HomeMy WebLinkAboutC-1760(A) - Addition to Marine Department Building• of
.September 13, 1976
Coy Atkins
16122 Whitecap Circle
Fountain Valley, CA 92708
Subject: Surety: The Central National Insurance Company of Omaha
Bonds No.: 081081 (ShG No,, 96022 -14)
Project: Addition to Marine Department Building
Contract No.: 1760
The City Council on July 26, 1976 accepted the work of subject project
and authorised the City Clerk to file a Notice of Completion and to
release the bonds 35 dava after Notice of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder on
July 28, in Book 11829, Page 882. Please notify your surety company
that bonds may be released 35 days after recording date.
Doris George
City Clerk
DG:eg
cc: Public Works Department
38683 aK 1 1829PG 88?
PLEASE EM(, RETURN TO 2
c!rr cLE:�;�. �
CTY OF .NIPA'PORT BEACH EXEN!PT
330"1 NF10-TORT BnULFVAR OF ORANGE COUNTY, CALIFORNIA
D C9 RECORDED IN OFFICIAL RECORDS
N b`JFCRI BEf',CH,CALIF. 92653
5 MI°• 12 P.M JUL 28 1976
NOTICE OF COMPLETION Past
I. WYL11 CARLYLE, County Recorder
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on June 30, 1976
the Public Works project consisting of Marine Department Building Addition
on which Coy Atkins
was the contractor, and The Central National Insurance Company of Omaha
was the surety, was completed.
VERIFICA
I, the undersigned, say:
CITY OF NEWPORT BEACH
r- , --_. r-,-) r)
Public/Wbrks 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 fir / j 76 at Newport Beach,
I, the undersigned,
California.
I art the City Clerk of the City of Newport Beach; the City Council of said
City ory / c accepted the above described work as
complete and o , ered that a otice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on _ �, �z i 7 L at Newport Beach, California.
�l
z•
-y
• 0
CITY OF NEWPORT BEACH
CALIFORNIA city Hall
3300 W. Newport Blvd
Date: July 27 1976
Mr. J: Wylie Carlyle
County Recorder
P.' 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Pk lic
Works project consisting of Marine Deyartment Building Addition
Contract No. 1760
on which Coy Atkins was the Contractor
and The Central National Ins.,, Co. of Omaha was the surety.
Please record and return to us.
Very trul yours,
el
Doris George
City Clerk
City of Newport Beach
Encl.
I-
L
CALIFORNIA PRELIMINARY NOTICE
IN ACCgRANCE WITH SECTION 3097 AND 3098, CALIFORNIA CI CODE
THIS 15 NOT A LIEN, THIS A REFLECTION ON THE INTEGRITY OF ANY CONTRAI OR SUBCONTRACTOR
YOU ARE HEREBY NOTIFIED THAT ...
CONSTRUCTION LENDER or _
Reputed Construction Lender, if any.,
FOLD HERE
OWNER or PUBLIC AGENCY
or Reputed Owner ion public work)
ion private work)
LCo rucrion no � (if known)
FOLD HERE
ORIGINAL CONTRACTOR or
Reputed Contractor, if any
ii h -X. //
Or,
equipment or material
d RP I or, services,
u� serial
has furnished or will furnish labor, services, equipment
or materials of the following general description:
Jor
material furnished or to be furnished)
for the building, structure or other work of improvement
located at:
( d cri i a( la
u "ens r�
The na a of the person or firm who contracted for the
purchase of such labor, services, equipment or material is:
!
An estimate of the total price of ?e labor, services,
equipment or materials furnished or to be furnished is:
Dol a o usr be furnished to construction lender
optional as to owner or contractor)
Trust Funds to which Supplemental Fringe Benefits are
(name) )address)
(Material men not required to furnish the obovel
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
gated
I.
i
Is g a u fiir
Number !
45449 RpAifOrm it r ! ! -6
Imiyvet )so..nrm44v, a / OWNER COPY
0 i
Date March 3. 1976
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1760
Project Marian Dapartmant Building Addition
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Coy Atkins
Address: 16122 Whitecap Circle, Fountain Valley. CA 92708
Amount: $ 62.000•00
Effective Date: 3 -3 -76
Resolution No. 8710
Laura Lagios
LL:dg
Att.
cc: Finance Department Q
0 6
March 2, 1976
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF ADDITION TO MARINE DEPARTMENT BUILDING
CONTRACT NO. 1760
Attached are four copies of the subject contract documents as
well as the insurance certificates. Please have the contracts executed
on behalf of the City, retain yoyr copy and the insurance certificates,
and return the remaining copies to-this department for distribution.
Thank you.
Kenneth L. Perry
Assistant City Engineer
h
Attachments
CITY OF NEWPORT BEACH
CERTI ATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1760
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Construction of Addition to Marine Dept. Bldg.
This is to certify that the Ohio Casualty Insurance Compan
Name of Insurance Company
has issued to Coy Atkins
of insure
16122 Whitecap Circle Fountain Valley, Ca. 92708
Address of Insured
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. OWWJ, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Wm. H. Mitchell & Assoc.
Address of Agency or Broker: 567 W. 19th St. PO Box 1320, Costa Mesa. Cal.
Telephone No. 714- 645 -8646
Countersigned by: &' "'- i X
surance
Effective date of this endorsement: 2/29 , 19 76 , Endorsement No.
re
sal )
/e
jai
o]icy Term %1.
Limits of LiabiI't
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
olicy No.
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
1$ 500,000 Contracts
HOW C
MPLETE INFOR
TI ON BELOW
I
Policy No.
COMPREHENSIVE LIAB.
Combined Single
Limit Bodily Injury
or Property Damage
GL1505782
From: 2/29/7 (
To: 2/29/7
$ 500,000
50$ D.00Protecti
� pup-rr
$Contract
Each Occurrence
Worker's Comp.
C813523
2/29/76 - 7
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. OWWJ, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Wm. H. Mitchell & Assoc.
Address of Agency or Broker: 567 W. 19th St. PO Box 1320, Costa Mesa. Cal.
Telephone No. 714- 645 -8646
Countersigned by: &' "'- i X
surance
Effective date of this endorsement: 2/29 , 19 76 , Endorsement No.
re
sal )
/e
jai
CITY OF NEWPORT BEACH
CERTIATE OF INSURANCE FOR CONTRACT A FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1760
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Construction of Addition to Marine Dept. Bldg.
This is to certify that the Ohio Casualty Insurance Compan,
Name of Insurance Company
has issued to Coy Atkins
Name of Insured
16122 Whitecap Circle, Fountain Valley, Ca. 92708
Address of Insured
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. 40QWtK Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Wm. H. Mitchell s Assoc.
Address of Agency or Broker: 567 W. 19th St., PO Box 1320, Costa Mesa, Ca.
Telephone No.714- 645 -8646
Countersigned by: /, ,� , j✓ 2,?7, T„ 1,
urance company Representative
Effective date of this endorsement: 2/29 , 1976 , Endorsement No.
re
ial )
le
ial
olicy Term
Limits of Liability
Covera a
o.
Each Occurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protecti
I$
$1,000,000 Products
500,000 Contract
H C
MPLETE INFOR
TION BELOW
.Policy No.
COMPREHENSIVE LIAB.
Combined Single
Limit Bodily Injury
RT.15n57g2
From: 2 /99 17F
�—
$��Protecti
$,000,OOOProducts
or Property Damage
To: 919q/7g
$ snn nnn
$ 500.000 Contract
Each Occurrence
Worker's Comp.
C813523
2/29/76 - 7
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. 40QWtK Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Wm. H. Mitchell s Assoc.
Address of Agency or Broker: 567 W. 19th St., PO Box 1320, Costa Mesa, Ca.
Telephone No.714- 645 -8646
Countersigned by: /, ,� , j✓ 2,?7, T„ 1,
urance company Representative
Effective date of this endorsement: 2/29 , 1976 , Endorsement No.
re
ial )
le
ial
P'!` 0 0
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF
ADDITION TO MARINE DEPARTMENT BUILDING
Approved by the City Council this
26th day of anuary 1976.
1*etir& 4- -egi, s, C i ty V e r-k
CONTRACT NO. 1760
SUBMITTED BY:
Coy Atkins
Contractor
16122 Whitecap Cir.
1 1-i�_?
Fountain Valley, CA 92708
City
714 - 554 -4990
Phone
$42,000.00
Total Bid Price (Item No. 1)
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 __ A.M. on the 12th day of February , 19 76,
at which time they ill be opened and read, for performing work as follows:
ADDITION TO MARINE DEPARTMENT BUILDING
CONTRACT NO. 1760
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 t� he _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 the bid opening.
(cont.)
Page la
The City has adopted the Standard S 2cifications for Public Works Construction
(1973 Edition) as prepare y t e Soul ern California Chapters of t e erican
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seg.), the City Council of the City of Newport Beach
has ascertained the general prevailing rate of per diem wages in the locality in
which the work is to be performed for each craft, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 172407 Classification B 1
Accompanying this proposal is Bond
(Cash, Certified Check, Cashiers Check or Bond
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 - 554 -4990
Phone Number
2 -12 -76
Date
SI_ Cov Atkins
Bid er s Name
(SEAL)
ut oriz gna ure
Authorized Signature
Individual
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:
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
Mill Work Arrow
Sheet Metal Li
3.
4.
Plaster
B & H
5.
Dry Wall
Tri International
6.
Paint
Doug Morton
7.
Carpet
Floor Fashion
8.
Drapes
Myron Sherwood
9.
Plumbing
10.
Heat and Vent
Villia Air
11.
Electrical
Deal Electric
12.
S/ Coy Atkins
Bidders Name
uthorized Signature
Individual
Type of Organization
(Individual, Co- partnership or Corp.)
16122 Whitecap Cir., Fountain Valley, CA 92708
Address
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.
r.. &A
Subscribed and sworn to before me
this 11th day of February ,
19 76
My commission expires:
11 -18-78 Myrna R. Holub
Notary Public
COY A. & SEIRLEEN J. ATKINS
_.. 3T=11T OF FI;IAI;CIAL .POSITION
AUGUS,, 25: 1�7`j
ASSETS
CURRENT ASSETS
Cash in savings account — come federal savings
#119 -0217222
3 119420.53'
Cash in savings account — "Taroury Savings
#1235872 -7
=r 99251.40
Cash in savings account — 1.7orld Savings
#198836 -6
!'Tg;2DO.32
Cash in savings account — World Savings
#71S312596
19557.57
Cash in savings account — 1antwood Savings
#25 -07292 -7
10,200.00
Cash in checking account — B.O.A
11500.00
44,129.82
REAL AJD PERSONAL PROPERTY * 3`: FAIR TTARIZlT VALUE
Residence — 16122 Whitecap ;ircle, Foutain Valley
345,000,00
Construction power tools
29000,00"
Office equipnent —
29000,00
Automotive equipment -- 196; Buick
4.000.00
Automotive equipment — 1Q,": '-have. 3/4 ton & camper
39000.00
Glasspar boat
1 , OOO.00
Personal furniture & furnis:ings
59000.00
599,00-00
TOTAL ASSETS
103,329,82
LIABILITIES AND NET WORTH
LIA31LIPIES
Mortage Payable — J,D. Ray $19,894.54
NET 710RTH 83,435.28
AUD .: ^'..: "i S103,329.32
r • page `6
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.
S/ Coy Atkins
Signed
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.
S t Cp.y Atkins
Signed
Personal
MILITARY
Education
Experience
1953 to
July 1969
Coy Atkin.
10122 ..:_tecap Circle
Fountain CAo
Social Social. Soruri.ty Ito. 527- 14-1849
92 -j08 Telephone: (714- 3393120)
Born: Orakq Arkansas -- June 24. 1923 — age 52
HeiE,ht — 6'2 t "eigi:t 200' Marj,.-ied 11ealth — excellent
Lived at present address 4 ,years2 prior address —
281 :Harvard Lane, Seal'Beach, CAo 5 years
Have never refused bond.
Honerable Dischargeq 1943
Phoenix Union High School, Phoenix, Ariz. Graduated --1-94-1
- -1 1
J.A. Stewart.; Construction Co. �q a �
1'1�' L1.'r..M N._ 1
7150 Fenwick Lane Viestminsterj CA,
General Superintendent 9-12-73 to 8 -3-
75'
Duties:
Supervising Job Superintendents
IN -- Orange p LA. and San,Deigo Counties
type of cork:
Tilt Ups Poured in place. and framing For: L't,S Goverment. City
State2 and °rivite.
Reason for leaving: Job of genera' superintendents eiiminatedo
Superintendent
Jo Ray Construction Co,
177 lie 17th stn Costa 1 :?esa, CA I e �(.� '_•.�C ' �
Sepias :berg 197 0,9'_:_: 2, 13 r —t,
Superintendent
iutual -5-aildin5 I;nga+eerir :F;
{I RESE office bui.iding
(poured in glace concrete)
from AuFu�;:J 19G; o S1; ;,.:, ;e_ ?970
Self
1n59 to _ac _.... of joh:: ccmpletocl, not
General Contractor
Experience inches such things as all types of froini.ng, and
peurin -pre— stressed concrete and tilt —up.
T!le fAlLi)V:inp- i:'. a .1'_9t of ;fobs co- ^.mete' "...__i.e self— e :rplcyed
&A 1164 to
JOY. Total Amount
Amount of Contract
—ala.' a rove School Ad,,it:on =r C:: .0 : ✓e��:r
I
Coy Atkins
1955
to
1958
1953
to
1955
1952
to
1953
19;8
to
1951
1/4
to
1947
i943
t
i
1943
I
MGM,
Addition
V4090-00
?-vtolz Z-Oftool
12T,950.01)
J u. o' t I. : 0 e L S ch C.'.) 1
522 , 400 -00
210foo school
5439406-00
ita,;h and Hopkinoon '-chools
315Y000.00
Arthur ;Iiebles D;rhoo-I
7631800.00
Bushard School
81I1400-00
Manual Arts High
497,000-00
United States Coast Guard
182,000.00
West Eign
4241000-00
Ford Boulevard School
5977000-00
52nd Street School
4001000-00
General Ouperintendent For Idorcros�-
Job Supepinnen:enlu For C �,. r t ." 1.-L � a VIC
Pile akutt Forexrar. - D,-,;dock aw:. pier For Ycd9nald and '--use
Ca--;;en t-er Foreman -
General CorTrLctor
5314572)
W.P Melrly 31 Tihe Quion--, 'Le, Long Beach, CA
4652 QuipphocA, 1my- Leach, CA
F
Page 7a
PROPOSAL
GUARANTEE
"GUARANTEE FOR CONSTRUCTION OF ADDITION TO
MARINE DEPARTMENT BUILDING
(CONTRACT 1760)
We hereby guarantee that all work which we have installed under
the provisions of Contract No. 1760 of the City of Newport Beach,
California, has been done in accordance with the drawings and
specifications and that the work as installed will fulfill the
requirements included in the specifications. We agree to repair
or replace any or all of our work, together with any other adjacent
work which may be displaced by so doing, that may prove to be
defective in its workmanship or material within a period of one
year from date of acceptance of the above - mentioned structure by
Owner, except for wear and tear and unusual abuse or neglect.
In the event of our failure to comply with the above mentioned
conditions within a reasonable period of time as determined by
the Owner, after being notified in writing by the Owner, we do
hereby authorize the Owner to proceed to have said defects re-
paired and made good at our expense, and we will honor and pay
the costs and charges therefor upon demand."
Signed
Genera ont ctor
Date 2 'lz.(p - 7(m
Address
Phone No.
FORM OF GUARANTEE
Bond. No. 081081. _
't= • SbG No. 96022 =14
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
has awarded to Coy Atkins
hereinafter designated as the "Principal ", a contract for
Construction of Addition to Marine Depardnent Building (Contract No. 1760)
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 Coy Atkins
as Principal, hereinafter designated as the Contractor and
The Central National Insurance Company of Omaha
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Forty Two Thousand and no /100 Dollars ($ 42,000.00 )
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or 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 also, in case suit is brought
upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
i
• Page 9 ^ ,
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications.
received, hereby stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond,
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 25th day of February , 19
This bond was approvedky the City Council
of the City of Newport Beach by motion on
Date
Attest:
ity Cler
(Seal)
(Seal)
(Seal)
ractor
THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA
(Seal)
��_(Seal )
Elaine Stevens; Attorney -in -fact
(Seal)
Acknowledgment - Attorney in Fact
STATE OF CALIFORNIA t Ss.
COUNTY OF Los Angeles
on.__ Eebr- uar_ y.25 ------------------------- i9 76, before me,.---- Ralph _Eidem,_ Jr. _
a Notary Public in and for the said County and State, personally aPpeared.__Ej_ al ne_ Stevens __
.... ..... .... .... ... . .. ...... ... --------- known to me to be the person whose name is subscribed to the
within instrument, as the Attorney -in -Fact of ___. T}le- Centrdl.- Nat.1onal Insurance_ Company
_--cif _-Omaha ...... ... ._. .... CO .__,___,_and acknowledged to me that--§--he subscribed the name of
V At_Lifis------'-- _ ...... ........ . ... .. -------------- ...---- - - -- - -- --thereto as
principal ____ and h eL"_ -.__ own name as Attorney -in -Fact,
IN-WITNESS WHEREOF, 'h,have hereunto set my hand
and affixed my official seal the day and year in this
certificate first above yvrittenf
�f
Notary Seal
iiit/iitttlt8:L1111r Si:
J C P; y ^cr�mi5son t:pires Var, 20, 1976
M -7 Notary Public in and for Said County and State
�IIIIIp /1lliltiU/lQgliiialf a F {{ Ltl Li:: GLC:Fi➢illi;
Bond No. 081081
SBG No. 9 6 QT2--1 4
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted February 23, 1976
has awarded to Coy Atkins
hereinafter designated as the "Principal ", a contract for
Construction of Addition to Marine Department Building (Contract No. 1760)
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Coy Atkins
as Principal, hereinafter designated as the "Contractor ", and The Central National
rance Comoanv of Omaha
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Forty Two Thousand and no /100 Dollars ($ 42,000.00
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his
or its heirs, executors, administrators, successors, or assigns, shall in all things
stand to and abide by, and well and truly keep and perform the covenants, conditions,
and agreements in the said contract and any alteration thereof made as therein provided
on his or their part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Newport Beach, its officers and agents, as
therein stipulated, then this obligation shall become null and void; otherwise it shall
remain in full force and virtue.
w
I z ",
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, this instrument has been duly executed by the Principal and Surety
above named, on the 25th day of February , 19 76.
- (Seal)
(Seal)
(Seal)
ractor
THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA
(Seal)
Y
(Seal)
Elaine St-evens; Attorney -in -Fact
(Seal)
urety
b
"1
M -7
Acknowledgment — Attorney in Fact
STATE OF CALIFORNIA
COUNTY OF Los Angeles Ss.
on February 25 19 76 before me, Ralph Eidem, Jr.
a Notary Public in and for the said County and State, personally appeared Elaine Stevens
—. . ---.. — known to me to be the person whose name is subscribed to the
within instrument, as the Attorney -in -Fact of The .Central National Insurance Company
Of and acknowledged to me that 5 he subscribed the name of
Loy Atkins ___� - --_ thereto as
principal and In er own name as Attorney -in -Fact.
IN -WSS WHEREOF, I have hereunto set my hand
and affi d my oftkial seal the day and year in this
cer =-,
J
Notary Public in and for said County and State
'C77!CIA?. SEAL
�V
RALPH EIDEM, JR.
o '1
NOTARY FILIBLIC
hnii
LC3 ,dl G,.LE., CTTITY
My Commission Expires Mar. 20, 1976
THE CENTRANATIONAL INSURANCE COMPANAF OMAHA
Administrative Offices: 105 South 17th Street
OMAHA, NEBRASKA 68102 fl 613 57 68
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that The Central National Insurance Company of Omaha, does hereby make, constitute,
and appoint
Elaine Stevens
Anaheim, California
its true and lawful Attorney (s) -in -Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver
and affix the seal of the Company thereto if a seal is required, bonds, undertakings, recognizances or other written obligations in the
nature thereof, as follows:
Maximum Penalty — $430,000.00
and to bind THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA thereby and all of the acts of said Attorney (s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed and sealed by facsimile
under and by the authority of the following Resolution adopted by the Executive Committee of the Board of Directors of THE
CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA at a meeting duly called and held on he 27th day of February, 1974:
"RESOLVED, that the Chairman of the Board, the President, the Executive Vice President or any Vice President of the Company, be, and that each
or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of
THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA, bonds, undertakings and all contracts of suretyship; and that any Secretary or any
Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the
seal of the Company.
"FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and
binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached."
In Witness Whereof, THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA has caused its official seal to be hereunto
affixed, and these presents to be signed by its President or by one of its Vice Presidents and attested by its Secretary or by one of its
Assistant Secretaries this 27th Day of February, 1974.
THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA
ATTEST:
P'ri: ryYIrY••— By
E. Benjifimin Nelson Secretary Donald 1 Sleezer President
wsuunre
`y °`�RPOgiJF e
w
STATE OF NEBRASKA 1
1
COUNTY OF DOUGLAS 1
On this 27th day of February. A.D., 1974, personally came before me, ��,^.Ia , and
L V
to me known to be the individuals and officers of THE CENTRAL NATIONAL INSURANCE
COMPANY F OMAHA, who executed the above instrument, and they each acknowledged the execution of the same, and being by me
duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the
above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and
subscribed to the said instrument by the authority of the board of directors of said corporation.
+
ILENORE LUDINGTON .ERAL NOTARY i le of NebrWa Notary Public
Lmmission Exok" Lenore Ludington
or. 29, 1915
STATE OF NEBRASKA 1
1
COUNTY OF DOUGLAS I CERTIFICATE
I, the undersigned, assistant secretary of THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA, DO HEREBY
CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that
the provisions of the Resolutions of the Executive Committee of the Board of Directors set forth in the Power of Attorney, are now
in ford. �y /
Signed and sealed in the City of Omaha, Nebraska, this day of
/
CN 11143 L �
Assistant Secretary
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this day of 19,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and Coy Atkins
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
Construction of Addition to Marine Department Building (Contract No. 1760)
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
! 0
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.
ATTESTo
CITY OF NEWPORT BEACH, CALIFORNIA
By' ayor or
Contractor
(SEAL)
By
Title
By,
Title
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF
ADDITION TO MARINE DEPARTMENT BUILDING
PROPOSAL
CONTRACT NO. 1760
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
the work required to complete Contract No. 1760 in strict conformance with the plans iden-
tified as City of Newport Beach Drawing No. B- 5050 -S (consisting of 8 sheets); the Special
Provisions, the Standard Specifications, and the Standard Drawings; and that he will take
in full payment for the work the following unit prices for each item of work, complete in
place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT LUMP SUM WRITTEN IN WORDS PRICE
Lump Sum Construct addition to Marine Department
Building complete in place including deduct-
ible items listed below. This includes
utility connections and furnishing all
transportation, materials, labor, equipment
and services necessary to complete the project
as shown on the plans and in the specifica-
tions for the lump sum price of:
Forty Two Thousand Dollars
and
00 /100 Cents $ 42,000.00
DEDUCTIBLE ITEMS:
The owner has the option of omitting any combination of the following deductibles. Lump
sum costs for deductibles should include costs for all transportation, materials, equipment,
labor and profit.
Lump Sum Deduct -
First floor locker room addition and second
floor storage room above. Retain existing
stair and porch. Omit door 9 at secretary's
room. Frame roof same as opposite side.
Two Thousand Six Hundred Seven Dollars
and
00 /100 Cents _ $ 2,607.00
DEDUCTIBLE ITEMS (Continued)
3. Lump Sum Deduct -
Cabinets: All cabinets in Director's office,
secretary's room and offices 1, 2 and 3.
Two Thousand One Hundred Twenty Dollars
and
00 /100 Cents
4. Lump Sum Deduct -
Carpeting of existing second floor and
draperies in new rooms and existing rooms
as noted in drawings.
Eight hundred sixty three Dollars
and
00 /100 Cents
5. Lump Sum Deduct -
Paint existing exterior stucco and new
stucco
PR2of2
- S 2,120.00
- $ 863.00
Five hundred eighty three Dollars
and
00 /100 Cents - $ 583.00
TOTAL BID WRITTEN IN WORDS (ITEM NO. 1)
Two Thousand Dollars
and $__42,000.00
Cents
2 -12 -1976
Date
S/ Coy Atkins
Bidder's Name
(Authorized Signature
CONTRACTOR'S
LICENSE NO.
172407
TELEPHONE
NO.
714- 554 -4990
CONTRACTOR'S
ADDRESS
16122 Whitecap
Cir., Fountain
Valley,
CA 92708
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF
ADDITION TO MARINE DEPARTMENT BUILDING
CONTRACT NO. 1760
INDEX
A. SPECIAL PROVISIONS
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1
II.
ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . 1
III.
FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
IV.
SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . 2
V.
PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VI.
INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VII.
AWARD AND EXECUTION OF THE CONTRACT . . . . . . . . . . . . 3
VIII.
TIME . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
IX.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
X.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . 3
XI.
UNFORESEEN DIFFICULTIES . . . . . . . . . . . . . . . . . . . 3
XII.
CONNECTIONS TO EXISTING UTILITIES . . . . . . . . . . . . . 4
XIII.
TESTS AND INSPECTIONS . . . . . . . . . . . . . . . . . . . . 4
XIV.
SERVICE MANUALS AND RECORD DRAWINGS . . . . . . . . . . . . . 4
B. ARCHITECTURAL SPECIFICATIONS
i.
A. SPECIAL PROVISIONS
I. SCOPE OF WORK
II
40
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
i
CONSTRUCTION OF
ADDITION TO MARINE DEPARTMENT BUILDING
SPECIAL PROVISIONS
CONTRACT NO. 1760
SP ,l of 4
The intent of the City of Newport Beach is to construct under this contract a
complete addition to the existing Marine Department building.
Item No. 1 of the Proposal is intended to include full payment for doing all
of the work contained in the plans, specifications, and other contract docu-
ments. The City of Newport Beach reserves the right to deduct from the con-
tract any of the work specified in Items 2 through 5 of the Proposal.
ADMINISTRATION OF THE CONTRACT
A. The Public Works Director of the City of Newport Beach shall administer
this contract.
1. Any place where the word "architect" or "owner" appears in the
Architectural Specifications, the words "architect" or "owner"
shall be understood to refer to the Public Works Director of the
City of Newport Beach or his authorized representative.
2. Any change order issued to the contractor shall be void unless
signed by the Public Works Director or his authorized representa-
tive.
B. 1. The Standard Specifications of the City of Newport Beach shall
govern contractual relationships between the parties to this
contract.
2. The Architectural Specifications shall govern for determining
quality of workmanship and materials.
3. In case of any conflict between the Standard Specifications and
the Architectural Specifications, the Standard Specifications
shall govern.
III. FEES
A. The City will be responsible for securing a building permit and other
permits normally required by the City.
B. Included in the scope of the contract is the payment of all fees and the
securing of all permits normally charged by governing public agencies
other than the City; the payment of all connection charges normally
charged by serving utilities; and the furnishing of all material, labor,
and transportation necessary to complete the construction.
C. The following fees normally charged by the City of Newport Beach will be
waived:
U
1. Building excise tax fees.
2. Building and plan check fees normally charged for the
account of the General Fund and including plumbing,
electrical, drywall, and plastering permits.
SP 2' of 4
D. Every contractor and subcontractor on this project must maintain a valid
City business license at all times that he is working on this project.
E. Any connection fees for plumbing fixtures that are charged for the account
of County Sanitation District No. 5 will be paid by the City directly.
IV. SPECIFICATIONS
The contract requires completion of all the work in accordance with these
Special Provisions, the Architectural Specifications, the City's Standard
Special Provisions, the Plans, and the City's Standard Drawings and Specifi-
cations.
The City's Standard Specifications are the Standard Specifications for
Public Works Construction, 1973 Edition and 1974 Supplement thereto. Copies
of the City's Standard Special Provisions may be purchased from the Public
Works Department at a cost of $5.
The Architectural Specifications are attached to these Special Provisions.
V. PLANS
The complete set of plans for bidding and construction consists of 8 sheets,
Drawing No. B- 5050 -S, Sheets 1 - 5 inclusive, El, E2, and H1, prepared by
Kermit Dorius and Associates.
VI. INSURANCE
A. CONTRACTOR'S LIABILITY INSURANCE: The contractor shall obtain, pay for
and maintain liability insurance in accordance with the following:
Bodily Injury $250,000 Each person
500,000 Each accident
500,000 Aggregate products
Property Damage $100,000 Each accident
500,000 Aggregate protective
500,000 Aggregate products
500,000 Aggregate contractual
The limits of liability listed above supersede the limits of liability
listed in Section 7 -3 of the Standard Specifications.
B. WORKMAN'S COMPENSATION INSURANCE: In accordance with Subparagraph
11.1.1.1 of the General Conditions, the contractor shall provide Workman's
Compensation Insurance, including Employer's Liability, of not less than
$100,000 covering all persons employed by the contractor.
C. DELIVERY TO OWNER AND ARCHITECT: Two (2) certified copies of above insur-
ance policies or certificates of insurance shall be delivered, one (1) to
the owner and one (1) to the architect, prior to the commencement of work,
• • SP'3 of Q '
and shall not be cancelled except upon not less than fifteen (15) days'
written notice to the owner and the architect, in accordance with Sub-
paragraph 11.1.3 of the General Conditions.
VII. AWARD AND EXECUTION OF THE CONTRACT
A. Award of Contract: The award of the contract will be to the lowest
responsible bidder whose proposal complies with all requirements des-
cribed in the contract documents. The award, if made, will be made
within 30 days after the opening of the bids.
At the time that the contract is awarded, the City will notify the
successful bidder which, if any, of the deductible items it desires
to eliminate from the award of contract.
For the purpose of determining the low bidder on the contract, only
the bids for Item No. 1 of the proposal will be compared.
B. Execution of Contract: The contract shall be signed by the successful
bidder and returned, together with the contract bonds, within 10 days,
not including Sundays, after the bidder has received notice that the
contract has been awarded. No proposal shall be considered binding
upon the City until the execution of the contract by the City.
The date of the contract shall be the date that the contract is executed
by the City.
VIII. TIME
Within five (5) calendar days after the execution of the contract by the City,
the City shall issue a notice to proceed.
The contract shall be completed within 120 calendar days from the date of the
notice to proceed.
IX. PAYMENT
The prices bid for the various items of work shall, unless otherwise stated,
include full compensation for all labor, materials, tools, equipment and inci-
dentals necessary to the completed work. Compensation for work shown on the
plans and described in the specifications, but not separately provided for in
the bid proposal, shall be included in the price bid for Item No. 1.
X. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. The contractor shall arrange for
each utility company to locate facilities prior to performing work. The con-
tractor shall protect in place and be responsible for, at his own expense, any
damage to any utilities encountered during construction.
XI. UNFORSEEN DIFFICULTIES
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination as to whether these conditions constitute extra work
and so notify the contractor in writing.
XII
XIII
• • SP4of4-
CONNECTIONS TO EXISTING UTILITIES
It shall be the responsibility of the contractor to determine the existing
conditions at the proposed connection points with existing utilities prior to
beginning construction and to notify the engineer of any differences between
the existing conditions and those shown on the plans.
TESTS AND INSPECTIONS
A. Initial tests required by contract documents and retesting, if required,
will be paid for by the contractor.
B. The cost of tests or inspections ordered by the owner for the purpose
of determining the existence of faulty materials or faulty workmanship
shall be paid for by the contractor, except when the tests or inspections
determine that faulty materials or faulty workmanship does not exist, in
which case the owner will pay for the tests or inspections.
C. Local, legally constituted public authorities having jurisdiction over
this construction, and the owner shall be the only persons empowered to
direct tests to determine compliance or non - compliance with requirements
of the work.
XIV. SERVICE MANUALS AND RECORD DRAWINGS
The contractor shall furnish two service manuals to the owner. Manuals may
be loose leaf and shall contain complete exploded drawings of all equipment
installed showing components and catalog numbers together with the manufac-
turer's name and address.
Q
division 1
2
3
4
5
0
7
M
• I'ndex'- 1
ARCHITECTURAL SPECIFICATIONS
INDEX TO SPECIFICATIONS
GENERAL REQUIREMENTS pages
1.1 General Requirements 1
1.2 Deductible Items 1
SITE WORK
2.1 Demolition & Clearing 1
CONCRETE
See Rough Carpentry
MASONRY
None
METALS
5.1 Miscellaneous Metal 1
CARPENTRY
6.1
Rough Carpentry
3
6.2
Finish Carpentry
1
6.3
Cabinet Work
1
MOISTURE PROTECTION
7.1
Sheet Metal
2
7.2
Built -up Roofing
2
7.3
Insulation
1
DOORS
& WINDOWS
8.1
Wood Doors
1
8.2
Windows
1
8.3
Finish Hardware
3
• • Index - 2
division 9 FINISHES
pages
9.1 Lath and Plaster
2
9.2 Drywall
2
9.3 Painting
3
9.4 Resilient Flooring
1
9.5 Laminated Plastic
1
9.6 Carpeting
2
10 SPECIALTIES
None
11 EQUIPMENT
None
12 FURNISHING
12.1 Drapes 2
13 SPECIAL CONSTRUCTION
None
14 CONVEYING SYSTEM
None
15 MECHANICAL
15.1 Plumbing 4
15.2 Air Conditioning 2
16 ELECTRICAL
16.1 Electrical 4
J
1.10neral Requirements - 1
1.1 GENERAL REQUIREMENTS
1.1.1 THE GENERAL AND SUPPLEMENTARY GENERAL CONDITIONS, AIA
Documents A -201 and A- 201 /SC (on file at the Architect's
office) are part of this Section.
1.1.2 UTILITIES: Water for the use of the Contractor during
construction will be available on the site and paid
for by the Owner.
1.1.3 JOB OFFICE, TELEPHONE AND SANITARY FACILITIES:
Contractor may use facilities in existing building.
1.1.4 PROTECTION: Protection barriers shall be erected
to protect the Owner's employees and the public from
building operations.
1.1.5 PARKING: Contractor's employees shall either park off the
sites a or where directed by the Owner.
1.1.6 SCHEDULE: Contractor shall provide Owner with a con-
structs n schedule which shall be kept up to date and
shall advise Owner of time and place that construction
will take place which may interfere with Owner's
operations.
1.1.7 SHOP DRAWINGS: Contractor shall submit shop drawings in
three copies. Submittals shall be made in sufficient
time so as not to cause delay in operations. Contractor
shall check and verify all field dimensions. Drawings
shall clearly indicate by noting and by heavy line any
feature that deviates from the original.
1.1.8 SIGNS: No signs will be permitted on the project except
the project sign, identifying captions over offices,
certain directional signs and warning signs required for
safety and protection. The Contractor shall take all
necessary steps to pre7ent installation of all unauthor-
ized signs.
11
1.2 DEDUCTIBLE ITEMS
•2 Deductible Items - 1
1.2.1 DEDUCTIBLES should include all materials, labor and
equipment related to the item. The Owner has the option
of omitting any of the following items. See plans for
detailed description.
a. First floor locker room addition and second floor
storage room above. Retain existing first floor
porch and stair. Omit Door 9 at Secretary's room.
Frame roof same as opposite side.
b. Cabinets: all cabinets in Director's office,
Secretary's office and Offices 1, 2 and 3.
C. Carpeting and draperies as follows:
1. Carpeting of existing second floor Director's
office, Captain's office, hall, stair and
communications room.
2. Draperies in existing Director's office and
Captain's office.
3. Draperies in new addition.
d. Paint existing exterior stucco and new stucco.
• 2.1 EWlition & C1eaYing'- 1
2.1 DEMOLITION & CLEARING
2.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Contractor to provide all labor, materials and
service for demolition and clearing as indicated
and required for new construction.
C. Materials to be removed:
1. Built up roofing over garage. Protect plywood
roof sheathing.
2. Skylights and vents over garage.
3. Copper gutter and downspout at garage and across
north portion of upper roof. Reuse as detailed.
4. Deck, screen wall and stair at locker room.(See
Deductible Items).
5. Door and wall at interior stair as noted in
drawings.
6. Exterior stucco at areas of new addition.
New interior finish as noted in drawings.
2.1.2 WORKMANSHIP:
a. Demolition materials and items shall be removed from
the site except that anything of value such as sky-
lights shall be turned over to Owner for their disposal.
b. Protect trees. (They will be moved by Owner where necessary)
C. Protect existing structure, walks and paving.
•
5.1.1 GENERAL:
5. 0iscellaneous Metal - 1
5.1 MISCELLANEOUS METAL
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply all Miscellaneous Metal work as shown on
drawings, and as specified herein, including all
anchorage devices and required appurtenances.
C. Coordinate with other trades to effect prompt delivery
of all materials needed for erection or installation.
Identify all bolts or other loose materials.
5.1.2 MATERIALS:
a. Standard commercial products, conforming to the
requirements of the drawings and specifications may
be used.
b. Steel not to be embedded shall be hot dip galvanized,
apply "Regale" to any surfaces cut or welded. Thor-
oughly shop prime all other metal.
C. Gutters, downspout, stucco grounds: 16 ga. copper.
•
6.1 ROUGH CARPENTRY
6.1.1 GENERAL:
�1 Rough Carpentry = 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. The work includes all labor,
transportation and equipment
reasonably incidental to the
rough carpentry and framing
wall framing and all related
is a part of this work.
material, services,
necessary for and
installation of all
including roof decking,
items. Rough Hardware
C. Includes concrete stoop, footing and walk at foot of
exterior stairs and rough concrete floor at locker room
Includes installation of wood pilings.
6.1.2 MATERIALS:
a. All material shall be new, properly grade marked or
certified.
b. Douglas Fir: Grade marked according to "Standard
Grading and Dressing Rules #16" West Coast Lumber
Inspection Bureau.
C. Pine: Graded in accord with W.C.L.I.B. "Standard
Grading Rules ". Western Pine Association.
d. Redwood: clear.
e. Plywood: Shall meet the requirements of the latest
edition of the U. S. Product Standard PS 1 -66. All
plywood shall be exterior type sheathing, DFPA Grade
Trademarked STRUCTURAL I.
f. Pressure Treated Lumber: Shall conform to one of the
following specifications of the American Wood Preservers
Association.
Chromated Zinc Chloride ......... Spec. 60B 1944
Wolman Salts (Tanalith) ......... Spec. 60B 1944
Zinc Chloride .. ................Spec. 17A 1921
Zinc Metal Arsenite .............Spec. 62B 1944
g. Moisture Content: Structural lumber shall not average
more than 19 percent water content at time of installa-
tion in the work. Lumber shall be air -dried at least
60 days before use and shall be stacked on stripping
at the site before use if not previously dried. Treated
lumber shall be dried to a moisture content of not
more than 19 percent after treating.
0.1 Rough Carpentry - 2
h. Fiberglass Mesh: Install mesh continuously around
eaves as detailed on drawings.
i. Concrete:
1. Reinforcing: intermediate grade billet steel
ASTM A -615, bars 3/8" and larger shall be
deformed. Deformations shall conform to ASTM
A -305.
2. Portland Cement: ASTM C -150, Type I. If
aggregates contain reactive substances, use
Type II cement. Type III, high -early strength
cement may be used at the contractor's option.
3. Aggregates: ASTM C -33. 1;" maximum, 3/4"
maximum for 4" thick slabs.
4. Water: clean and free from deleterious materials.
j. Wood Pilings: Supplied by Owner.
6.1.3 WORKMANSHIP:
a. Installation: Cut and fit all framing lumber with
accurate joints and proper lengths. Corners and
intersections of plates shall be cut to form over-
lapping joints. All cutting and fitting for installa-
tions of other work shall be done as a part of this
Section, and all such work shall be done in a neat
manner and shall not weaken the structural strength
of the building. Special framing and blocking shall
be installed where major cuts of framing are necessary
to install the work of others. All cuts and bored
holes, nominal bolt size, shall be in accord with
the requirements of the drawings and uniform code.
Wood which is embedded in or laid upon concrete or
masonry walls less than six feet above the earth,
shall be pressure treated. Ends of wood joist
which are two feet or less from earth and wood
blocking and /or sheathing installed in a similar
position, shall be dipped in preservative treatment
for a period of at least 15 minutes after sawing and
for a minimum distance of 12 inches from the end. Where
wood is dipped in preservative, the treatment shall be
completed at least two hours prior to incorporation
of the wood in the structure.
b. Backing, Furring, Blocking and Grounds: Provide solid
wood backing for all plumbing and electrical fixtures,
hardware and similar items. Wood furring to enclose
all pipes shall be installed in the same manner as
for partitions.
. �.1 Rough Carpentry'- 3
Fire blocking shall be installed throughout the work
so that no vertical space in excess of 8 feet exists
between studs and so that all intersecting walls,
ceilings, etc., are separated adequately with nominal
2" firestop material. Firestops shall extend the full
width of the stud or frame member to which they are
fastened.
Bridging shall be metal contact and shall be placed
in horizontal spans, at 8 feet 0 inches on center,
except for roof and ceiling joist under 10" in depth,
and shall be securely nailed as noted on the drawings.
Crossbridging shall be nailed into final position only
after sheathing has been installed.
C. Rough Hardware: All rough hardware including bolts,
lags, screws, nails and similar parts shall be furnished
and installed as a part of this section. Nails shall
be common or ring shank as noted on drawings. Box
nails will not be accepted. Nails shall not be
installed closer than one -half of their lengths and
drilled holes, one size smaller than nail shank, shall
be used where wood members are liable to be split by
normally driven nails. All nailing shall be in accord
with schedules on the drawings and in the Uniform
Building Code.
d. Roof Sheathing: Plywood, Structural I, �" thick
as noted. See plans for details.
e. Floor Sheathing: Plywood, 5/8" thick, T &G, see plans
for details.
f. Concrete shall obtain minimum ultimate compressive
strength 2,000 psi in 28 days. Level slabs with a
screed, tamp with a grid tamper and finish with steel
trowel at interior. Medium textured broom finish at
exterior.
g. Clean -up: Du
completion of
areas free of
etc. Special
accumulations
hazard.
ring the course of the work, and upon
all work, the contractor shall keep all
excessive debris, sawdust, shavings,
care shall be exercised to prevent
of material to form a fire or safety
h. Wood pilings to be jetted to depth noted on drawings.
6.2 FINISH CARPENTRY
6.2.1 GENERAL:
0 Finish Carpentry 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install complete Finish Carpentry as shown
on drawings and as specified herein.
C. Verify all dimensions shown on drawings and as speci-
fied herein.
6.2.2 MATERIALS:
a. All finish lumber shall be "B acid Better" Douglas Fir,
Clear Redwood and "C - Select" Ponderosa Pine, kiln
dried, except where otherwise specified on drawings.
b. Use only hot dipped galvanized or aluminum finish
or casing nails. Set nails for putty stopping where
occurring in surfaced members.
6.2.3 WORKMANSHIP:
a. All end splices exposed in finished members shall be
bevel splices and not square butted. Install members
in as long lengths as possible. Miter corners of trim.
b. The Contractor shall install finish hardware as required.
The hardware on all doors shall be fitted prior to the
finishing and painting and then removed and painting
completed before final installation.
C. Cut all doors for specified hardware and hang. Protect
as recommended by the manufacturer. Fit doors to
provide 1/16" to 1/8" clearance at jambs and heads.
Bevel lock stiles to 1/8" in 2 ". Ease all edges of
doors. Maximum clearance at floor shall be 1/4 "above
carpet unless otherwise indicated.
LJ
6.3 CABINET WORK
6.3.1 GENERAL:
• 6.3 Cabinet Work 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Submit shop drawings of cabinet work at large scale
showing sizes, methods of construction, connection
to adjacent members and installations.
C. Take such field measurements as may be required and
be responsible for same.
d. Painting and priming are not a part of this Section.
e. See DEDUCTIBLE ITEMS.
6.3.2 MATERIALS:
a. Supply and install all Cabinet Work as shown on
drawings and as specified herein.
6.3.3 WORKMANSHIP:
a. Fabrication shall be in accordance with W.I.C. Standards,
custom grade.
b. Hardwood will receive an oil or stain finish.
C. Construction will be shadowline overlay type.
d. Doors shall be mounted with concealed hinges.
e. Laminated plastic will be selected from standard,
suede, solid colors.
f. Install units level and plumb. Scribe to wall and other
surfaces as required. Fasten to studs or solid blocking
with #14 wood screws of sufficient length to penetrate
member at least 1 ".
7.1.1
7.1.2
7.1.3
•
7.1 SHEET METAL
GENERAL:
• 7.1 Sheet Metal L 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Furnish and install all sheet metal work as shown
on drawings and as specified herein.
MATERIALS:
a. Galvanized Sheet Steel: conforming to ASTM A -93 or
A -446, as required. Where sheet metal gauges are
not noted, use #26 gauge. Use #20 gauge minimum
for clips.
b. Copper: 16ga. cold rolled.
C. Fastenings: nails, bolts and nuts, power driven
fasteners, screws, washers, etc., must be hot -dip
galvanized.
d. Sealant: where it is impracticable to use solder at
joints, corners, etc., seal with G.E. Silicone
Sealant, or as approved by Architect.
e. Hatch: 30" x 30" Dur -Red Ladder Hatch as manufactured
by the Red Plastic Co., Los Angeles, California, or
approved equal.
f. Ladder: Dur -Red Hatchway Ladder, Red Plastic Company,
or approved equal.
g. Skylight: Dur -Red Curb Mounted Dome #52828 (22 "x22 ")
as manufactured by Red Plastic Company.
WORKMANSHIP:
a. Installation shall conform to the quality, procedures
and methods recommended by the National Association
of Sheet Metal Contractors, where they apply. The
work shall be accurately formed, fitted snugly, have
exposed edges folded under at least �" and have no
sharp corners left exposed. The work shall be
securely fastened and shall be absolutely water and
weather tight.
b. Attach metal to surfaces which are even, smooth,
sound, thoroughly dry and clean, free of all defect
which might affect its application. Any materials
furnished hereunder, and to be built into the work
by others, shall be in condition for proper installation.
U
7.1 Sheet Metal- 2
Commencement of work will be construed as acceptance
of all subsurfaces. Do all cutting, fitting, drilling
or other operation in metal required to accommodate
the work of the other trades.
C. Any miscellaneous items essential to complete the
metal installation, even though not specifically
shown or specified, shall be provided. Such items
shall be of the same kind, quality and type as similar
items utilized elsewhere in the building.
d. Provide for expansion and contraction in completed
work.
e. Protect all work from damage of any nature; protect
metal from contact with materials which would support
galvanic action and corrosion.
f. Fabricate flashing components to shapes and sizes
detailed, allowing sufficient allowances for expansion
and contraction without causing undue stresses.
Surfaces shall be free from waves and/or buckles, with
lines, arrises and angles sharp and true, and formed
in strict accordance with detailed drawings.
9. Note that existing copper gutters and downspouts are
to be reused as possible. This subcontractor shall
remove, store, straighten and reinstall these items,
adding new components as needed to complete the work
indicated.
•
7.2 BUILT -UP ROOTING
7.2.1 GENERAL:
02 Built -up Roofing 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all built -up roofing work as
shown on drawings and as specified herein.
C. The entire roof flashing, gravel stops and all metal
work in connection with the roofing installation to
be under the direct jurisdiction, superintendence
and responsibility of this Contractor and the manu-
facturers.
d. Guarantee: provide a written guarantee form, as
stipulated Conditions of the Contract, herein, for a
period of two (2) years from date of acceptance of
building stating:
1. That the roof, including flashings,will be
maintained watertight.
2. That any defective materials and /or workmanship,
which may become evident within the two year
guarantee period, will be replaced with proper
new materials.
3. That the roofing will lay smooth and even.
4. And that any and /or all repairs and /or replace-
ments which may be necessary on account of any
of the abovementioned 1, 2 or 3 causes will be
made immediately without cost to the Owner.
5. Guarantee shall be dated from date of acceptance
of work by the Owner.
7.2.2 MATERIALS:
a. Roofing: United States Gypsum dl -a -1 20 grade bondable,
Class A or approved equal. Approximate weight of
materials per 100 square feet as follows:
1. Ease sheets: 3 layers Specification Bases
and ply roofing - 120#
Asphalt: dead -level grade, mopping
between sheets - 50#
Flood coat for gravel - 60#
Surfacing: gravel - 400#
• 02 Built -up Roofing - 2
b. Base flashings as follows:
Base sheets: 2 layers Fire code mark 1
Asphalt: 3 moppings, specification grade
Finishing sheet: FIRECODE mark II mineral
cap sheet.
C. All material shall be delivered in original packages
bearing manufacturers' labels. All materials shall
be applied by a roofing contractor approved by the
manufacturers.
7.2.3 WORKMANSHIP:
a. Examine all subsurfaces to receive work of this Section.
Report in writing to the General Contractor, with a
copy to the Architect, any conditions which may prove
detrimental to work of this Section. Failure to observe
this injunction will constitute a waiver to any subse-
quent claims to the contrary and will make this Con-
tractor responsible for any corrections the Architect
may require and this Contractor will be required to
make such corrections at his own expense. Commencement
of work will be construed as acceptance of all sub-
surfaces as satisfactory.
b. All work specified shall be done by applicators approved
bythe manufacturer of the materials and work shall be
installed in strict accordance with the manufacturer's
directions.
C. This Contractor shall work closely with sheet metal,
plumbing and mechanical contractors. Whenever the
watertightness of this Section is dependent upon sheet
metal, this Contractor shall assume full responsibility
for the finished installation of the integrated assembly.
Supervise the sheet metal installer's work as necessary
to assure satisfactory fabrication and placement.
d. Periodic Inspection: the roof contractor shall arrange
in sufficient time (no less than 3 days beforehand),
for the presence of a representative of the manufacturer,
when work starts and for periodic inspection during
application. Manufacturer's inspection letter shall be
issued upon completion.
e. Clean -up will be in accordance with the GENERAL
CONDITIONS.
• • 7.3 Insulation - 1
7.3 INSULATION
7.3.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all insulation work as shown on
drawings and as specified herein.
C. Materials designated for a specific application shall
be the products of one manufacturer.
7.3.2 MATERIALS:
a. Thermal: R -19 (6" thick)& R -11 (3�" thick), fiberglass
building insulation, at the roof. R -11 (3�-" thick)
fiberglass building insulation at exterior walls.
b. Sound: R -11 (3'h" thick) at all interior walls.
7.3.3 WORKMANSHIP:
a. Install in strict accordance with manufacturer's written
specifications.
b. Materials shall be delivered to the job in manufacturer's
original, unopened packaging and shall be adequately
protected against damage while temporarily stored at
the site. Delivery shall be such that stocks of materials
on the job will permit uninterrupted progress of the work.
• • 8.1 Wood Doors 1
8.1 WOOD DOORS
8.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Provide wood doors as shown on drawings, schedules
and as specified herein.
C. All wood doors shall meet the requirements of
Commercial Standard CS -171 and of the National
Woodwork Manufacturers Association Specifications
for Hardwood Veneered Flush Doors, latest edition,
unless specified otherwise.
8.1.2 MATERIALS:
a. Wood doors as manufactured by: Weldwood, Geneerco,
Weyerhauser or as approved by the Architect.
b. Face Veneer:
1. Hardwood as shown on drawings, standard
thickness, thoroughly kiln dried, smoothly
sanded and laid at right angles to grain of
crossbands or as detailed.
2. Dorlux skin.
C. Crossbands: Thoroughly kiln dried hardwood, 1/16"
thick, laid with grain at right angles to length of
door.
d. Core: Glued up of properly kiln dried wood blocks of
low density species.
e. Edge Bands: Thoroughly kiln dried hardwood at all
edges matching face veneer species, 3/4" thick,
laminated to core.
f. Adhesives: Crossband and face veneer adhesive shall
conform to CS -35 Type I. Core and edge band adhesive
shall conform to CS -35, Type II.
8.1.3 WORKMANSHIP:
a. Refer to Door Schedule for types, face veneers,
labels, sizes and details. Bottoms of doors shall
clear finish floors by 1/4" maximum, unless otherwise
noted on drawings for unrated doors.
• • 8.2 windows 1
8.2 WINDOWS
8.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. All glazing shall be in accordance with the standards
of the Flat Glass Jobbers Association Glazing Manual,
current edition.
C. Verify all dimensions by taking field measurements;
proper fit and attachment to adjoinint work is
required.
8.2.2 MATERIALS:
a. Windows: all awning windows shall be flexiview/
flexivent stack unit as manufactured by Anderson
Corporation, Bayport, Minnesota. Combination units as
shown in drawings shall be factory assembled complete
with hardware, weatherstripping and glazing.
b. Glass:
1. Plate: 1/4" thick, polished, grey.
2. Obscure: 1 /8" thick factrolite.
8.2.3 WORKMANSHIP:
a. Seal all joints between window frames and building,
tightly and continuously.
b. Protect all work from corrosion. All concealed steel
stiffeners, anchors, brackets, fasteners, etc., shall
be prime coated prior to installation.
C. Do not set glass at wood frames until rabbets have
been primed and priming is dry.
•
8.3.1 GENERAL:
8.3 FINISH HARDWARE
03 Finish Hardware -� 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Provide all Finish Hardware as shown on drawings and
specified herein unless specifically excluded and called
for in other sections.
C. In accordance with the SUPPLEMENTARY GENERAL CONDITIONS,
submit a complete schedule of all hardware. The
schedule shall indicate identical hardware group
numbers as listed herein.
d. All hardware shall comply with applicable fire and
building codes.
e. While the Hardware Schedule is intended to cover all
doors and other movable parts of the building, and
establish a type and standard of quality, it shall be
the specific duty and responsibility of the finish
hardware supplier to examine the plans and specifica-
tions and furnish proper hardware for all openings
whether listed or not. If there are any omissions
in hardware groups, they shall be called to the
attention of the Architect prior to bid opening for
instructions; otherwise the list will be considered
complete. No extras will be allowed for omissions,
changes or corrections necessary to facilitate proper
installation.
f. Furnish a guarantee that all hardware work shall be
guaranteed for two (2) years against defective
materials or workmanship after acceptance of work.
8.3.2 MATERIALS:
a. All doors hung on butts shall be hung on three (3)
butts. All outswinging doors to have butts with
non - removable pins with set screws in barrel.
b. The hardware finish shall be US26D.
C. Locksets and latchsets shall be Hanover, US32D dull
stainless steel, 3 3/4" backset as noted.
8.3.3
8.3.4
• �.3 Finish Hardware -'2
WORKMANSHIP:
a. All hardware except prime coated items shall be
fitted to the doors, then removed and placed
carefully in the original boxes until painting is
complete.
b. Hardware shall be delivered with each unit marked or
numbered in accordance with the Hardware Schedule
submitted. The Finish Hardware schedule shall
identify each piece of hardware with the name of the
manufacturer to facilitate checking and job identifi-
cation.
C. Finish Hardware shall be furnished with all necessary
screws, bolts or other fastenings of suitable size and
type to anchor the hardware in position for heavy use
and long life. Note fastenings shall be furnished
where necessary with expansion shields, sex bolts,
toggle bolts, anchors, according to the material to
which it is applied and as recommended by the manufac-
turer, but subject to approval of the Architect.
Hardware fastened to masonry shall be furnished with
expansion bolts with lead expansion shield. Note:
Screws going into wood shall be full threaded eet
metal type.
HARDWARE SCHEDULE:
Quantity Description Finish
Door 1
Door 2 - 3' -0" x 7'- 93/4" x 1 3/4 SCSxWF
4 pr. Butts 191 4x4 626
2 Latch C10S HAN 630
2 Dedd Lock B460P x 12 -076 626
2 Wall Stop 4252 626
2 Threshold 110B
Door 3 - 3' -0" x 618" x 1 3/4" SCSxWF
1, pr. Butts 191 4x4 626
1 Latch AlOS HAN 630
1 Wall Stop 4252 626
Door 4
Door 8 - 2'6" x 6' -8" x 1 3/8" HCSxWF
3 pr. Butts 191 3'h x 32 626
2 Latch AlOS HAN 630
2 Floor Stop 4000 626
0
Quantity Description
•.3 Finish Hardware 3
Finish
626
630
626
626
630
626
626
Door 5
Door 6
Door 7
Door 10 - 3' -0" x 6' -8" x 1 3/8" HCSxWF
6 pr.
Butts 191 A x A
4
Latch AlOS HAN
4
Wall Stop 4252
Door 9 - 2' -8" x 6' -8" x 1 3/8" HCSxWF
1' pr.
Butts 191 A x 3�2
1
Latch AlOS HAN
I
Floor Stop 4000
22
Cabinet Pulls 179
2
Cabinet Locks 0666 - 7/8 KA
2
Elbow Catch 2 B
Finish
626
630
626
626
630
626
626
• Lath and Plaster - 1
9.1 LATH AND PLASTER
9.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Lath and Plaster work as shown
on drawings and as specified herein.
C. Supply samples, required by the Architect, for exterior
stucco. Match existing color and texture (see
Deductibles for painting all stucco).
d. All work specified herein shall be in accordance with
'Reference Specifications for Lathing, Plastering and
Furring in California' compiled by the California
Lathing and Plastering Contractors Association, Inc.,
Applicable parts thereof are hereby made a part of
this specification, except where more stringent
requirements are called for in this specification, or
in local building codes, those requirements shall be
followed. Do all cutting and patching work in this
Section as may be required to accommodate the work
of other trades.
9.1.2 MATERIALS:
a. Paperbacked Lath: "Aqua -K- Lath ", or approved equal.
b. Stucco Ground: 16 ga. copper.
C. Portland Cement: Conforming to ASTM C -150 Type I.
d. Sand for Cement Plaster: Conforming to ASA A42.2.
e. Exterior, Cement Plaster: match existing texture and
color.
1. Scratch coat: 1 part Portland cement, 4 parts
sand and hydrated lime equal to 25% of the
volume of cement.
2. Brown coat: 1 part Portland cement, 5 parts
sand and hydrated lime equal to 25% of the
volume of cement.
3. Finish coat: La Habra color coat or approved
equal. Color and texture to match existing.
C'
J
Lath and Plaster - 2
4. Curing: keep each base coat moist for at least
48 hours; commence moistening as soon as plaster
has hardened sufficiently so to prevent injury;
apply water in a fine fog spray; avoid soaking;
curing shall proceed over holidays, Saturdays
and Sundays, if necessary. If atmospheric
conditions are hot and dry, curing time shall be
extended as necessary at no additional cost to
the Owner. Allow plaster base coats to cure for
a minimum of 7 days before applying finish coat.
5. Thickness: 7/8" thick, measured from back of lath.
9.1.3 WORKMANSHIP:
a. Work hereinunder requires coordination with trades
whose work connects with, is affected or concealed by,
lathing and plastering. Before proceeding with
plastering, make certain that all required inspections
have been made.
b. Lathing: Apply lath with long dimension at right
angles to supports; lap sides and ends as recommended
by manufacturer. Stagger vertical laps. Make no
vertical joints at any corner; bend lath around all
corners, internal and external.
1. Attach lath to studs by means of fastenings at
spacings as required by local building codes.
All attachments shall be corrosion resistant.
C. Plastering surface shall have a tolerance of 1 /8" in
ten (10) feet.
d. Remove droppings or splashes from all concrete, masonry
or other finish surfaces.
e. Patching shall be done after all other work except
painting has been completed. Cut out damaged or
broken plaster to straight lines with clean, sharp
edges. Cut out cracks to a width of at least 1 ".
Areas to be patched shall be filled with base materials
and then given a finish coat of the same material as
adjoining plaster. Patched areas shall match the
adjoining work in finish and texture. Joinings shall
be flush and smooth so that joints between patch and
existing plaster are imperceptible.
f. At completion of the plastering work, remove excess
plaster from beads, screeds, etc., and leave work
clean and ready for painting. Promptly remove plaster,
rubbish, surplus material, scaffolding and other
equipment from the job site. Leave areas broom clean.
0 •
9.2 DRYWALL
9.2.1 GENERAL:
9.2.2
9.2 Drywafl' = 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Drywall work as shown on
drawings and as specified herein.
C. All work specified herein shall be in accordance with
'American Standard Specifications for the Application
and Finishing of Gypsum Wallboard', as approved by
The American Standards Association, latest edition,
applicable parts thereof are hereby made a part of
this Specification, in local codes or by the manufacturer
of the gypsum wallboard, those requirements shall be
followed. Do all cutting and patching of work in this
Section as may be required to accommodate the work of
other trades.
MATERIALS:
a. Gypsum Wallboard: 1/2" thick and 5/8" type 'X' with
recessed edges, Kaiser, U. S. Gypsum, or approved equal.
b. Corner Bead: #100 Perf -a -bead corner reinforcement.
C. Metal trim: #200
d. Laminating Compound: Kaiser Laminating Compound, or
approved equal.
e. Texture and Sealer: Four (4) parts white texture to
one (1) part oil resin emulsion, with proper amount
of water added to reach workable consistency. Texture
as noted on schedule.
9.2.3 WORKMANSHIP:
a. Apply boards with long dimensions to framing members
with all abutting ends and edges over supports.
Neatly fit and stagger all end joints. Make joints
occur on different studs at opposite sides of partition.
Cut and fit neatly around all outlets and switches.
Space fasteners 8" on center along vertical edges, and
12" on center at midpoints, 3/8" from edge of board.
Fasten boards to backings specified.
�J
. 9.2 Drywall = 2
b. Erection technique shall result in plumb and
straight surfaces with no waves or buckles and
free of unevenness at joints.
C. If framing members are out of alignment, or bowed
or warped, correct to make true surfaces before
application of gypsum boards. Finish walls and /or
ceilings shall be plumb and level without ridges,
bows or warps.
d. All interior partitions shown, gypsum board shall be
within 1/2" of penetrating duct, pipe or conduit.
All openings at penetrations, except round pipes
shall have metal trim. All openings at penetrations
shall be caulked to the full thickness of the gypsum
boards. Caulk between wall surfaces and electric
outlet boxes. Apply specified caulking in full strips
without skips. Remove foreign matter from joints
before caulking.
e. All work herein requires coordination with trades whose
work connects with, is affected or concealed by, drywall.
Before proceeding with drywall work, make certain all
required inspections have been made.
f. Store materials off ground and cover against weather.
Remove any unsuitable materials from site.
g. Taping and finishing shall be done in accordance with
the manufacturer's written specifications.
h. Apply texture and sealer to all drywall that will
receive apint.
• • 9.3 Painting - 1
9.3 PAINTING
9.3.1 GENERAL:
a. DIVISION 1 of these
Specifications is
a part of this
Section.
Int. Wood
Dunn - Edwards
b. Supply and apply all
painting and finishing throughout
the project on surfaces
that are left
unfinished by
the requirements of
their specifications including
prime coated accessories
and equipment.
9.3.2 MATERIALS:
a. Schedule:
1. Stain
Olympic
Solid Color
,2. Galv.Primer
Dunn - Edwards
Galvaprime :zinc
Dast Primer 43 -3
3. Galv.Primer
Dunn- Edwards
Loc- Kote:synthetic
Body Coat 42 -23
4. Int. Primer
Dunn - Edwards
Vinylastic:pigmented
Sealer W101
5. Int.Wall Paint
Dunn - Edwards
Decovel:velvet flat
W401 series
6. Int. Enamel
Dunn- Edwards
Practical synthetic
Eggshell 1 -1X with
stipple finish
7.
Int.Wood Primer
Dunn- Edwards
8.
Int. Wood
Dunn - Edwards
9.
Stain
Olympic
10.
Stain
Dunn- Edwards
11.
Sealer
Dunn - Edwards
12. Gloss Lacquer Dunn - Edwards
13. Semi Gloss Dunn - Edwards
Lacquer
14. Paint Dunn - Edwards
Superflat: enamel
Undercoat 42 -31
Practical synthetic
Eggshell 1 -1X
Semi - transparent
Decolac,Lacquer
Stain, LQ -120 series
Decolac,E.P.
Sanding Sealer
LQ -114
Decolac,E.P. Gloss
Lacquer LQ -115
Decolac, E.P.
Semi gloss lacquer
LQ - 116
Evershield 100%
Acrylic W -701
• • 9.3 Painting 2
b. Schedule of finishes:
1. Exterior:
Surfaces
wood doors, windows,
stairs and trim
galvanized metal
copper gutter & downspout
stucco
2. Interior:
Surfaces
drywall (flat)
drywall (enamel)
window frames
exposed beam
plywood paneling
paint grade doors,frame
stain grade doors
stain grade cabinets
9.3.3 WORKMANSHIP:
Materials
2 coats (1)
1 coat (2),1 coat (3)
and 1 coat (1)
no finish
2 coats (14)
Materials
1 coat (4),1
coat
(5)
1 coat (4),1
coat
(6)
1 coat (7),1
coat
(8)
1 coat (9)
1 coat (9)
1 coat (7),1
coat
(8)
1 coat (10),1
coat
(11),
1 coat (12,
and
1 coat (13)
1 coat (10),1
coat
(11),
1 coat (12)
and
1 coat (13)
a. Finish hardware, accessories, plates, etc., are to be
temporarily removed before finishing adjacent surfaces.
b. Materials to be of proper consistency and smoothly and
evenly spread on. Work to be free from runs, sags,
crawling or other defects.
C. No materials shall be reduced or changed except as
recommended by the manufacturer of the material.
• 9.3 Painting'- 3
d. No painting shall be done in condition that will
jeopardize the finished appearance. All surfaces to
receive finish shall be free of foreign matter that
would adversely affect painting. Painting of any
surface shall constitute this Contractor's acceptance
of that surface and the making good of any faulty work
due to such defective surfaces shall be this Contractor's
responsibility.
e. Employ protective coverings or drop cloths to protect
floor, fixtures and equipment. Care shall be exercised
to prevent paint being spattered onto surfaces which
are prefinished. Surfaces from which such paint cannot
be satisfactorily removed, shall be replaced, repainted
or refinished as required to produce satisfactory finish.
f. Any firehose cabinets, air registers and grilles,
exposed electrical panelboards, primed hardware, etc.,
shall be painted to match adjacent surfaces.
g. Before painting unprimed galvanized metal, wash with a
solution of Dunn Edwards Vinyl Wash 42 -36; allow to dry.
h. Any wood surfaces to be painted or stained shall be
clean, smooth, dry and fully sanded. Knots and pitch
pockets under paint finish shall be sealed with shellac.
Fill joints, cracks, nail holes, disfigurations, etc.,
with specified putty after priming; then sand smooth.
i. Any piping, equipment, conduit, vents, etc., on the roof
shall be painted as directed by the Architect.
j. Putty, caulk or spackle is to be applied after the
surface is primed and the primer is dry.
k. On completion of the work, remove all materials and
debris, carefully clean all glass, hardware, etc.,
and remove all misplaced paint and stain spots or spills.
Existing stucco surface to be inspected prior to
painting. All loose paint, chalking, salts, etc., to
be removed in accordance with paint manufacturer's
recommendations.
0
9.4 RESILIENT FLOORING
9. 4.1 GENERAL:
9.49silient Floor' I ing - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all resilient flooring and bases
as shown on drawings and specified herein.
9.4.2 MATERIALS:
a. Adhesive: recommended by the manufacturer of the
flooring material.
b. Flooring: Kentile Vinyl Asbestos Tile, 1 /8" thick.
C. Bases: Burke 4" high rubber top set cove '(and
straight at carpet).
9.4.3 WORKMANSHIP:
a. Inspect all surfaces that receive flooring or bases
and report any unsatisfactory conditions. Commencing
work constitutes Contractor's approval and acceptance
of base work.
b. Subsurfaces shall be dry, clean and void of any cracks
or depressions.
C. Maintain temperature as recommended by the manufacturer.
d. Install all work in strict accordance with manufacturer's
written instructions.
e. Do not install flooring until other work, including
painting has been substantially completed.
f. Finished work shall be free of buckles, cracks, breaks,
waves, projecting edges and shall be neatly fitted to
projections. Interior corners shall be mitered.
g. Clean and wax flooring as per manufacturer's recommen-
dations.
9.5 LAMINATED PLASTIC
9.5.1 GENERAL:
50 Laminated Plastic - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
9. 5.2 MATERIALS:
a. Laminated Plastic: Formica 1/16" thick with "suede"
finish or approved equal.
b. Adhesives: Weldwood glue, or other waterproof
adhesives approved by laminatdd plastic manufacturer.
9.5.3 WORKMANSHIP:
a. Contractor shall inspect all surfaces to receive
laminated plastic (Douglas Fir plywood is not acceptable).
b. Laminated plastic sheets shall be the largest available
and the work laid out to minimize butt joints (no
metal cover molds). Joints shall be carefully located
to present the best appearance.
C. All counters shall be self edged, unless specifically
detailed otherwise.
d. All sheets shall be bedded in adhesive, thoroughly
braced and weighted to insure a complete bond and true
surfaces.
9.6 Carpeting - 1
9.6 CARPETING
9.6.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Carpeting as shown on drawings
and as specified herein.
C. Furnish the Owner complete carpet care and maintenance
instructions.
9. 6. 2 MATERIALS:
a. Walter Carpets by Ludlow, or approved equal.
Construction: level -loop
Gauge: 1 /10"
Stitches /Inch: 6.1
Pile Height: .114"
Face Yarn: continuous filament anso nylon with
static control
Ply of Yarn: 3
Yarn Weight /Sy:20 oz.
Primary Back: synthetic
Secondary Back: jute
Total Weight /Sy: 54.5 oz.
Width: 12'
9.6.3 WORKMANSHIP:
a. Inspect all surfaces that receive carpeting and report
any unsatisfactory conditions. Commencing work
constitutes Contractor's approval and acceptance
of base work.
b. Subsurfaces shall be dry, clean and void of any
cracks or depressions that will cause a ridge or
depression in the carpet face.
C. Install all work in strict accordance with manufacturer's
written instructions.
d. Spread adhesive with a trowel having 1/16" deep notches
1/8" apart.
e. A conventional carpet cutter should be used rather
than a cutter designed specifically for cushion backed
carpet.
9.6 Carpeting - 2
f. Carpet shall not be stretched. During fitting,
seams should be overlapped from 1 /8" to 1/4" to insure
a good, tension -free fit.
g. Apply seam adhesive to edge of carpet backing at each
seam.
h. Finish all open edges with special metal strips.
i. Finish work shall be free of buckles, breaks and waves
and shall be neatly fitted to walls, etc.
j. Carpet to be vacuum cleaned, free of spots, smears,
stains, etc., and protected from construction traffic.
12.1 DRAPES
12.1.1 GENERAL:
• 12.1 Drapes - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install Drapes and Drape tracks for all new
windows (except locker room) as specified herein.
12.1.2 MATERIALS:
a. Drapery fabric: new and of best quality, MAHARAM
Fabric Corporation, 1113 S. Los Angeles Street, Los
Angeles, CA 90015; Williard Collection, 808 acrylic,
208 polyester.
b. Drapery Hardware: Kirsch Company or approved equal.
1. Track: 92001, compact architrac.
2. Pulley: 92101 and 92102, two -way pulley sets.
92103 one -way pulley sets.
3. End Plate: 92108, drapery return snap plate.
4. Carrier: 92121, snap tab carrier.
5. Cord: 9963 traverse nylon fiberglass cord.
6. Tape: 92131 7h "accordia fold" snap on tape.
7. Tension: pulley 9276 wire spring tension pulley.
C. Track sliding surfaces permanently lubricated with
Fluorocarbon Polymer.
12.1.3 WORKMANSHIP:
a. Coordinate with all other trades whose work relates to
drapery installation for placement of all blocking,
subframing, backing, furring, etc.
b. Deliver and store materials in dry, protected areas.
Keep free of stain, corrosion or other damage.
C. Install all work plumb and true. Provide anchor
fastenings and other supporting items necessary to
support work.
• 12.1 Drapes - 2
d. Fullness: Width of drapery shall be 200% of the
opening width.
e. Heading: 4" double.
f. Side Hems: 1'Y ".
g. Bottom Hems: 4" line shot weighted.
h. Buckram: triple dipped.
i. Snaps: by installer.
j. Thread: nylon for heading, cotton for others.
k. Drapes shall fall from ceiling to a constant dimension
of 1/2" to 3/4" off carpet.
. 15.1 Plumbing - 1
15.1 PLUMBING
15.1.1 GENERAL:
a. Scope of Work: Relocate drinking fountain as indicated
on the drawings. Materials and installation shall
conform with all local codes and ordinances. Contractor
shall obtain and pay for licenses, permits, fees,
inspections and connections.
b. Verification of Dimensions: Contractor shall verify
locations, elevation and characteristics of services,
equipment and fixtures to which connections are required.
Contractor shall refer to the architectural drawings
for exact placement of fixtures and refer to structural,
air conditioning and electrical drawings for coordination
of the plumbing work to avoid interferences.
C. Guarantee: Contractor - furnished equipment, fixtures
and work shall be guaranteed for a period of one (1)
year from the date of acceptance against defective
materials and workmanship.
d. Workmanship: The installation shall be according to
the highest standards and practices of the industry.
Contractor shall be responsible for all openings,
and shall drill, cut and patch for the installation
of his work. Patching shall be of the same materials,
workmanship and finish as the original work.
e. Drawings: Due to the small scale of the drawings, it
is not possible to indicate all fittings which may be
,required. Investigate the conditions surrounding the
work and provide the necessary fittings, valves, traps,
etc., which may be required to complete the installation.
15.1.2 MATERIALS, FIXTURES AND EQUIPMENT:
a. All materials as specified shall be new, the highest
grade, and free from any defects or imperfections.
b. Sewer Piping Within Building: Service weight cast iron
(Spuncast) No -Hub soil pipe and fittings to conform to
C.I.S.P. Institute Standard 201 -72. Rich or approved
equal, with Dupont neoprene gasket and 300 series
stainless steel clamp and shield assemblies. Option:
Vent piping above floor may consist of above specified
materials in place of steel pipe as specified herein.
C.
d.
•
Sanitary Vent Piping:
• 15.1 Plumbing - 2
2'h" and smaller: Schedule 40 galvanized steel pipe
with screwed drainage pattern fittings.
3" and larger:
Domestic Water:
Shall be as specified for sewer pipe.
Below Grade Inside of Building and Buried Outside:
Shall be Type "L" hard drawn copper with wrought
copper fittings up to and including the maximum
standard manufactured sizes, brazed with Silfos or
Aircosil 15.
Above Floor Inside of Building: Shall be Type "L"
hard drawn copper with fittings and joints soldered
with 50 -50 solder.
Below Grade Outside of Building: Shall be class 150
Ring -Tite PVC, or Class 150 ACP if permitted by local
authorities.
Copper to Female Iron Pipe Size: Drop ear fittings
shall be provided on all concealed pipe outlets. All
water connection nipples shall be 85% red brass.
All hot water and hot water return piping shall be
insulated with flame safe fiberglass snap -on insulation;
thickness as recommended by insulation manufacturer.
e. Gas Piping: Shall be Schedule 40 black steel with
screwed banded fittings. If below grade, pipe shall
be protected with a factory applied polyethylene
covering similar and equal to "X -Tru- Coat ". All
field joints shall be wrapped after testing with
polyethylene sleeves that will shrink tightly to
pipe when heated. Sleeves shall be supplied by same
manufacturer as pipe covering and installed as per
manufacturer's directions.
Gas piping below grade may be PVC if approved by
local authorities.
f. Condensate Drain and Indirect Wastes: Shall be DWV
copper with DWV drainage type fittings, hard drawn
type "M" copper with long radius fittings or PVC is
permitted by local codes and authorities.
Joints for copper shall be made up with 50 -50 solder.
0
• 15.1 Plumbing _ 3
g. Gate and Globe Valves: Crane or approved equal.
125 lb. solder ends, all bronze, non - rising stem.
h. Gas Cocks: Nordstrom 142 and 143 or Walworth 1795F.
Furnish one (1) wrench per valve.
i. Cleanouts: Local code approved.
j. Access Panels: Chrome plated.
k. Roof Flashings: Galvanized sheet metal.
1. Dielectric Isolators: Provide on all dissimilar metals.
M. Miscellaneous Items: As indicated on the drawings.
n. Water Hammer Arrestors: Stainless steel, bellow type,
PDI approved. Sizing and placement shall be in
accordance with PDI Standard WH -201.
15.1.3 INSTALLATION:
a. Locations and Accessibility: Install equipment for
ease of maintenance and repair.
b. Openings: Furnish information to the other trades on
size and location of openings which are required in
walls, slabs, etc., for conduit, piping, and equipment
at the proper times.
C. Cutting and Patching: Do all drilling, cutting and
patching of the general construction work, rough finish
and trim which may be required for the installation
of the work. All patching shall be of the same
materials, workmanship and finish as the original work.
d. Closing In of Uninspected Work: Do not allow or
cause any of work to be covered up or enclosed until
it has been inspected, tested and approved by the
Owner's representative.
e. Existing underground or buried piping, such as sewers,
gas, water, electrical conduit, etc., active or
abandoned, whether shown on the drawings or not, that
is encountered in the prosecution of the work shall be
properly shored and protected from any damage whatso-
ever and shall be relocated and reconnected as directed
by the Owner's representatives.
f. Any damage resulting from the Contractor's operation
shall be repaired by him at his own expense.
• 15.1 Plumbing' 4
g• Piping Installations: All pipe shall be of USA
manufacturer, new, straight and true and shall be
installed parallel to the framing of the building.
Piping shall be installed in such a manner as to
permit expansion and contraction and prevent strain
on the equipment and /or piping.
Joints shall be smooth and unobstructed inside.
Thoroughly ream cut pipe ends to remove all burrs.
All changes of direction shall be made with fittings.
Bending or mitered bends is prohibited.
All pipe runs and connections shall be carefully
made to insure unrestricted flow, eliminate air pockets
and permit complete drainage of the system.
h. 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.
i. Installation of Plumbing Fixtures: Each fixture shall
be installed at the exact height and location shown
on the architectural drawings.
Fixtures, supplies, trap and trap outlet shall be set
square with the wall, in line with fixture outlets
without any offsets, angles or bends.
The joint between the fixtures and the walls or floors
shall be adequately grouted with polysulfied cement
to be smooth, even and watertight.
j. Completion of Installation:
Cleaning and Flushing: All equipment and materials
shall be thoroughly cleaned. Surfaces to be painted
shall be left smooth and clean, ready for painting.
Each unit of gas system shall be blown out with
compressed air.
All piping, valves, traps, water heaters, etc., shall
be thoroughly cleaned, flushed and /or blown out,
until free of foreign matter of any kind.
Water Hammer Arrestor: Shall be installed at each group
of flush valve fixtures and at all quick closing valves.
. e5.2 Air Condibioni$g - 1
15,2 AIR CONDITIONING
15.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install forced air heating system for the
addition.
C. Clean existing forced air unit, replace filter, replace
existing registers with high velocity aluminum registers.
d. Related work specified elsewhere.
1. Line voltage wiring.
2. Low voltage wiring.
3. FAU platform and return air chamber.
e. Guarantees: All equipment, materials and workmamship
shall be guaranteed for a period of one (1) year
from date of start -up.
15.2.2 MATERIALS AND INSTALLATION:
a. Furnace: Payne 80U24 -19, upflow type with 1/6 hp S.P.
motor, with low voltage controls and low voltage
thermostat, furnace capacity shall be 80,000 BTU input
and 64,000 BTU output; 900 CFM at air distribution
design conditions.
b. Ductwork: Code approved and according to Ashrae stand-
ards, sized as indicated or equivalent area in rectangu-
lar ducts.
C. Insulation: Supply ducts shall be wrapped with 1"
insulation fiberglass blanket or be constructed equiva-
lent to such insulation. Exposed supply duct in the
furnace room to be galvanized with 1" insulation wrap
and sealed at all joints.
d. Grilles and Registers: Supply and return registers shall
be baked enamel paint (off white) over aluminum. Ceiling
or high -wall registers shall be adjustable horizontal
and vertical bar type with manual damper. Sizes as
indicated.
e. Rain Louvers: Fresh air and combustion air louvers shall
be galvanized iron. Sizes as indicated.
. 1`• Air Conditioning - 2
f. Gas shut -off valve and connection to the furnace,
code approved ductwork, insulation of galvanized
fittings, aluminum grilles and registers; outside
air intake for both existing and new systems; ducted
combustion air for all units in equipment room;
forced air furnace; flue gas vent through roof complete
with flashing and rain cap increase return air opening
to existing FAU system to maximum possible low voltage
thermostat and furnace controls.
g. Testing and Adjusting: The system shall be thoroughly
balanced, tested and adjusted to function in accordance
with the intent of the design as indicated on the
drawings.
16.1 Electrical - 2
Conduit: Standard rigid steel hot dipped galvanized
or sheradized where exposed on outside of building,
under floor, or in concrete or masonry. In other
locations, electrical metallic tubing may be used
where permitted by code. Flexible conduit shall not
be used except for short connections to motors that
require flexible connections.
b. Wire and Cable: Copper conductors with Type THW
600V insulation. Minimum size wire shall be #12 AWG.
Fixture wire shall be not less than #16 Type AF.
C. Lighting Panels: Square D NQO with circuit breakers
as indicated. Provide typewritten schedule in each
panel.
d. Convenience outlet - Leviton 5242 -I.
e. Convenience outlet - Leviton 5342 -I.
f. Single pole wall switch - Leviton 1221 -I.
g. Three way wall switch - Leviton 1223 -I.
h. Plates: provide ivory plastic plates for all switches,
convenience outlets, telephone and communications outlets.
i. Ground Fault Interrupter Receptacles shall be Leviton
6194 -I duplex receptacle with weatherproof cover
where installed outdoors.
16.1.3 WORKMANSHIP:
a. All material and equipment shall be installed in a
workmanlike manner by competent electricians. The
exact location of all outlets and equipment shall be
as directed by the Owner and /or Architect.
b. The Contractor shall make all necessary provisions to
receive his work as the building progresses including
proper backing, supports, inserts, anchors, cuts,
chases and sleeves.
1. All recessed outlets, boxes, cabinets, and
fixtures shall be installed and flush with the
surface of the wall, ceiling or floor.
• 16.1 Electrical - 3
2. All conduit shall be concealed unless otherwise
indicated or permitted by the Architect. Surface
wiring shall be installed true and parallel to
construction lines, with proper offsets into
boxes and around obstructions.
3. All work shall be coordinated so that the work
of each trade will properly fit together without
conflict, discrepancies or omissions. If the
Contractor believes that he cannot secure a proper
installation using the materials or methods indi-
cated by the plans and specifications, it shall be
his obligation to immediately notify the Architect
in writing, setting forth his reasons, and asking
for instructions on how to proceed.
All exposed surfaces of electrical work shall be
left clean, all equipment or surfaces that are
marred shall be refinished as directed, all rubbish
resulting from the electrical work shall be removed
from the site as it accumulates.
C. Cutting and Patching: all cutting and patching for his
work shall be done by the electrical contractor. All
surfaces cut and patched shall be restored to the
original condition prior to cutting.
d. Electrical Service: The existing electrical shall be
revised as indicated on plans.
e. Furnish and install all lighting fixtures including
proper lamps as shown on plans. Lamps shall be
Westinghouse or equal. Provide all necessary backlog,
hangers, connectors, and spacers for proper installation
of fixtures. All fixtures shall be hung so as to
appear true and level. All lamps for outside lighting
shall be rated for 130 W -2 volt operation. Ballasts
shall be Class P high power factor CBM certified.
f. This Contractor shall make all tests required by the
inspector or Architect to show his work is properly
installed. The costs of such tests and of repairing
any damage caused by such testing shall be borne by
this Contractor.
g. Connection of Equipment: Provide line voltage wiring
to, and connection of all heating, ventilating and
air conditioning equipment furnished under the
mechanical contract. Provide conduit and wires for
and install thermostats furnished by the Mechanical
Contractor. The Mechanical Contractor shall provide
all necessary diagrams and instructions required for
connection of equipment.
h
16.1 Electrical - 4
Telephone Outlets and Conduit: Shall be installed in
the same manner as the electrical work, and as indicated
on plans.
RESOLUTION NO. 8 "7 ' 0
E
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
COY ATKINS, FOUNTAIN VALLEY, IN CONNECTION
WITH THE ADDITION TO THE MARINE DEPARTMENT
BUILDING, CONTRACT NO. 1760
WHEREAS, pursuant to the notice inviting bids for
work in connection with the addition to the Marine Department
Building, in accordance with the plans and specifications
heretofore adopted, bids were received on the 12th day of
February, 1976, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Coy Atkins, Fountain Valley;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Coy Atkins,
Fountain Valley, for the work in the amount of $42,000 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 23rd day of February , 1976.
ATTEST:
City Clerk
DDO /bc
2/18/76
I
-0
gum
INYIINItlIN�
R��I�
guuM�
I
e
n co
az U)
U Li
< U:
z (5
-oz
• •
�
A
IAII
NI
1
��
iWl�l
�
• •
• • PR 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF
ADDITION TO MARINE DEPARTMENT BUILDING
PROPOSAL
CONTRACT NO. 1760
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
the work required to complete Contract No. 1760 in strict conformance with the plans iden-
tified as City of Newport Beach Drawing No. B- 5050 -S (consisting of 8 sheets); the Special
Provisions, the Standard Specifications, and the Standard Drawings; and that he will take
in full payment for the work the following unit prices for each item of work, complete in
place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT LUMP SUM WRITTEN IN WORDS PRICE
Y 1. Lump Sum Construct addition to Marine Department
Building complete in place including deduct-
ible items listed below. This includes
utility connections and furnishing all
transportation, materials, labor, equipment
and services necessary to complete the project
as shown on the plans and in the specifica-
tions for the lump sum price of:
�fi2� � � _�,� �� �• g Dollars
and
c� Cents $;
DEDUCTIBLE ITEMS:
The owner has the option of omitting any combination of the following deductibles. Lump
sum costs for deductibles should include costs for all transportation, materials, equipment,
labor and profit.
Lump Sum Deduct -
First floor locker room addition and second
floor storage room above. Retain existing
stair and porch. Omit door 9 at secretary's
room. Frame roof same as opposite side.
and
iw Cents - $ ere
1i
DEDUCTIBLE ITEMS (Continued)
3. Lump Sum Deduct -
Cabinets: All cabinets in Director's office,
secretary's room and offices 1, 2 and 3.
and
G Cents
4. Lump Sum Deduct -
Carpeting of existing second floor and
draperies in new rooms and existing rooms
as noted in drawings.
and
Cents
5. Lump Sum Deduct -
Paint existing exterior stucco and new
stucco
and
s^ r, Cents
'TOTAL BID WRITTEN IN WORDS (ITEM NO. 1)
v �
Date 2 2 -76
CONTRACTOR'S LICENSE N0. 172407
1lars
and
PR2of2
- $ 2;� j ;Z 00, 0635
-$ l 3.,66
- $ 4-j"d
Coy Atkins
Bidder's Name
uthiYri zed r gnatUre
TELEPHONE NO. 71A — 554 =499()
CONTRACTOR'S ADDRESS 16122 Whitecap Cir. Fountain Valley, CA 92700
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. Mill Work Z,Z
2.
3.
A
5. Try Wall,�•^� -.
6.
7.
8.
9.
10.
11.
12.
Coy Atkins
Bidder s Name
Au
rized Signature
Individual
Type of Organization
(Individual, Co- partnership or Corp.)
16122 Whitecap oir. Fountain Valley
CA 8
M FM
�In.
M7
r
The Central National Insurance Company of Omaha
Through COMMERCIAL ASSOCIATES INSURANCE, INC.
Anaheim. California
Bond No. 081059
Premium: f RRSI I
PROPOSAL BOND SBG No. 96022 -14
KNOW ALL MEN BY THESE PRESENTS,
• . .
as Principal, and The Central National Insurance Company of Omaha, a corporation under the laws of the State of Nebraska,
as Surety, am held and firmly bound unto City of Newport Beach
(hereinafter called the obligee)
ten percent of amount bid not to exceed 10% not to exceed
in the full and just sum of five thousand five hundred and no /100 Dorms, (s 5,500.00 _ )
for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors,
mcceuas and aeipu, jointly and aevet y, firmly by these presents.
WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Addition to the Marine
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time sa
may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful
performance of the said contract, then this obligation shall be void: otherwiae to remain in full force and effect.
Slped and Se" this 11th day of February 19 76
Gov Atkins
The Central National Insurance Company of Omaha
sy 4:n
ATIORM414 -PACT
.Elaine Stevens
AG3028
V
M -7
Acknowledgment – Attorney in Fact
STATE OF CALIFORNIA
COUNTY OF Los Angeles ss.
On February 11 19 76 before me, Ralph Eidem, Jr.
a Notary Public in and for the said County and State, personally appeared El ai ne Stevens
— - -- known to me to be the person whose name is subscribed to the
within instrument, as the Attorney -in -Fact of.__.Jhe Central National__ Insurance Company
of GMaha ,_, and acknowledged to me that? he subscribed the name of
Coy Atkins thereto as
principal — and h er– -._ -_own name as Attorney -in -Fact
IN- WIVNE S WHEREOF, I have hereunto set my hand
and aff ixedi my fficial eat the day and year in this
.EVt
certificate above ritten. f"
Notary Public in and for said County and State
Notary Seat
IiLr2401 ,tsdl %.L'{Sp4:C1;�:rL':,.1'
S: "::.'. ..i.xBxut
Ori :C 7' St.:
R nr{ F l lei 1, JR.
"�` 1'
NOintcY P�3Li,, v,L(�CrFJIA
,
7);;0:✓
Los ANCELEa CO0,Ty
My Commission Expires Mar. 20, 1976
s . THE CENTRO NATIONAL INSURANCE COMPASOF OMAHA
Administrative Offices: 105 South 17th Street
OMAHA, NEBRASKA 68102 fl 613 57 54
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that The Central National Insurance Company of Omaha, does hereby make, constitute,
and appoint
Elaine Stevens
Anaheim, California
its true and lawful Attorney(s) -in -Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver
and affix the seal of the Company thereto if a seal is required, bonds, undertakings, recognizances or other written obligations in the
nature thereof, as follows:
Maximum Penalty — $430,000.00
and to bind THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA thereby and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed and sealed by facsimile
under and by the authority of the following Resolution adopted by the Executive Committee of the Board of Directors of THE
CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA at a meeting duly called and held on he 27th day of February, 1974:
"RESOLVED, that the Chairman of the Board, the President, the Executive Vice President or any Vice President of the Company, be, and that each
or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of
THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA, bonds, undertakings and all contracts of suretyship; and that any Secretary or any
Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the
seal of the Company.
"FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and
binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached."
In Witness Whereof, THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA has caused its official seal to be hereunto
affixed, and these presents to be signed by its President or by one of its Vice Presidents and attested by its Secretary or by one of its
Assistant Secretaries this 27th Day of February, 1974,
THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA
ATTEST
E. Ben] in Nelson Secretary Donald 7 Sleezer President
� \PSUnnry i
�9e 4�RPOR,fIf 0Q6
STATE OF NEBRASKA 1 - SEAL e
COUNTY OF DOUGLAS
On this 27th day of February. A.D., 1974, personally came before me, &^-,a a � , and
1 i'l e I
• (�sa./�„ �_, to me known to be the indviduals and officers of THE CENTRAL NATIONAL INSURANCE
COMPANY bF OMAHA, who executed the above instrument, and they each acknowledged the execution of the same, and being by me
duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the
above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and
subscribed to the said instrument by the authority of the board of directors of said corporation.
LE ORE WDINGTON >
GENERAL NO7ARy
State of NebruM Notary Public
My LDinmission Exptm Lenore Ludington
Nov. 29, 1815
STATE OF NEBRASKA 1
1
COUNTY OF DOUGLAS 1 CERTIFICATE
I, the undersigned, assistant secretary of THE CENTRAL NATIONAL INSURANCE COMPANY OF OMAHA, DO HEREBY
CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that
the provisions of the Resolutions of the Executive Committee of the Board of Directors set forth in the Power of Attorney, are now
in forcer. c��p
Signed and sealed in the City of Omaha, Nebraska, this day of J`--' , 19
J \PSYIIgr, O
tye `�RPaex,F eo5
CN 11143 J °i ire *A S Assistant Secretary
0 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. 172407 Classification_ B 1
Accompanying this proposal is Bond
(Cash, Certified Check, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Phone u er
2— 12 -76
Date
Coy Atkin
Bid er s
(SEAL) A�az ut orize S' atu e
Authorized Signature
Individual
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:
w 4L
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF
ADDITION TO MARINE DEPARTMENT BUILDING
Approved by the City Council this
26th day of nuary 1976.
re s, City erk
CONTRACT NO. 1760
SUBMITTED BY:
Coy Atkins
Contractor
16122 Whitecap Cir.
Address
Fountain Valley CA 92708
city
714— 554 -4990
Phone
1 Bid Price (Item No. 1)
NON- COLLUSION AFFIDAVIT
0
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this day of %ekaC(11 ,
19 %� J
My commission expires:
it-4-7S '2
•• m ♦{snnn�•♦•oee••sse•••eee•o••e♦o
® OFFICIAL SEAL
O
MYRNA R. HGLUB o
NOT,: ,% P06Li C C AUT 0,ENiA
• �'� "0 "�1 PRINCIPAL OFFICE IN
0 -3 -✓ ORANGE COUNTY
a My Commission Czires November 18, 1978
• • Page 6
STATEMENT OF FINANCIAL RESPONSI6ILI
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.
igned
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.
Signe
1958 to
July 1969 Self Employed
1958 to 1964 records of jobs completed not available,
General Contractor
Experience includes such things as all. types of framing, and
pouring pre— stressed concrete and. tilt —up.
The £Olmwing is
From -196 io 1969=
JOB
Garden Park School
Malaga Cove School
list of jobs completed while self— employed
Total Amount
Amount of Contract
Addition 8 138,400.00
Addition 4669050.00
• `
. RE SU Z
I
Coy Atkins Social Social Security No. 527 -14 -1849
16122 Whitecap Circle
Fountain Valley, CA. 92708 Telephoner (714 - 8393120)
Personal
Borns Orak, Arkansas — June 249 1923 — age 52
Height — 612 V,eight 200.'., Married Health — Excellent
Lived at present address 4 years, prior address —
281 Harvard Lane, Seal.'Beach, CAS, 5 years
Have never refused bond.
MILITARY
Honerable Discharge, 1943
Education
Phoenix Union High Schbbl, Phoenix, Ariz. Graduated — 1941
Experience
r
J.A, Steti.art.•,Eonstruotion Co. `l Mr, SwF
7150 Fenwick Lane Westminster, CA. u et41
General Superintendent 9 -12 -73 to 8 -8 -75'
Duties
Job Superintendents
IN — Orange , i:A, and SanDeigo Counties
j)
l
'Type of works
Tilt Up, Poured in place, and framing. Fors U.S Goverment, City,
State, and Privite.
Reason for Leavings Job of general superintendents eliminatedo
Superintendent /
G0 a% w-C,
J, Ray Construction Co.
177 Et, 17th at. Costa Mesa, CA
�a� 6„ s"
September, 1970te,9 }= .:1973 0¢
A CA'-, �
Superintendent
Mutual Building Engereering
HI RISE office building
(poured in place concrete)
from August, 1969 to September 1970
1958 to
July 1969 Self Employed
1958 to 1964 records of jobs completed not available,
General Contractor
Experience includes such things as all. types of framing, and
pouring pre— stressed concrete and. tilt —up.
The £Olmwing is
From -196 io 1969=
JOB
Garden Park School
Malaga Cove School
list of jobs completed while self— employed
Total Amount
Amount of Contract
Addition 8 138,400.00
Addition 4669050.00
Coy Atkins
1955
to
1958
1953
to
1955
1952
to
1953
1948
to
1951
1946
to
1947
1943
to
1946
1941
to
1943
Personal
references
0
RE STR iE
Dapplegray School Addition
3248,950.00
George F. Psy�on School
1270 50oOO
Juliet Lorres School
5229400.00
Norco School
543,400.00
Rush and Hopkinson Schools
115,000.00
Arthur diebles Dvhool
"7631800.00
Bushard School
811000.00
Manual Arts Eigh
447,000.00
United States Coast Guard
182,000.00
West High
4242000.00
Ford Boulevard School
597,000.00
52nd Street School
4.00,000.00
General Superintendent For Par. iuorcroo
Job Superintendent For Carter - -stack
Pile Putt Foremar, — Drydock au,' pier For Yed9nald and Kruse
Carpenter Foreman — ,:: .
General Contractor
Carpenter
Apprentice Carpenter
Bob Klrg
W.P -llery
0.14 Conner
Phone NOo (714— 5314572)
31 The Colonade, Long Beach, CA
4658 Peppenvood, Long Beach, CA