Loading...
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