senior Planner Designer 32.00 /hr 5. Intermediate Planner Designer 27.00 /hr 6. Job Captain 25.00 /hr 7. Senior Draftsman 24.00 /hr 8. Intermediate Draftsman 23.00 1hr 9. Junior Draftsman 21.00 /hr HOURLY RATES QUOTED ABOVE ARE DEEMED TO INCLUDE ARCHITECT'S OVERHEAD COST SUCH AS: CHECK PRINTS, POSTAGE, AND MILEAGE. EXHIBIT "A" 1. RESOLUTION NO. 8 5 �> JUL 28 1975 A RESOLUTION OF THE CITY COUNCIL OF THE CITY By the CITY COUNCIL OF-VEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CITY 7.l�FACN CLERK TO EXECUTE AN ARCHITECTURAL SERVICES AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND FICKER ARCHITECTS IN CONNECTION WITH THE PROPOSED UTILITIES SERVICE YARD WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain architectural services agreement between the City of Newport Beach and Ficker Architects in connection with the proposed utilities service yard; and WHEREAS, the City Council has considered the terms and conditions of said agreement and found them to be fair and equitable, and in the best interests of the City; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City'of Newport Beach that said agreement above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 28th day of July , 1975, Mayor ATTEST: City Clerk DDO /bc 7/22/75 0 0 CI'T'Y OF NEWPORT BEACH City Clerk's office, 640 -2251 May 19, 1977 Austin Building Company 200 Newport Center Dr. -Suite 7.05 Newport Reach, CA 92660 Subject: Surety Federal insurance Company Bonds No. . 80662305 Project 16th St. Utilities Service Yard Contrail NO.: 1711 The City Council on April 11, 1977 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 clays after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on April 14, 1977 in Book No. 1.2147, Page 223. Please notify your surety company that bonds may be released 35 days after recording date. Doris George City Clerk eg cc: Publ'i.c Forks Dept. i 31 }' Hall ° 2Jc100 wf, lV'p0:'L .i.i OtllCv�1 Yd, iti ClV i)O t'I BC2Cll ., Cali {CJ 731Id 9:2(563 PI_rFc° F 7-U47-1 T8E U S- -j c! n. CITY 2C�J7� r ; n ^T F ArH F 925'3 EC EXEMPT 12 NOTICE OF COMPLETION PUBLIC WORKS A 12147PG 223 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 6 min- Past 4 P M APR 14 1977 J. YYrl1E CARIYLE, Cwnq AeeWar To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 22. 1976 the Public Works project consisting of Construction of 16th St. Utilities Service Yard on which Austin Building Company was the contractor, and Federal Insurance Company was the surety, was completed. VERIFICAT I, the undersigned, say: CITY OF NEWPORT BEACH 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 April 12, 1977 at Newport Beach, California. I, the undersigned, -I - I am the City Clerk of the City of Newport Beach; the City Council of said City on April 11. 1977 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 12, 1977 at Newport Beach, California. RECEIVED CITY CLERK AY i" 1977► C;Ty OF MVe'.Pu,RT RMCH, � GA14E ti CITY OF NEWPORT BEACH CALIFORNIA Diate: April 12. 1977 City Hall 3300 W. Newport Blvd Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Lear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Construction of 16th St. Utilities Service Yard Contract No. 1711 on which Austin Building Company and Federal Insurance Company Please record and return to us. Encl. was the Contractor was the surety. Very trul} yours, Doris George City Clerk City of Newport Beach 0 0 Date June 11, 1976 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C -1711 Project Utilities Service Yard Construction Attached is signed copy of subject contract for transmittal to the contractor. Contractor: A.. 4- n..41w4 -- Address: 200 Nevoort Center Drive Ste 105 Newport Beach CA 92660 Amount: $272,977_10 Effective Date: S-94 -76 Resolution No. a77A Doris George DG:swk Att. cc: Finance Department LJ CONF!rZMATlo,: Or ir.l':>URANC�2 INa° 12745 To; Mrs. Terri Collier Date: Austin Building Co. 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 As instructed we have bound /arranged the following insurance: 0 Frank B. Hall & Co. 3200 Wilshire Boulevard Los Angeles, California 90010 Telephone (213) 386 -8553 May 28, 1976 Named Insured: Austin Building Company, all subcontractors, material men, supplymen and the City of Newport Beach as their interest may appear. InsuranceCornpany(ies): St. Paul Mercury Insurance Co. Subject of Insurance, Description of Coverage, Amount or Limit: $247,025.00 Builders All Risk on the construction of various buildings for the utility service yard, located 949 West 16 Street, Newport Beach, California. Perils: All Risk Including Earthquake and Flood. Deductibles $1,000.00 All Perils except; 2% of the values at the time of .loss for Earthquake and flood; subject to a minimum of 1% of the contract price. From. June_...1_7 , 19, __ :01.._PM, to cease_Puqust .l 19,76 _ .12 - O1_a.,m.. or such time prior thereto as "a Company policy(ies) may be issued on described risk in lieu thereof. Sub;ect in all respects to the terms and conditions of the poiicy(ies) to be issued. Copes to: Inpo•.: +nt it t e'e. is ry °grure.y .I 11, i, v$.r'n& pleaoa auvc;e ,.v necra:e�y FRANK B. HALL & CO. , 1 I This is to certify to fr CEIRIFtCATE OF INSUflACE City of Newport Beach Newport Beach, California L J that policies of insurance as described below have been issued and are in force. Name and address of insured: Austin Industries, Inc. Austin Bridge Company X Austin Building Company. Austin Paving Company Austin Products, Inc. P.O. Box 1590 Dallas, Texas 75221 Austin Road Company P.O. Box 2285 Fort Worth, Texas 76101 James H. Conlee Division of Austin Building P.O. Box 909 Fort Worth, Texas 76101 AB 744 June 1, 1976 Ausco Construction, Inc. P.O. Box 20629 Houston, Texas 77025 W.J. Thomas Line Builders Division of Austin Industries P.O. Box 20577 Dallas, Texas 75220 Bristol Steel Building, Inc. Athens Plow Coastal Construction Company P.O. Box 909 Division of Austin Industries - P.O. Box 20309 Fort Worth, Texas 76101 P.O. Box 609 Houston, Texas 77025 Athens, Tennessee 37303 'Location and description of "rk: All States other Than Texas All operations of Insured FEDERAL INSURANCECOMPANY COVERAGE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION Coverage B — Employers Liability GENERAL LIABILITY 76305066 5 -1 -77 Statutory In conformance with the Compensation Laws of All States $100,000 each occurence 77952154 5-1 -77 $500,000.00 Combined Single Limit MOTOR VEHICLE LIABILITY 77952154 5 -1 -77 WORKMEN'S COMPENSATION INCLUDES THE FOLLOWING COVERAGES: A. Coverage for U.S. Longshoremen & Harborworkers Act B. Coverage for the Jones Act GENERAL LIABILITY INCLUDES THE FOLLOWING COVERAGES: 1. Premises — Operations 2. Independent Contractors 3. Contractual Coverage for all written contracts 4. Property Damage Liability arising out of the "XCU" hazards 5. Completed Operations — Products 6. Broad Form Property Damage 7. Boat Liability MOTOR VEHICLE LIABILITY INCLUDES THE FOLLOWING COVERAGES: 1. All owned vehicles 2. Employer's Non - ownership Liability 3. Hired Automobiles NUHIH bHUC S500,000.00 Combined Single Limit COVERAGE POLICY NUMBER EXPIRAT IOM LIMITS OF LIABILITY Umbrella Catastrophe RLJ 1704 1.1 -77 51,000,000,00 Liability Policy This certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by the Policy(s) described. In the event of any material change in or cancellation of the policies, the companies named herein will give 10 days prior written notice of such change or cancellation to the party to whom this certificate is addressed. Dated at Dallas, Texas May 1 1976 AGENT: By: GCG Authorized Represe This is to certify to CERIFICATE OF INSUBACE City of Newport Beach Newport Beach, California L_ _J that policies of insurance as described below have been issued and are in force. Name and address of insured: Austin Industries, Inc. Austin Bridge Company X Austin_ Building Company Austin Paving Company Austin Products, Inc. P.O. Box 1590 Dallas, Texas 75221 Austin Road Company P.O. Box 2285 Fort Worth, Texas 76101 James H. Conlee Division of Austin Building P.O. Box 909 Fort Worth, Texas 76101 AE3 744 June 1, 1976 Ausco Construction, Inc. P.O. Box 20629 Houston, Texas 77025 W.J. Thomas Line Builders Division of Austin Industries P.O. Box 20577 Dallas, Texas 75220 Bristol Steel Building, Inc. Athens Plow Coastal Construction Company P.O. Box 909 Division of Austin Industries - P.O. Box 20309 Fort Worth, Texas 76101 P.O. Box 609 Houston, Texas 77025 Athens, Tennessee 37303 Location and description of work, All States Other Than Texas All operations of Insured FEDERAL INSURANCE COMPANY COVERAGE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION 76305066 5-1 -77 Statutory .. In conformance with the Compensation Laws of All States Coverage B — Employers Liability $100,000 each occurence 1. GENERAL LIABILITY 77952154 5 -1 -77 5500,000.00 " Combined Single Limit MOTOR VEHICLE LIABILITY 77952154 5 -1 -77 S500,000.00 Combined Single Limit WORKMEN'S COMPENSATION INCLUDES THE FOLLOWING COVERAGES: A. Coverage for U.S. Longshoremen & Harborworkers Act B. Coverage for the Jones Act GENERAL LIABILITY INCLUDES THE FOLLOWING COVERAGES: 1. Premises — Operations 2. Independent Contractors 3. Contractual Coverage for all written contracts • 4. Property Damage Liability arising out of the "XCU" hazards' 5. Completed Operations — Products 6. Broad Form Property Damage ' 7. Boat Liability MOTOR VEHICLE LIABILITY INCLUDES THE FOLLOWING COVERAGES: 1. All owned vehicles 2. Employer's Non - ownership Liability 3. Hired Automobiles NORTH BROOK INSURANCE COMPANY COVERAGE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY Umbrella Catastrophe RLJ 1704 1 -1.77 S1.000,000.00 Liability Policy This certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by the Policy(s) described. In the event of any material change in or cancellation of the policies, the companies named herein will give 10 days prior written notice of such change or cancellation to the party to whom this certificate is addressed. Dated at Dallas, Texas May 1976 AGENT: By. Authorized Represent This is to certify to F CEIRIFICATE OF fPlSUACE City of Newport aeaah I Newport Beach, CalifOr6ta L J that Policies of insurance as described below have been issued and are in force. Name and address of insured: Austin Industries, Inc. Austin Bridge Company i Angtin Rui1dinn••9 r mm�mpnnki Austin Paving Company Austin Products, Inc. P.O. Box 1590 Dallas, Texas 75221 Austin Road Company P.O. Box 2285 Fort Worth, Texas 76101 James H. Conlee Division of Austin Building P.O. Box 909 Fort Worth, Texas 76101 A B 744 ,tune 1, 1978 Ausco Construction, Inc. P.O. Box 20629 Houston, Texas 77025 W.J. Thomas Line Builders Division of Austin Industries P.O. Box 20577 Dallas, Texas 75220 Bristol Steel Building, Inc. Athens Plow Coastal Construction Company P.O. Box 909 Division of Austin Industries - P.O. Box 20309 Fort Worth, Texas 76101 P.O. Box 609 Houston, Texas 77025 Athens, Tennessee 37303 'Location and description of workr All States other Than Texas All operations of insured FEDERAL INSURANCE COMPANY I - COVERAGE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION 76305066 5 -1 -77 Statutory Coverage 8 — Employers Liability GENERAL LIABILITY MOTOR VEHICLE LIABILITY 77952154 1 5 -1 -77 77952154 5 -1 -77 In conformance with the Compensation Laws of All States $100,000 each occurence 5500,000.00 Combined Single Limit S500,000.00 Combined Single Limit WORKMEN'S COMPENSATION INCLUDES THE FOLLOWING COVERAGES: A. Coverage for U.S. Longshoremen & Harborworkers Act B. Coverage for the Jones Act GENERAL LIABILITY INCLUDES THE FOLLOWING COVERAGES: 1. Premises — Operations 2. Independent Contractors 3. Contractual Coverage for all written contracts , 4. Property Damage Liability arising out of the "XCU" hazards 5. Completed Operations — Products 6. Broad Form Property Damage 7. Boat Liability MOTOR VEHICLE LIABILITY INCLUDES THE FOLLOWING COVERAGES: 1. All owned vehicles 2. Employer's Non - ownership Liability 3. Hired Automobiles COVERAGE Umbrella Catastrophe Liability Policy FIT BROOK INSURANCE COQ ICY NUMBER � EXPIRATION RLJ 1704 1 -1 -77 LIiOH60F LIABILI S1,000,000.00 This certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by the Policy(s) described. In the event of any material change in or cancellation of the policies, the companies named herein will give 10 days prior written notice of such change or cancellation to the party to whom this certificate is addressed. Dated at _ Dallas, Texas AGENT: May 1 1976 By: Authorized Represent IL Austin June 1, 1976 City of Newport Beach, 3300 W. Newport Blvd. Newport Beach, Calif. Subject: Construction Service Yard Newport Beac Gentlemen: 0 Austin Building An Austin Industries Company Austin Building Company 2949 Slemmons Freeway 214 630.5100 P.O. Box 1590 Dallas.Texas 75221 California 92660 of 16th Street Utilities - 949 West 16th Street, h, California, C -1711 I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's Compensation or to under- take self- insurance before commencing any of the work. AUSTIN BUILDING COMPANY President Assist. ecretary i�Ntf111 June 1, 1976 City of Newport Beach, 3300 W. Newport Blvd. Newport Beach, Calif. Subject: Construction Service Yard Newport Beac Gentlemen: 0 Austin Building An Austin Industries Company Austin Building Company 2949 Stemmons Freeway 214 6305100 P.O. Box 1590 Dallas. Texas 75221 California 92660 of 16th Street Utilities - 949 West 16th Street, h, California, C -1711 I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's Compensation or to under- take self- insurance before commencing any of the work. AUSTIN BUILDING COMPANY President Assi t. Secretary A June 1, 1976 City of Newport Beach, 3300 W. Newport Blvd. Newport Beach, Calif. California 92660 0 Austin Building An Austin Industries C irnoany Austin Building Company 2949 Stemmons Freeway 214 630.5100 P.O. Box 1590 Dallas, Texas 75221 Subject: Construction of 16th Street Utilities Service Yard - 949 West 16th Street, Newport Beach, California, C -1711 Gentlemen: I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's Compensation or to under- take self- insurance before commencing any of the work. AUSTIN BUILDING COMPANY President�� Assist. Secretary CITY OF NEWPORT BEACH CERTIFI *E OF INSURANCE FOR CONTRACT WS FOR CITY IMPORTANT: THIS FORM 1S THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1711 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description:16th Street Utilities Service Yard, 949 West 16th Street This is to certify that the Federal Insurance Company Name of Insurance Company has issued to Austin Building Company Name of Insured 200 Center Drive, Suite 105, Newport Beach, CA 92660 (Address of 1 the policy of liability insurance certified 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. 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 Automobiles. c. Contractors Protective Liability (When Insured engages 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: CMGA Subcontractors). Address of Agency or Broker: P. O. Box 1590, Dallas, Texas 75221 Telephone No. Countersigned (214. 369"2451 ie aal) ve ual Effective date of this endorsement: May 26 , 197a , Endorsement No. olicy Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: Covera e olicy No. $500,000) $ 500,000 Protecti $1,000,000 Products $ 500,000 Contract HOW C \ " )MPLETE INFOR ATION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single From: 5 -1 -76 $ &p,ppp Protecti Limit Bodily Injury or Property Damage 77952154 To: 5 -1 -77 $ 5U0. 000 $1Oa roducts $ sm.Ow Contract Each Occurrence 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 Automobiles. c. Contractors Protective Liability (When Insured engages 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: CMGA Subcontractors). Address of Agency or Broker: P. O. Box 1590, Dallas, Texas 75221 Telephone No. Countersigned (214. 369"2451 ie aal) ve ual Effective date of this endorsement: May 26 , 197a , Endorsement No. 1 I � RESOLUTION NO. 8 7'7 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO AUSTIN BUILDING COMPANY IN CONNECTION WITH THE CONSTRUCTION OF THE UTILITIES SERVICE YARD AT 949 WEST 16TH STREET, CONTRACT NO. 1711 WHEREAS, pursuant to the notice inviting bids for work in connection with the construction of the utilities service yard at 949 West 16th Street, in accordance with the plans and specifications heretofore adopted, bids were received on the 11th day of May, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Austin Building Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Austin Building Company for the work in the amount of $272,977.10 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 24th day of May , 1976. Mayor ATTEST: City Clerk DDO /bc 5/18/76 0 I } f v1 O a O T y� ,l i C W Ch r 2 _N r¢W Q W W � Z rZo O Z r U W i. >-... ... �' -.'. ,...� -: ._.ter r = =�?.�, �=s`� _ - "�.- s'+ -.='"• o� Milli ��Y�nNi�a In II�IIII�A� �161�I��IIEI�I�If�t�n�lilVu mmuell nul i. >-... ... �' -.'. ,...� -: ._.ter r = =�?.�, �=s`� _ - "�.- s'+ -.='"• o� l Qom. 4 g 7 N O m •W 2 N Q W -0 F U W r _ - -1 o 0 �o %,I 111111111111lul =INlaI ��IlllVlll�llli�l ��lu �n11�YII1NNq� ienei�mmtn�nu�i�l III��II�I���I�I�II��II o 0 �o %,I CONTRACT NO. 1711 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD 949 WEST 16TH STREET NEWPORT BEACH, CALIFORNIA SUBMITTED BY: AUSTIN BUILDING COMPANY Contractor 200 Newport Center Drive, Suite 105 Address Newport Beach, California 92660 City Zip (714) 644 -8322 Phone --?�;7 . d Total Price Items 1 through 4 (Alternate "A" Approved by the City Council this 12t�i day of April, 1976 • • 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 11th day of May , 19 76, at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD 949 WEST 16TH STREET NEWPORT BEACH, CALIFORNIA CONTRACT NO. 1711 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 Coopor —ate Seal shall be affixed to all documents requiring >s signatures. In the case of a ar 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 1, ecifications for Public Works Construction (1973 Edition) as prepare y the Sout ern Ca iform a Chapters of the American 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. 8701 adopted February 9, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -22 -76 0 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. 272043 Classification A,B1 Accompanying this proposal is BID BOND IN THE AMOUNT OF 10% OF AMOUNT BID (Cash, Certi ie C ec , Cashiers Chec 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. (714) 644 -8322 one Number May 11, 1976 Date AUSTIN BUILDING COMPANY (SEAL) gnatu e President Assistant Secretary 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: Robert A. Fernandez. President Mel Traylor, Sr. Vice President George Dawkins, Sec. /Treasurer Geron H. Holder, Manager 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. 3. zg4,a 4. 6. 7. %J.ovieJC� /Vorfi�t. -tsi 9. Su. Tt�sc «mac'% 11. /./ V, e 14 C \ v.�el.�+epr c 12. S ` s� .re�GdL AUSTIN BUILDING COMPANY Bidders Name President Authorized Signature Corperation Type of Organization (Individual, Co- partnership or Corp.) 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 Address t SEE ATTACHED BID BOND Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we and 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 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 �7 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact? 0 Title Surety CHUBB 0 CHUBB & Manager SON INC. 6 i �.���_, ... �,c•;rnc�r, 'r'a1�i: way. Snr,....;.!:.,. ... FEDERAL INSURANCE COMPANY BID BOND Bond No. N- 80700320 That we, Know All Men By These Presents, AUSTIN BUILDING COMPANY Amount$ 10% Bid (hereinafter called the "Principal "), as Principal, and the FEDERAL INSURANCE COMPANY, of Short Hills, New Jersey, a corporation duly organized under the laws of the State of New Jersey, (hereinafter called the "Surety "), as Surety, are held and firmly bound unto City of Newport Beach (hereinafter called the "Obligee "), in the sum of Ten Percent of Amount Bid Dollars ($ 10% Bid ), for the payment of which sum, well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 3rd day of May A. D. nineteen hundred and Seventy -Six. WHEREAS, the Principal has submitted a bid, dated May 11th 119-16- for 16th Street Utilities Service Yard NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. AUSTIN BUILDING COMPANY Principal By �` C"- President FEDERAL INSURANCE COMPANY By�o'Pn ? R J AjAat At o ey -in -Fact Uww Form 12021 F(Rev. 12 -69) C -129 "T6 Certified Copy of • POWER OF ATTORNEY • Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 90 John Street, New York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint G. E. Dawkins, Sam H. Gaddy, Lee Roy Stecher, Warren R. Blackmon, and JackR. Young of Dallas, Texas---------------------------------- - - - - -- each its true and lawful Attorney -in -Fact to execute------------------------- - - - - -- under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise bonds or obligations on behalf ofAUSTIN BRIDGE COMPANY; AUSTIN ROAD COMPANY AUSTIN BUILDING COMPANY; AUSTIN PAVING COMPANY AUSTIN CONSTRUCTION COMPANY; SERVIS EQUIPMENT COMPANY COASTAL CONSTRUCTION COMPANY; AUSCO, INC. JAMES H. CONLEE, INC.1 BRISTOL STEEL BUILDING, INC. W. J. THOMAS 6 COMPANY, INC. AND any and all joint ventures wherein one or more of the above named shall participate. in connection with bids, proposals or contracts to or with the United States of America, any State or political subdi- vision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorneys -in -Fact in this Company's name and on its behalf as Surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon this Company. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to be signed by its Assistant Vice President and Assistant Secretary and its corporate seal to be hereto aff ixed this 3rd day of June 1974 STATE OF NEW YORK $s.: County of New -York FEDERAL INSURANCE COMPANY ey George McClellan Assistant Vice - President a19r, John MacGregor Assistant Secretary On this 3rd day of June 174 , before me personally came John MacGregor, to me known and by me known to be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which executed the foregoing Power of Attorney and the said John MacGregor being by me duly sworn, did depose and say that fie resides.in the City of Short Hills, in the State of New Jersey; that he is Assistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Company and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he is acquainted with George McClellan and knows him to be Assistant Vice - President of said Company, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence. Acknowledged and Sworn to before me a Br AN on the date above written g :• �Q NpTA Y � 4bw : *• Notary Public * � p MARY K. BENDICK U B�„% Notary Public, State of New York mil'•. r` O� No. 24-0237960 '/t�, �.....••'�� Qualified in Kings County OF NE Certificate filed in New York County Commission Expires March 301975 Form 12437 (Rev. B -721 .�.�. 0 0 CITY AND COUNTY OF NEW YORK: ss I, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is atrue excerptfrom the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended May 27, 1971 and that this By -Law is in full force and effect. "ARTICLE XVI I I Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on be- half of the Company which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President or a Vice - President, jointly with the Secretary or an Assistant Secretary, under their respective designa- tions, except that any one or more officers or attorneys-in-fact designated in any resolution of the Board of Directors or the Executive Committee, or in ar•y power of attorney executed as provided for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attorney. Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a Vice - President or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary, under their respective designations." And I further certifythat I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been revoked. And I further certify that said FEDERAL INSURANCE COMPANY is duty licensed to transact fidelity and surety business in each of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Prince Edward Island, and is also duly licensed to become sole surety on bonds, undertakings, etc., permitted or required by law. Given under my hand and seal of said Company at New YprttlY. Y., this 3rd day of may '1976 2� Austin) Austin Building An Austin Industries Company Austin Building Company West Coast Division 200 Newport Center Drive Suite 105 Newport Beacri,California 92660 714 6448322 May 11, 1976 City of Newport Beach Public Works 3300 Newport Boulevard Newport Beach, California 92660 Attention: Mr. William Dye Re: 16th Street Utilities Service Yard 949 West 16th Street Newport Beach, California Gentlemen: This letter is to confirm receipt of Addendum No. 1, dated April 30, 1976, for construction of 16th Street Utilities Service Yard, Contract No. 1711, bid this date. Acknowledgment of receipt of this addendum was inadvertently omitted from our Proposal. Thank you. GHH:tc Very truly yours, AUSTIN BUILDING COMPANY G4 older, Manager, West Coast Division Gc,(jLJ AUSTIN BUILDING COMPANY 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 (714) 644 -8322 Chuck Smyth Smyth Bros., Inc. Newport Beach, California (714) 640 -8800 REFERENCES Norman Lawson Newport Beach, California (714) 642 -4888 Tom Deemer, President \•Jim Hume Mariners Savings & Loan Association The Irvine Company Newport Beach, California Newport Beach, California (714) 642 -4000 (714) 644 -3372 William Spurlock Claude S. Keyzers, General Manager Mariners Savings & Loan Association Lakewood Mall Shopping Center Co. Newport Beach, California Lakewood, California (714) 642 -4000 (213) 633 -0437 John Gabrielson Taymech Corporation Santa Ana, California (714) 540 -8755 Dick Pellicer, Vice President American Century Advisers, Inc Jacksonville, Florida 32202 (904) 358 -0347 Don Kastorff, Building Inspector City of Newport Beach (714) 640 -2161 ",Robert M. Thomas, Architect Newport Beach, California (714) 645 -7474 Fred M. Briggs, Architect Laguna Beach, California (714) 494 -0734 Floyd Weaver, Structural Engineer Santa Ana, California (714) 547 -0186 Carl Smith Los Angeles Board of Education Los Angeles, California (213) 687 -3145 Roger Malloy Soule' Steel Company Santa Ana, California (714) 540 -3261 Beverly & Don Thompson Beverly Thompson Interiors Newport Beach, California (714) 644 -8330 Richard Ouellette Beauty Salon Newport Beach, California (714) 644 -6671 AFE+Pn/�GN OFHA y/� /97(, Gc� f AUSTIN BUILDING COMPANY 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 (714) 644 -8322 LIST OF JOBS Building 6, 240 Newport Center Drive, Newport Beach, California Buildings 4 & 5, 230 Newport Center Drive, Newport Beach, California 200 Newport Center Drive, Newport Beach, California Muldoon's Irish Pub, 202 Newport Center Drive, Newport Beach, California Town & Country East Shopping Center, 1111 Town & Country Road, Orange, California San' Juan Capistrano Industrial Buildings (2), 33157 Camino Capistrano, San Juan Capistrano, California Mariners Plaza, 350 Placentia Avenue, Newport Beach, California Mariners Medical Arts, 320 Superior Avenue, Newport Beach, California Sunset Bay Apartments, 4127 Via Marina, Marina del Rey, California Westport Shopping Center, 17th Street, Costa Mesa, California Mariners Savings & Loan Association Branch Office, Laguna Beach, California Richard Ouellette Beauty Salon, 200 Newport Center Drive, Newport Beach, California 1 ,i • i ARTHUR YOUNG & COMPANY 2900 REPUBLIC NATIONAL BANK BLDG. DALLAS, TEXAS 75201 The Board of Directors Austin Building Company Dallas, Texas We have examined the accompanying balance sheet of Austin Building Company at December 31, 1975. Our examination was made in accordance with generally accepted auditing standards, and accordingly included such tests of the account- ing records and such other auditing procedures as we considered necessary in the circumstances. In our opinion, the balance sheet mentioned above presents fairly the financial position of Austin Building Company at December 31, 1975 in conformity with generally accepted accounting principles applied on a basis consistent. with that of the preceding year. March 15, 1976 al&tl? � V &712tll • 0 l_ J • k `rw "ON rn O r n CD ° 00' to N to N Q) tfi O oD V� O O V� O O O m M M M w O O O N O co to M h O O O h C N M Cr7 ri F m ai m W O Z m M •rl A q d 6 O U U od coW W O di O h O V� O O 00 F m ai i-r Fc y} cr 4J h W U m h cd m O Cn Fa W � ++ U W Q U b a aLn 0 ^q 0 q h 4J N •ri ^ O hd m O W M O q. W W m m N Cd .O 'O O q Cr) b O U q r F q ri q •o z m •rI -P Cd Cd ..r m 14 N 4J $4 � E N W to q ++ Ef) U x q cd •r{ •H U W m q W CCdd +) cd A. W cd O O O > b •ri +J > Cd Cd H q O N cd +) .z. b�q Cl H mgrWi•l( q q ••Q'O a cd + cd W •r4 k W O AO W H R+-) m q •r) E m k k •rt -P O N m W WOWW +CHOW q cd +P •r♦r+•�U d rq H +J r-) •r+ cd U v a cd q 60- H q. +J .o W o H Fc b m a o •ri a •r!cdkcd vie q r( O q W -4q ri A A m A 'O Cd cd +' W ?4 +j k •ri cd bD cd W cd W q 4J CL m U q Cd C�,A. P. 4t 0 cd W d cad H 4 E r-i O k 41 •rt m b 'm •rt b m m A U W m m b H 4• O +) r-1 b W 64 O Cd 'O W W r-I q •r+ W k q. U A b r+ q k q +� U q W q t •r Cd O O O cd •r) gOqOWiyWr - )" CJ. N 414 td W O •rf U cd U 4+ ri O F rW m +- h U U U W •ri Q) 4) U O W k 0U W O W >, v z a z a to h o E• ° U r-I z WW x z rn r•1 M a) H x m m ri N to 0 h a) M m 0 ° to moo 00 O (o N N v CV) O d' 4) 4) h h if O O r-I O Co CO W N to h N O 00 N La O O O h N N Go N h N H 69. h 00 to N CO S") Lo Co 00 N M ri fA . 4 U E N m +a W ^ W C ++ N E O Cd W (a C.) •I W y iJ ri Y +J V] C Cd) •H m q O d W q 'f+ m O O z E+•OO U+, v + Cd N m g rn m ++ td x > U - O q cd U +> q q 0 N 4) W ~ 4 O "od 00 c as E Qr+) °o cE, N H° N E b > �MN a4J ++.ro i ri • • N W 4) q ri W cd Cd (o O U m U 4) W Cd ri Fi 4J.0 W q W O a +� O q W m s♦O Nbd N N p Cd (D mb W 4 m m U ti Cdtd 0W g Urq Ncd 'O q .0 O W O cd 04 F (a Rc 4)wQp U >4) •rim ti C+U0 d60c Cd U S A m W O Z m M •rl A q d 6 O U U od coW W AUSTIN BUILDING COMPANY NOTES TO BALANCE SHEET December 31, 1975 1. Basis of presentation and summary of significant accounting policies Basis of presentation - The Company is one of several subsidiaries of Austin Industries, Inc. (Industries). Admin- istrative fees, equipment and facilities rentals and interest rates on notes are arranged by and between members of the affiliated group. Accounting for construction contracts - The Company recognizes income on construction contracts, most of which are long term, on the percentage of completion method although it keeps its books and records on the completed contract method of accounting. The percentage of completion is determined by relating work performed to date to the esti- mate of total work to be performed. When the Company's estimates indicate a loss contract, the loss is recorded. General and administrative costs are recognized as expenses in the period incurred. Depreciation - Depreciation is provided principally by the declining balance method over the estimated useful lives of the various assets. 2. Federal income tax The Company is included in Industries' consolidated federal income tax return. Industries' policy is to charge each subsidiary the amount of tax the subsidiary would have incurred if the subsidiary filed a separate income tax return. Current deferred federal income tax relates primarily to use of the completed contract method of reporting income on construction contracts for federal income tax purposes. Non - current deferred federal income tax relates primarily to amounts charged to income currently on deferred compensation plans, which are not deductible for federal income tax purposes until paid. 3. Employee benefit plans The Company participates in Industries' savings and profit sharing retirement plan which covers substantially all salaried employees of the Company. The Company provides a bonus in lieu of pr¢pit sharing plan for employees who do not qualify for membership in the regular savings and profit sharing retirement plan. The Company has a deferred compensation plan for certain key executives. Compensation under this plan, which is charged to income currently, will be paid when the executive retires, dies, or becomes disabled and will not be paid if the executive terminates his employment prior to that time. C S A news A publication of the Construction Superintand"n Association, an orippitintion "caa0 to edueatian arsd O@kW in the industry. Lot; Angeles, California Volume 10, Number 10 May 1976 THE _ _�'! 1975 contracts •r�/7 in 5 mmgns 400 Total Foreign 1. Fluor Corp., Los Angeles, Calif ...... .... .................. 6,795.06,414.0 2. Brown & Root. Inc.. Houston, Tex . ........... ........ .... 5,99301,366.0 8:15 3. Daniel International Corp.. Greenville. S.C_ .......... '. 3,106.0 120.0 4. Bechtel. San Francisco. Calif. ............. _._ 3,079.9 1.173.0 -- Safety Committee Report 5. The Ralph M. Parsons Co.. Pasadena, Calif........... 2,502.4 1,395.5 5. C -E Lummus, Bloomfield. N.J. ..._ ......................... 2,355.3 1,853.9 7. Stone 8 Webster Engineering Corp., Boston ....... . 2,100.0' n.r. 8. Stearns -Roger Corp., Denver, Colo, .......... .........._ 1,864.4 46.3 9. J. Ray McDermott & Co.. Inc., New Orleans, La..... 1.500.0 700.0 10. The Rust Engineering Co., Birmingham, Ala.......... 1,225.7 535.2 11. Anhui G. McKee & Co., Cleveland, Ohio....... ........ 1,173.9 435.3 12. Morrison - Knudsen Co.. Inc., Boise. Idaho... (a) 1,051.9 397.1 13. Pullman Kellogg Dlv. Pullman Inc.. Houston......... 1,000.0 n.r. 14. George A. Fuller Co., New York, N.Y............. ........ 920.0 505.0 15. Foster Wheeler Energy Corp., Livingston. N.J........ 916.0 456.0 16. J. F. Pritchard 8 Co., Kansas C.ry...fo ...... ..... ._... 905.0 900.0 17. The Austin Co.. Cleveland, Ohio......_...._ ............. 849.3 317A _ ... 15. . .....__.- ...... __. ....... UniteC Engineers 8 Construc(bis; Inc., Phila....._.. 800.0 0, 19. Turner Const Co., New York, N.Y ................ ........ 681.0 19.1 20. Peter Kiewit Sons' Co., Omaha, Neb_ ... ..._........... 677.8 118.0 21. Warren Brothers Co., Cambridge, Man.... (b).. 656.7 120.5 22. C. F. Braun 8 Co., Alhambra, Calif ................. ___ 600.0 0 23. Chicago Bridge 8 Iron Co., Oak Brook, III ............. 588.0 n.r. 24. Guy F. Atkinson Co., South San Francisco. Calif... 582.0 310.1 25. Ebasco Services, Inc., New York. N.Y .................... 577.0' n.r. atlas 1 let "4 0"a nc., ge. ass....._.._..... 465.0 1 4.0 28. S. J. Groves & Sons Co., Minneapolis, Minn.......... 420.4 12.0 29. Kaiser Engineers Dlv.. Kaiser Ind., Oakland, Calif.. 415.6 140.5 30. Titan Group, Inc., Paramus, N.J.... .................... ... 402.5 0 31. J. A. Jones Const. Co.. Charlotte. N.C.... (d).... 394.5 124.6 32. Davy Powe•gas Inc., Lakeland. Fla ........................ 386.5 220.0 33. Tishman Realty & Const. Co. Inc., New York, N.Y.. 356.1 198.0 34. Dillingham Corp., Honolulu, Hawaii ... (e) ... ....... 338.7 112.5 35. Dravo Corp., Pittsburgh. Pa . ..... __.... .................. 338.4 191.6 36. Fish Engineering & Const. Inc., Houston, Tex....... 319.0 70.0 37. Morse)Diesei, Ina, New York, N.Y_ ...................... 292.8 0 38. Huber, Hunt & Nichols, Inc., Indianapolis, Ind...... 291.0 0 39. Raymond International. Inc., Houston, Tex............ 286.2 136.8 40. Blount Bros. Corp., Montgomery, Ala ....... 275.2 0.6 41. Jacobs Engrg. Group Inc., Pasadena, Calif. (1) ..... 273.2 40.0 42. Gilbane Building Co., Providence. R.I ................... 269.1 20.0 43. Tidewater Const, Corp_ Norfolk, Va......... _.... _... 250.0 0 44. Frank Briscoe Co., Inc., Newark, N.d._._.............. 236.8 0 45. Henry C. Beck Co., Gallas. Tex.... (g) ..-.... -- -.. 227.8 63.0 45. Centex Corp. -J.W. Sateson Co., Dallas ...(h). ... 223.3 9.0 47. Gust K. Newberg & Assoc. G.C., Inc., Chicago...... 220.5 0 48. B & W Const. Co., Copley, Ohio .. ........ ___ .......... 209.6 0 49. Del E. Webb Corp„ Phoenix, Arit.............. ._ ... _ 202.9 0 50. Santa Fe International Corp.. Orange, Calif........... 194.9 154.2 SUPERS & CONTRACTORS for FREE Job Referral call 213 - 696 -4583 Ask for George or Nina Browning (it's their home phone, not an answering service) any time. Contractors will receive the names of available supers. hid, May 11th Chateau Briand Restaurant 8528 South Rosemead Blvd. Pico Rivera (fit mile north of Santa Ana Freeway) 6:30 pm -- Cocktails 7:30 pm -- Dinner 8:15 pm -- Introductions Presiding Officer: Bob Lamar, Pres. 8:25 pm -- Safety Committee Report 8:30 pm -- Announcements: Annual Banquet Election Future Programs 8:35 pm -- PROGRAM: "THE ENERGY SITUATION AND ALTERNATIVES" Presented by John Choules of Bechtel Corp. 10:00pm -- Drawing 10:05pm -- Adjournment Co lv%n 9 S6401%. PROGRAM FOR JUNE MEETING (6 -8 -76) "Concrete -- State of the Art" Presented by Jack Nicoll PROGRAM FOR JULY MEETING (7- 13 -76) "Vertical Transportation: for Manpower and Material on Construction Sites" Presented by Byron Romig Lo M 0 N CD to to 00 n CD m r-I O LO 00 O LO w t4 N 00 o LO r- d O C C tM rl C t 00 N a 0 f • N 00 N O � LO h P 0 N v N N ri N N t0 cd N M co q M C4 0 rl 0 H 0 N �} • k 4-) 0 fA 4J U Cd H 00 0 0 00 om rt O O 00 00 t0 O •rq .ro 00 r-I 9 m In H m It d4� rl M cd O P � N a 0 P 0 N N •A r-I -H 00 A cd N co q M C4 0 U 0 H 0 w • k 4-) 0 a N r%igHq O 0 cd -r-I 0 c d M N U 0 U � v 0 NHdti' O A •Cd q 64 4 h -H 4J H q rH ri P U . O 0 Cd w CD [ !] N L- 0 g m U U N " N N N •ri •ri M q a) Q 0 r-I Cd Y 0 0 ' • gg 00 •H H 0 rl 0 4J 'El i� H cq P-i (l) •dd to N •p 4r-I 0 N a t0 O H q •rl wro a t> P 4 0 0 0 U r1 0 � O d 'H 0 q N 0 H 00 Cd A N qw N U O 4J .0 q p IH•I O A ro -rl d (aAoaa)rdZ p O PH •d U1 0 N r4 • ccdd 4N•1 0 N 4J r-ii W 0 ro q •ri a) 'd 0 gg0 a m 4J •rl ,. 0 •rl b0 •r4 q qq H H q ro •rl O a N� 0 0)-H B N H HcdvhH 0daa) N ro•riU D:� i a •al r-I i1 0 •i d U U Cad 0 rd d z H P, 'd a d cad riOp�g cd 1 cd•HW ON 0 . td •ri ri i-) E•C O •rl N b N ro N N U .� .. ri iJ O H a t) z -1 gl ra ro H 0) O 0 0 IT o 0ir qw {� O t` 00•d0 d i0 1vV-10 W �� �AAW i qMq11 E H U Cr) 10.0 p E� A .. 00 h HO M CD M ri 10 00 O A O w o r-I C9 oo N O r-4 W N M N rl O O r i i r-i EPr r-i rn 4J U Cd H 00 0 0 00 om rt O O 00 00 t0 O •rq .ro 00 r-I 9 m . i.1 m m It d4� rl M cd O P � N P 0 N N •A r-I -H 00 d69.O'p co q M C4 0 U 0 N 0 w co k 4-) ONN'd a N r%igHq O 0 cd -r-I c d M N U 0 U D: 0 cq .4-) 8 t0 rh-i v 00 m ti m m It N rl M O N O N 10 �WN 0%i0 COm ', to M O N O Ei N t N ccloo q O •.i Cd N iJ N O b U ro •rqi 1 Cd Cd+ d 0 ro v w N N N H r07 w m A 0 A .q O 44 $3 o O +1 � q O p U 0 0 O ri U B q 4-) v Cd 0 0 q H O 0I 0 A O +•1 rNi N .H N b t1 N N 0 0 cd U •r1 r-4 a Cd d A 0 N N H a 60 q 0 - U N 0 ro 0 w .ri. N V 0 i-) Cd U Cd �w 0 •ri 0 4J •d m UV H Cd aH W O . w H •ri 0 H -i ri u J, ti V 0 . .4-) 8 O N co q M C4 0 0 -P co 0 H Cd P-4 a N -P A c d O NHdti' 64 4 h -H 4J P U . O 0 Cd w CD cd 3 0 g m U U q •ri •ri M q a) +1 cd 0 0 ' • gg 00 •H H d N rl 0 4J 'El i� H cq P-i (l) 0 N a 4J cd k 4J W wro a t> P 4 0 0 0 U r1 0 'H 0 q N 0 q N qw N 0 4J .0 q p ddi ccdd d d (aAoaa)rdZ p O PH •d U1 0 N r4 0 d ccdd 4N•1 0 N 4J r-ii W 0 ro q •ri a) 'd 0 gg0 a m 4J •rl ,. 0 •rl b0 •r4 q qq H H q ro •rl a riri,q HcdvhH 0daa) N ro•riU D:� i a p Cd H M:211 0 z q O •.i Cd N iJ N O b U ro •rqi 1 Cd Cd+ d 0 ro v w N N N H r07 w m A 0 A .q O 44 $3 o O +1 � q O p U 0 0 O ri U B q 4-) v Cd 0 0 q H O 0I 0 A O +•1 rNi N .H N b t1 N N 0 0 cd U •r1 r-4 a Cd d A 0 N N H a 60 q 0 - U N 0 ro 0 w .ri. N V 0 i-) Cd U Cd �w 0 •ri 0 4J •d m UV H Cd aH W O . w H •ri 0 H -i ri u J, ti V 0 . AUSTIN BUILDING COMPANY 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 (714) 644 -8322 SUBCONTRACTOR LIST Earthwork Acoustical Plaster Finish Carpentry /Millwork Masonry Roof & Waterproof Structural & Miscellaneous Steel • Charles Company 23192 Dunemear El Toro, California 92603 (714) 768 -0535 Integrated interiors of Norwalk 13900 Shoemaker, Suite "E" Norwalk, California 90650 (213) 921 -1336 Pacific States Plastering Co. 706 Richfield Road Placentia, California 92671 (714) 524 -5480 Arrow Sash & Door Co. 1781 Placentia Avenue Costa Mesa, California (714) 646 -3248 Bledsoe 19112 Oriente Yorba Linda, California 92686 (714) 528 -5271 Dion Roof Co. 11221 Eckhoff Orange, California 92666 (714) 997 -9690 Wallco Steel Works 838 N. Cypress Street Orange, California 92666 r ' � • i AUSTIN BUILDING COMPANY 200 Newport Center Drive, Suite 105 Newport Beach, California 92660 (714) 644 -8322 SUBCONTRACTOR LIST 1 Plumbing Shoup Mechanical Company, Inc. 1732 Victory Boulevard Glendale, California 91201 (2 13) 245 -2676 Heat, Vent & Air Conditioning Bowers Air Conditioning 10700 Katella Avenue Anaheim, California 92804 (714) 635 -2313 Electrical Raymond Jones 11551 Paloma Garden Grove, California 92643 (714) 638 -9132 i 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 proceeds of the contracts sought by this bid. l Subscribed and sworn to before me this 1 1 tday of May 19 76 . My commission expires: October 20, 1979 St Q L,7, Notary Public OFFIciAL SEAL TERRI COLLIER NOiARL iU /LIC — CALIFORNIA 004NGE COUNTY My Commission Expires OCL 20. 1979 �_Wi f• Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Signed 0 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 me /D1f2/ZO -� �� • PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF 16TH STREET UTILITIES SERVICE YARD 949 WEST 16TH STREET NEWPORT BEACH, CALIFORNIA CONTRACT NO. 1711 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, examined the plans (City of Newport Beach Drawing No. R- 5270 -S) and the Special Provisions, and hereby proposes to furnish all materials, and do all the work required to complete Contract No. 1711 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: NIT UNIT PRICE WRITTEN IN WO 1. 1 Construct Building "A" including Lump Sum carport and earthwork for foundation preparation, complete and in place PRICE PRICE @ Dollars and Cents $ 3 " $ Per Lump Sum 2. 1 Construct Building "B ", including Lump Sum earthwork for foundation preparation, complete and in place @ Dollars and Cents $ Per Lump Sum 3. 1 Construct Building "D ", including Lump Sum earthwork for foundation preparation, complete and in place @ Dollars and Cents Per Lump Sum 5 • PR 2 of 3 EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 5 0 7. t Q 9. 190 Construct concrete block wall per Linear Feet Detail 9, Sheet S8 @ 7X -,^19' Dollars ' and Cents $ Per Linear Foot 1 Earthwork and subgrade preparation Lump Sum for areas to be paved other than the building areas. @ f ,e Tho KSANt� Dollars and Cents $ $ Per Lump Sum 730 Construct Aggregate Base Tons 9� @ Dollars and .vc7 Cents $� PerPer Tones 550 Construct Asphaltic Concrete Pave - Tons ment including prime coat and fog seal @rte =a \ Dollars and Cents $ $,"' Per Ton 438 Construct 4 -foot wide P.C.C. Gutter Linear Feet per CNB- Std -104 -L @ Dollars r� and Cents $_ $ Per Linear of 2150 Construct P.C.C. door stoops and 4" Square Feet sidewalk per applicable portions of CNB- Std -110 -L and Detail A, Sheet 1.1 @ Dollars and Cents Per Square F of $ a . PR3of 3 i I-T EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 9 Adjust water valve and utility boxes Each to grade in asphaltic concrete @ /-Zi Dollars / and Cents Per Each TOTAL PRICE FOR ITEMS 1 THROUGH 4 (ALTERNATE "A") WRITTEN IN WORDS ham/ liran.A`�f Fa.- �`vSr� .v Tai ®us,r...sa��` %1t�ii�v/�i y�Dol l ars s and Cents TOTAL PRICE FOR ITEMS 1 THROUGH 10 (ALTERNATE "B ") WRITTEN IN WORDS w0 �YN4�� �� c`Pvt'.t7 jl.�tr�%s t orti+R� ONG Doll ars and Cents Contractor's License No. 272043 3 Date May 11, 1976 $ 0 c R� $ 2 XdO/ Gam, Inature President Bidder's Address 200 Newport Center Drive, Suite 105, Newport Beach, Ca. 92660 Telephone Number(714) 644 -8322 i