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