HomeMy WebLinkAboutC-2107 - Remodeling 32nd Street Fire DepartmentCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
September 15, 1981
Kropfli Construction
79 Ximeno Avenue
Long Beach, CA 90803
Subject: Surety: Covenant Mutual Insurance Co.
Bonds No.: 010419
Project: Remodeling Fire Dept 32nd St.
Contract No.: C -2107
The City Council on July 27, 1981, accepted the work of
subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days
after Notice of Completion has been filed.
Notice of Completion was filed with the Orange County
Recorder on August 3, 1981 in Book No. 14166, Page 755.
Please notify your surety company that the bonds may be
released 35 days after recording date.
Wanda E. An ersen
City Clerk
WEA:lr
cc: Public Works Dept.
City hall • 3300 Newport Boule�'ard, Newport Beach, California 92663
please Return to: Eji i
City Clerk's Office
City ball 8K 14 1 6 6 PG
G�S T EXEMPT � 755
3300 Newport Blvd. ,
Newport Beach, CA 92' 6� C2
Nt1 Cf1NSIDFJ2ATI0N lyOTICF OF COMPLETION fECDRDED1t10FR IALtF,O 0E
N DRANCE CD{IMri. CAtIF0RN111
'UBLICWORKS •j OSj
to All Laborers and Material Men and to Every Other Person
YOU WILL PLEASE TAKE NOTICE that on July 10th, 1981 _
the Public Works project consisting of Rpmpdel ng~Fira DPn_artmpnt 'I?nd St-rapt Fnrilirias
(Contract No. 2107)
on which Kropfli Cc
was the contractor
and Convenant n
was the surety, was completed.
-CITY OF NEWPORT BFACH
1. ��2L7L% ✓ ✓' ✓✓1:.. /' l ��.�. ✓.
ublic Works Director
VERIFICATION
I, the undersigned, say:
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 July 29th, 1981
at Newport Beach, California.
L-yt,
Public tTorks Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on July 27th, 1981 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on July 29th, 1981 at Newport Beach, California.
City Clerk
July 27, 1981
CITY COUNCIL AGENDA
ITEM NO. F -13
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: REMODELING FIRE DEPARTMENT 32ND STREET FACILITIES (C -2107)
RECOMMENDATION:
Revise original Recommendation No. 4 to read:
4. Approve an extension of time of 60 calendar days; and
assess liquidated damages in the amount of $1,500
($100 per day for 15 days).
DISCUSSION:
The agenda action for acceptance of the above contract includes
a recommendation that an extension of time of 52 days be approved; and
that liquidated damages be assessed in the amount of $3,000 ($100 per day
for 30 days).
It is recommended that this action be revised to provide for a
time extension of 60 days (30 days for extra work, and 30 -day allowance
for inability to obtain delivery of the rolling doors). In addition,
consultation with the Fire Chief indicates that the date of substantial
completion should be set at July 3 (the date the Fire Department Adminis-
tration moved into the new quarters) rather than July 10.
This results in a computation of liquidated damages of $1,500
rather than $3,000. (April 19 contract date of completion to July 3
equals 75 days, less 60 -day extension equals 15 days, times $100 per day
penalty equals $1,500.)
Benjamin B. Nolan
Public Works Director
July 29, 1981
CITY OF NEWPORT BEACH
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, California 92702
OFFICE OF THE CITY CLERK
(714) 640 -2251
Dear Mr. Branch:
Attached for recordation is Notice of Co=letion of Public
Works project consisting of Remodeling Fire Department - 32nd Street
Facilities, Contract No. 2107 on which Kropfli Construction Company
was the contractor and Convenant Mutual Insurance Company was
the surety.
Please record and return to the City Clerk's Office.
Thank you,
UMDA F. ANDERSEN
City Clerk
14FA: da
Fnc1.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
.p�oJ
TO: CITY COLNet{
FROM: Public Works Department and Fire Department
July 27, 1981
CITY OUNCI --13 A
N
ITEM N0. !�
SUBJECT: REMODELING FIRE DEPARTMENT 32ND STREET FACILITIES (CONTRACT 2107)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after the Notice of Completion has been filed.
4. Approve an extension of time of 52 calendar days; and
assess liquidated damages in the amount of $3,000 ($100 per
day for 30 days).
DISCUSSION:
• On June 23, 1980, the City Council awarded Contract 2107 to
Kropfli Construction Co. in the amount of $330,297. The contract date of
completion was April 19, 1981. Work was substantially completed to the satis-
faction of the Fire Department and the Public Works Department on July 10,
1981.
The project consisted of two parts:
1. Constructing a two -story addition to the City Hall annex for
the use of Fire Department Administration; and
2. Raising the roof of the apparatus room to accommodate larger
equipment; remodeling the living quarters; and converting
the former administrative offices to dormitories for officers
and paramedics.
The total amount of work done under the contract was $354,433.27,
including extra costs totalling $24,136.27, as follows:
Construct addition to and remodel annex:
Contract cost $143,220.00
• Reroute gas and water services 3,855.02
Add window to data processing office 414.00
Replace drywall with plaster in restrooms 620.00
Remodel existing fire station:
Contract cost 187,077.00
Add items of work required by plan check 12,647.00
0 0
July 27, 1981
Subject: Remodeling Fire Department 32nd Street Facilities (Contract 2107)
Page 2
• Remodel existing fire station: (cont'd)
Replace gas service 1,950.00
Install conduit for communications,
plaster showers, remove acoustic
plaster from ceilings, stay
partition wall in bathroom 4,525.25
Change door to fire pole room 125.00
Total $354,433.27
Funds for this project were budgeted in the Building Excise Tax Fund,
Account No. 27- 2397 -121.
Attached is a letter from the Contractor requesting an extension of
time of 60 days because of delay in delivery time of rolling doors, plus an
additional 30 days because of additional work caused by change orders. The
delay inconvenienced the City because the fire fighting and paramedic units
were away from their station much longer than had been planned.
• The Contractor is entitled to the 30 -day extension for extra work.
With regard to the 60 -day extension requested for delay in delivering the
rolling doors, the staff recommends that an extension of 30 days be granted,
and liquidated damages be assessed for 30 days. The ability to do other work
on the project was not delayed for the full 60 days of additional delivery
time on the rolling doors.
The Contractor was Kropfli Construction Co. of Long Beach.
The architect for the project was Kermit Dorius and Associates of
Corona del Mar.
,�1 ;'0
Benjamin '
Public Works Director
•
James M Reed
JFire Chief
RESIDENTIAL COMMERCIAL -- • REMODELING
Kropili L'ouatructiolt Co.
GENERAL BUILDING CONTRACTORS
79 XIMENO AVENUE • LONG BEACH 3, CALIF.
• GENEVA 8 -2408
July 7 , 19%'.1
City of Newport Beach
3300 Newport Boulevard
.1 wport Peach, California
Subject: Remodel Lido Fire Station
Gentlemen,
We wish to advise you why the above project ran
over the time ellowed. The Door Service Company, while
prrnrisinf� to deliver the Overhead 'Doors in 45 days, did
is not deliver them for 105 days. The doors, -with plastic
panels, were not available locally, and only one corinary
back, East could produce them, causing a delay in delivery
of EO days,
Extra work, caused by change orders amounting to
over $19,000,00, also caused a big delay in the fin-
ishing schedule, for which we request a 30 days exten-
sion of time.
Hoplrg, this explains the delay to completing the
above project in the time allowed.
Yours truly
Walter G. Kro ft
P
• 6 it I � ,n
#,ter/'fe
wgprl '.
At* 0ty
441�
�n� ��a -:J
STATE
!
COMPENSATION P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
I N S U RA N C E
FUND
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
April 28, 1981
City of Newport Beach
Department of Public Works
3300 Newport Blvd
Newport Beach CA 92663
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
44 -80 #4507 10 -1- 80/10 -1 -81
EMPLOYER
Kropfli Construction Cc
79 Ximeno Ave
Long Beach CA 90803
SCIF FORM 262A (REV. 8 -78)
PRESIDENT DN1,
CITY OF NEWPORT BEACH
Date July 16, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2107
Project 32nd Street Fire Department iL-modeling
Attached is signed copy of subject contract for transmittal to the contractor
Contractor: Kropfli Construction Co.
Address: 79 Xineno Avenue, Long Beach, CA 90803
Amount: $ 330,297.00
Effective Date:
Resolution No
July 16, 1980
1=0
Att.
cc: Finance Department [�
('Hy Ilall 3300 Newport Boulevard
��DOris Geo e
Newport Beach, California 92663
A
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
0
REMODELING FIRE DEPARTMENT 32ND STREET FACILITIES
Approved by the City Council
this 12th day rf Mme, 1980.
oriQ s George, ity C er
CONTRACT NO. 2107
1979 -80
SUBMITTED BY:
KROPFLI CONSTRUCTION COMPANY
Contractor
79 Ximeno Avenue
Address
CITY CLERK
Long Beach, California 90803
City Zip
(213) 438 -2408
Phone
$330,297.00
Total Bid Price
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. (as determined by telephone time signal) on the
12th day of June 1980, at which time they will be opened and read, for
performing work as fo lo—T ws:
REMODELING FIRE DEPARTMENT
32ND STREET FACILITIES
CONTRACT NO. 2107
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 and tF a Cor orate Seal
shall - be affixed to all documents requir g signatures. In the case of a artnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by the Southern California Chapters of the mer can u is 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 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
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.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained 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. A copy of said determination 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 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
indicated in this Proposal, times the unit price as submitted by the bidder. In case
i -, 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. 163357 Classification B -1
Accompanying this proposal is Bid
,
, Cashier's Check or
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 workers' 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.
(213) 438 -2408
Phone Number
6/12/80
Date
KROPFLI CONSTRUCTION COMPANY
Bidder's Name
(SEAL)
S /Peter K. Kropfli
uthorized Signature
Authorized Signature
�rporation
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:
Walter G. Kropfl i
Peter K. Kropfli
Margaret K. Kropfli
'r +M,
Sec /Treasurer
y
DESIGNATION OF SUBCONTRACTORS
•
Page 3
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. Light Fill Diversified Coating Santa Ana
2. Masonry Roper Long Beach
3.
Miscellaneous Metal
R. A. Campbell
Long Beach
4.
Millwork
Vic Brown Cabinets
Anaheim
5. Sheet Metal /MVAC Bishoff Long Beach
6. Roofing
7. Acoust. & Insula. Long Beach I.nsul. Long Beach
B, Glass & Glazing Dyke Glass Long Beach
g, Sec.Doors Overhead Door Serv. Anaheim'
10. Finish Hard.
11. Lath, Plaster, Drywall A. R. Amos Long Beach
12. Ceramic Tile McCandless Santa Ana
13, Resi. Flooring, Carpet Santiago Carpet 5anta Ana
14. Plumbing Pastusak Long Beach
KROPFLI CONSTRUCTION COMPANY
Bidders Name
S /Peter K. KSopfli
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
.. ' 0 FOR ORIGINAL SEE CITY CLERK'S 4E COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
,NOW ALL MLN BY THESE PRESENTS,
That we, KROPFLI AND BURROUS INC. , as Principal,
and COVENANT MUTUAL INSURANCE COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PERCENT OF THE BID Dollars ($ 101 ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
REMODELING FIRE DEPARTMENT 32ND STREET FACILITIES (C -2107)
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 12th day of
.lnnP , 1980
Corporate Seal (If Corporation) KROPFLI AND BURROUS INC.
Principal
(Attach acknowledgement of
Attorney -in -Fact)
Dimitra Schmauss, Notary Public
Comnission.expires April 30, 1982
S /Peter K. Kropfli
COVENANT MUTUAL INSURANCE COMPANY
Surety
By S /Arthur J. Clement Jr.
Title ATTORNEY -IN -FACT
f
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.
Subscribed and sworn to before me
this 10th day of June ,
19 80 .
My commission expires:
8/7/81
S /Peter K. Kropfli
S /Ruth J_ Blevins
Notary Public
ORIGINAL SEE CITY CLERK'S FILVOPY Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
S /Peter K. Kropfli
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.
1980 Long Beach City College (Remodel) Bob Clements 420 - 4563,4
1980 Saint Luke's Episcopal Church (Remodel) Dorothy Taylor. Parish Sec'y
1980 YMCA, North Long Beach (Addition)
S /Peter K. Kropfli
Signed
. BOND N
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 June 23. 1980
has awarded to KROPFLI CONSTRUCTION COMPANY
hereinafter designated as the "Principal ", a contract for REMODELING FIRE DEPARTMENT
32nd STREET FACILITIES - CONTRACT NO. 2107 .
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 of the City of
Newport Beach;
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,
as Principal, and
ftff MUTUAL INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
liars ($ /_/�B,Sa ),
said sum being one -half of the estimatetb amount fayable'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 above boynden Principal 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.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
T
i
k
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of;Sg. 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the 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 instryment has be duly executed by the Principal and
Surety above named, on the aLtC day of 19 1f"
VR APT:zz .I e'-AX � >� �'�' (Seal
Appro d as to f
City torney
paij_ _v
tle �•
Authorized Signature and Title
COVENANT MUTUAL INSURANCE COMMAKY
lama of Olrotvi i
MUTUAL
1 5. LAKE
ure anaLiitie
J. Clement, Jr.
a/3- 793 -7/-Z V
Telephone No. of Agent
(Seal)
ANCE COMPANY"
FR- 4-0-,INC.
IITE N0 -110
1A 91 101
�;; jmg
0 -� -. • 1 . -1
I
4
State of California l
County of Los Angeles f ss.
On this 25th day of June 19 $ , before me personally came
Arthur J. Clement, Jr.
to me known, who being by me duly sworn, did depose and say: that he is Attorney(s) -in -Fact of Covenant Mutual
' Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s)
the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed
by authority granted to him in accordance with the By -Laws of the said Corporation, and that he signed his name
(Notary Public)
LOG A GE_ES 000N -
Commission Expires Apr. 27, 1934 ��
• COVENANT MUTUAL INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint ARTHUR J. CLEMENT JR.
its true and lawful Attorney lsl-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, recog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof In an unlimited amount.
and to bind COVENANTMUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney lsl-in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the by -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation, but If under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
Mardi 12, 1973:
RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent: and any such bond, undertaking, recognizance.
consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of eithrr
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there-
of; such signature and seal, when so used being hereby adopted by the Company as the original signature cf
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
C
Attest: inlIXU2
Assistant Secretary
STATE OF CONNECTICUT
ss:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
By (42N fl
Vice Presiti'-
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation;
that the seal affixed to said instrument is such corporate seal: that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like authority.
rv,. eIr'. 0.211 t ✓t +. e ✓ ✓ �. CIL�
vZ: OTA I. ''. Notary Pumrc
My commission expires March 31, 1978
0 LtGSr
`^OtMi�'... .. ` CERTIFICATION
I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above - quoted provisions of Section 12 of the by-laws and the resolutions of the
Board of Directors of Marsh 12, 1973 have not been aoridgee or revoked and are now in full force and effect.
Signed and sealed at Hartford, Connecticut. this 25th clay of June
i1
y
n
Asstscant Secrecrrty
BOND # d i o iq
_ PREMIUM $_ 8/ gdyc DO
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted,
has awarded to KROPFLI CONSTRUCTION COMPANY
hereinafter designated as the "Principal ", a contract for REMODELING FIRE DEPARTMENT
32nd STREET FACILITIES - CONTRACT NO. 2107
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the.office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
as Principal, and bUTEMMI BIUIUAL INMAN
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
2h ollars ($ 3sp4 ,Z4Gi�,
said sum being equal to 100% of the estimatedamount of a 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, con-
ditions, 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.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time,.alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its. obligations on this bond, and it does hereby waive notice
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions 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 it1strument has been duly executed by the Principal and
Surety above named, on the 5_1 day of l,- , 19910
Appr d as to form
ity Attorney
E
C✓�'..(Seal)
Principal)
re a Title -
Authorized Signature and Title
COVENANT MUTUAL INSURANCE COMPANY (Seal )
Name of Surety
Address of Agent UXAMSS-COMPANY
CIO SOUTN COAST SURETY IiENERAL AGENCY, LNG.
181 S. LAKE AVENUE SUITE NO. -1 10
/% 3 �//'�j �j PASADENA. CALIFORNIA 911 of
Oi �d �• / % �J ''�iC
Telephone No. of Agent
'J.
:.:
State of California
County of Los Angeles ) ss.
On this
25th
day of June
J. Clem
, 19 $0, before me personally came
to me known, who being by me duly sworn, did depose and say: that he is Atforney(s) -in -Fact of Covenant Mutual
Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s)
the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed
by authority granted to him in accordance with the By -Laws of the said Corporation, and that he signed his name
L.JR T
(Notary Public)
^7. 1 954 ii
• COVENANT MUTUAL INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint ARTHUR J. CLEME11T X'
its true and lawful Attorney Isl-in -Fact, with full power and authority, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, rerog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney ($I -in-F act,
pursuant to these presents, are hereby ratified and confirmed,
This appointment is made under and by authority of the following provisions of section 12 of the by-laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation, but it under seat to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance,
consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys-in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there-
of; such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
farce and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
it
Attest:
Assistant Secretary
STATE OF CONNECTICUT
' ss:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
By OLA>r ' O X-0
Vice PresidtttT
On this 22nd day of March in the year 1973 before me personally came Francs W. Palfrey, Jr., and James E.
Wilkins to me known, who being by me duly sworn, did depose and say: that they reside in the State of Connecticut;
that they are respectively Vice Presidentand Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation described in and which executed the above Instrument; that they know the seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the bylaws of said corporation, and that they signed their names thereto by 11ke authority.
.....y....
Notary Purnic
My commission expires March 31, 1978
°Oi'CjMcCSt k9 " ` CERTIFICATION
I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above - quoted provisions of Section 12 of the by -la.vs and the resolutions of the
Board of Directors of March 12, 1973 have not been aoridged or revoked and are now in full force and effect.
S,gned and sealed at Hartford, Connecticut, this 25th day of June 79 80
-Z/�t z L
Assistant SeCIC'Cz.rV
• •
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this day of , 19 D P ,
by and between the CITY OF NEWPORT BEACH, California, hereina ter designated as the City,
party of the first part, and KROPFLI CONSTRUCTION COMPANY
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
REMODELING FIRE DEPARTMENT 32nd STREET FACILITIES - CONTRACT NO. 2107
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
therefor 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 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.
ATTEST: .
City Clerk
App ved as to fo
ity ttorney
CITY OF NEWPORT BEACH, CALIFORNIA
i
M
.,.�., yy S�
iKE1,P'.tiC Vl..
• PROPOSAL • PR of
CITY OF NEWPORT BLACH
PUBLIC WORKS DEPARTMENT
REMODELING FIRE DEPARTMENT
32ND STREET FACILITIES
CONTRACT NO. 2107
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen':
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees
to furnish all labor, materials, equipment, transportation, and services to do all the work
required to complete Contract No. 2107 in accordance with the Plans (Drawing No. B- 5071 -S,
consisting of 23 sheets), the City's Standard Specifications, Standard Special Provisions
and Drawings, and these Special Provisions; and that he will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
Lump Sum Construct two story addition, and
remodel portion of existing two story
City Hall Annex, complete in place,
for the lump sum price of:
One Hundred Forty -three Thousand
Two Hundred and Twenty __ Dollars
- - --- .._..._..._. and
No - Cents $ 111120.00
Lump Sum Remodel existing fire station building,
complete in plai,e, for the lump gum
price of:
One Hundred Eighty -seven Thousand
Seventy -seven _ Dollars
and
No Cents S 187,077.00
TYhreePRHunEdre" T�hENrty Thousand
Two Hundred Ninety -seven Dollars
and
No ______Cents TOTAL $ 330297.00
CONTRACTOR'S LICENSE NO. 163357
DATE 1/31/81 KROPFLI CONSTRUCTION COMPANY
(Bidder's Name
Telephone No. (213) 438 -2408
S /Reter_K__Kropfli_._
(Authorized Signature)
�'ONTR.ACTOR'S ADDRESS 79 Ximeno Avenue, Lonq Beach2_California _.90803_
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
REMODELING FIRE DEPARTMENT
32ND STREET FACILITIES
CONTRACT NO. 2107
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . .
. . . . . . . 1
II.
COMPLETION OF WORK . . . . . . . . . .
. . . . . . . 1
III.
PAYMENT . . . . . . . . . . . . . . . .
. . . . . . . 2
IV.
LIABILITY INSURANCE . . . . . . . . . .
. . . . . . . 2
V.
SAFETY ORDERS . . . . . . . . . . . . .
. . . . . . . 2
VI.
GUARANTEES . . . . . . . . . . . . . .
. . . . . . . 2
VII.
PERMITS AND FEES . . . . . . . . . . .
. . . . . . . 2
VIII.
SHOP DRAWINGS AND SAMPLES . . . . . . .
. . . . . . . 2
IX.
RECORD DRAWINGS . . . . . . . . . . . .
. . . . . . . 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
REMODEL FIRE DEPARTMFNT
32nd STREET FACILITIES
CONTRACT 2107
I. SCOPE OF WORK
• SP 1 of 3
The work to be done under this contract consists of two parts, described as follows:
(1) For the Fire Department administrative offices, construct a two -story
addition to an existing two -story annex to the City Hall; and remodel
portions of the existing City Hall Annex.
(2) For the 32nd Street Fire Station, raise the roof of the apparatus room;
and remodel the two -story portion of the existing fire station.
The work must be phased. First, the Administrative offices in the City Hall Annex
must be completed. Then, the administrative function will move into the new
administrative offices and the fire fighting and paramedic companies will be
relocated to other fire stations. The fire station will then be remodeled. After
completion of the project, the fire fighting and paramedic companies will re-
occupy the fire station.
The work to be done under this contract includes furnishing all labor, equipment,
transportation, materials, and services necessary to complete the construction as
shown on the plans and described in the specifications, complete in place,
including all appurtenant work.
The contract requires completion of the work in accordance with these Special
Provisions; the City's Standard Special Provisions, the City's Standard Drawings
and Specifications; and the Drawings and Specifications prepared by Kermit Dorius,
FAIA, Architects and Associates. The City's Standard Specifications are the
Standard Specifications for Public Works Construction, 1976 Edition with supplements
to date. Copies may be purchased from Building News Incorporated, 3055 Overland
Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's
Standard Drawings and Standard Special Provisions may be purchased from the Public
Works Department at a cost of $5; telephone (714) 640 -2281.
II. COMPLETION OF WORK
After award of the contract by the City, the Contractor shall begin work within ten
calendar days, and shall complete all work on the contract within 300 consecutive
calendar days after the date of the award of the contract.
The Contractor shall submit a construction schedule in accordance with Section 6 -1
of the Standard Specifications and the requirements for approval by the City. The
Contractor shall have an approved schedule prior to the start of any work.
• • SP 2 of 3
III. PAYMENT
The lump sum prices bid for the work shall, unless otherwise stated, include full
compensation for all labor, materials, tools, equipment and incidentals necessary
to complete the work. Compensation for work shown on the plans or described in
the specifications but not separately provided for in the bid proposal, shall be
included in the lump sum price bid.
IV. LIABILITY INSURANCE
A standard Special Endorsement Form has been adopted by the City (sample attached).
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.
V. SAFETY ORDERS
The Contractor shall have, at the worksite, copies or suitable extracts of Construction
Safety Orders and General Industrial Safety.
VI. GUARANTEES
Besides quarantees required elsewhere, the Contractor shall and hereby does guarantee
all work for a period of one (1) year after the date of acceptance of the work by
the City and shall repair and replace any and all such work, together with any other
work which may be displaced in so doing, that may prove defective in workmanship
and /or materials within the one (1) year period from date of acceptance, without any
expense whatsoever to the City, ordinary wear and tear and usual abuse or neglect
expected. In the event of failure to comply with the above mentioned conditions
within a week after being notified in writing, the City is hereby authorized to
proceed to have the defects repaired and made good at the expense of the Contractor,
who hereby agrees to pay the cost and charges therefor immediately on demand.
VII. PERMITS AND FEES
All permit fees normally charged by the City shall be waived, except that every
Contractor and Subcontractor employed on the project shall have in effect a valid
current City business license.
VIII. SHOP DRAWINGS AND SAMPLES
The Contractor shall check and verify all field measurements promptly in order to
cause no delay to himself or his Subcontractors.
The Contractor shall submit to the architect all shop drawings and schedules required
for the work of the various trades, and the Architect shall pass upon them with
reasonable promptness.
The Architect's review of such drawings or schedules shall not relieve the Contractor
from responsibility for deviation from drawings or specifications, unless he has
in writing called the Architect's attention specifically to such deviations at the
time of submission, nor shall it relieve him from responsibility for errors of any
sort in shop drawings or schedules.
All submittals of shop drawings, catalog cuts, data sheets equipment and material
lists shall be complete. The shop drawings transmittal form shall be signed by
the Contractor, verifying that shop drawings conform to Contract Drawings and
Specifications.
• SP 3 of 3
The Contractor shall furnish for approval, all samples as directed. The work
shall be in accordance with approved samples.
IX. RECORD DRAWINGS
Where specified in the separate sections of the Specifications, the Contractor
shall provide and keep up to date a complete as -built set of blueline prints,
which shall be corrected daily to show every change from the original drawings
and specifications and this set shall be the record set. As -built entries shall
be completed in a neat, clear, professional manner.
X. NEW ELECTRICAL SERVICE
The plans provide for a complete new 600 ampere single phase electrical service
for the Fire Department administrative offices in the City Hall Annex. The
Contractor shall include the price of the new electrical service in the price
bid for item No. 1 of the proposal; constructing a two -story addition to and
remodeling a portion of the existing two -story City Hall Annex.
Any connection fees charged by the Southern California Edison Company and any
charge made by the Southern California Edison Company for a transformer and /or
cable between the transformer pad and the connection point in Via Oporto shall
be paid by the Contractor and included in the price bid for item No. 1 of the
proposal.
SAMPLE
CITY OF NEWPORT 6FACH
Contract No. _
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on thepart of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective 19 , when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
L.I.E. - 3/19
CITY OF NEWPORT BEACH
FIRE DEPARTMENT
475 32ND STREET
NEWPORT BEACH, CALIFORNIA 92660
SPECIFICATIONS
32ND STREET STATION
ALTERATIONS AND ADDITIONS
0a9
FIRE DEPARTMENT
ADMINISTRATIVE ADDITION
KERMIT DORIUS & ASSOCIATES, INC.
3111 Second Avenue
Corona del Mar, California 92625
0
Index - 1
INDEX TO SPECIFICATIONS
division 1
GENERAL REQUIREMENTS
pages
1.1 General Requirements
1
2
SITE WORK
2.1 Demolition and Clearing
2
3
CONCRETE
3.1 Concrete
2
3.2 Lightweight Fill
3
4
MASONRY
4.1 Concrete Block
2
5
METALS
5.1 Miscellaneous Metal
1
5.2 Prefabricated Trusses
1
6
CARPENTRY
6.1 Rough Carpentry
3
6.2 Finish Carpentry
1
6.3 Cabinet Work
1
7
MOISTURE PROTECTION
7.1 Sheet Metal
2
7.2 Built -Up Roofing
3
7.3 Insulation
1
7.4 Waterproof Deck
2
8
DOORS & WINDOWS
8.1 Wood Doors
1
8.2 Storefront, Glass & Glazing
2
8.3 Windows
1
8.4 Hollow Metal Doors & Frames
2
8.5 Sectional Doors & Operators
2
8.6 Finish Hardware
5
8.7 Folding Door
1
0 0
Index - 2
division 9 FINISHES
pages
9.1
Lath & Plaster
3
9.2
Drywall
2
9.3
Painting
7
9.4
Tile Work
2
9.5
Acoustical Tile & Integrated
Ceilings
2
9.6
Wall Covering
2
9.7
Laminated Plastic
1
9.8
Sound Deadening Boards
1
9.9
Plywood Underlayment
1
9.10
Resilient Flooring
1
9.11
Carpeting
2
10 SPECIALTIES
10.1 Miscellaneous Specialties 1
10.2 Toilet Partitions 1
11 EQUIPMENT
11.1 Equipment 1
12 FURNISHINGS
Not In Contract
13 SPECIAL CONSTRUCTION
None
14 CONVEYING SYSTEMS
None
15 MECHANICAL
15.1 Plumbing 6
15.2 Heating and Ventilation 3
16 ELECTRICAL
16.1 Electrical 4
. ..
1.1.1
1.1 General Requirements - 1
1.1 GENERAL REQUIREMENTS
THE GENERAL AND SUPPLEMENTARY GENERAL CONDITIONS, AIA
Documents A-201 an A-201/SC on file at the Arc itect'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:
Provide an maintain tacilities for wor men or the
duration of the job. Toilet facilities as per
applicable codes and regulations.
1.1.4 PROTECTION: Protection barriers shall be erected to
pro ec t e Owner's employees and the public from
building operations.
1.1.5 PARKING: Contractor's employees shall either park off the
site or where directed by the Owner.
1.1.6 SCHEDULE: Contractor shall provide Owner with a construc-
tion scFiedule 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 rST 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
I Re project sign, identifying captions over offices,
certain directional signs and warning signs required for
safety and protection. The Contractor shall take all
necessary steps to prevent installation of all unauth-
orized signs.
2.1 Demolition & Clearing - 1
2.1 DEMOLITION & CLEARING
2.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Contractor to provide all labor, materials and service
for demolition and clearing as indicated and required
for new construction.
C. Materials to be removed:
1. Built -up roofing over Fire Station second floor,
built -up roofing over Fire Station first floor,
see item 3 below, approximately 4' of roofing
over existing Print Shop Storage. Protect
plywood roof sheathing.
2. Gutters and downspouts from Fire Station,as indicated
existing gutter and downspouts on east wall of
existing building at Adminstrative Addition.
3. Fire Station Engine Room roof.
4. Engine Room doors, track, operators, battery
chargers and other related equipment.
5. Emergency generator, relocate in new generator room
indicated on plans.
6. Air compressor, relocate as indicated on plans.
7. Exterior walls, interior partitions and floors
as indicated on plans.
8. Doors and windows as indicated on plans.
9. Finishes as required to add new structure, ply-
wood shear panels, etc., as well as to allow
application of new finishes: See plans
and elevations and finish schedule.
10. Forced Air Unit in Fire Station.
11. Lighting fixtures as shown on electrical plans.
12. Mechanical ducts, registers, etc. as shown on
mechanical plan.
2.1 Demolition & Clearing - 2
13. Plumbing fixtures as shown on plans.
14. Concrete block in Fire Station Engine Room as
necessary to tie new block to existing, see
plans, elevations, details.
15. Asphalt paving and concrete landings, etc.
necessary to allow for new construction.
16. Cabinets & Storage lockers as shown on drawings.
17. Metal stair at Administrative Addition.
18. Concrete floor in Print Shop Storage sufficient
to allow additional plumbing.
19. Any additional materials not indicated above but
necessary for completion of the project per
drawings and applicable codes and regulations.
2.1.2 WORKMANSHIP:
a. Demolition materials and items shall be removed from
the site except anything deemed by the Owner to be
of value, which shall be turned over to the Owner for
their disposal. See plan for items to be reused.
b. Protect trees, shrubs, lawns, etc. (They will be
moved by Owner where necessary.)
C. Protect existing structure, walk and paving.
d. Utilities shall be rerouted and reconnected as
per drawings and specifications before demolition takes
place.
3.1 CONCRETE
3.1.1 GENERAL:
0
3.1 Concrete - 1
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install all Concrete Work as shown on
the drawings and as specified herein.
3.1.2 MATERIALS:
a. Reinforcing: Intermediate grade billet steel ASTM
A -615, bars 3/8" and larger shall conform to ASTM
A -305.
b. Portland Cement: ASTM C -150, Type I. If
aggregates contain reactive substances, use Type II
cement. Type III, high -early strength cement may
be used at the contractor's option.
C. Aggregates: ASTM C -33, 1 -1/2" maximum, 3/4" maximum
for 4" thick slabs.
d. Water: Clean and free from deleterious materials.
e. Expansion joint material: Asphalt impregnated
"Flexcell ", "Elastex ", or approved equal.
f. Curing Compound: Thompson's Water Seal by
Chemical Products Co., San Francisco.
g. Underslab Membrane: .006 Polyethelene.
3.1.3 WORKMANSHIP:
a. Pouring of concrete shall be continuous. Agitate
with mechanical vibrators to secure adequate density
free of voids.
b. Floor slabs to be poured in checkerboard manner.
C. Concrete shall obtain ultimate compressive strength
2,000 psi in 28 days.
d. Level slabs with a screed, tamp with a grid tamper
and finish with steel trowel (except wood float
finish under ceramic tile).
3.1 Concrete - 2
e. Apply curing compound as per manufacturer's recom-
mendations. After removal of forms, clean and
patch all exposed concrete.
f. All pipe sleeves, anchors and bolts, angle frames,
inserts, supports, ties and other materials in con-
nection with concrete construction shall be placed
and secured in position before the concrete is placed.
g. Materials delivered to the job shall be stored
and protected so that there will be no inclusion
of foreign matter and no exposure to any element which
would reduce the properties of the material. Quantities
in storage shall be ample for uninterrupted construc-
tion.
h. Forms shall conform to the shape and dimensions as
per plans.
i. Place 2" of sand between membrane and concrete slab.
3.2 Lightweight Fill - 1
3.2 LIGHTWEIGHT FILL
3.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Scope: Entire second floor of Fire Station shall
be covered with GYP - CRETE.
C. Qualifications: Installation of GYP -CRETE shall
be by an approved applicator using approved
mixing /pumping equipment.
d. Delivery and Storage of Materials: All materials
shall be delivered in their original unopened packages
and protected from exposure to the elements. Damaged
or deteriorated materials shall be removed from the
premises.
e. Environment Conditions: Before and during installation
of GYP- CRETE, building interior shall bg enclosed and
maintained at a temperature of above 50 F until
structure and sub -floor temperatures are stabilized.
After GYP -CRETE has set, provide continuous heat
and adequate ventilation to repidly remove moisture
from area until underlayment is dry.
3.2.2 MATERIALS, INTERIOR APPLICATION:
a. Materials:
1. Gypsum Cement: GYP -CRETE underlayment compound.
2. Sealer: GYP -CRETE floor primer and sealer
or other approved sealer. Asphalt emulsion
should be used on this remodel.
3. Sand: 1/16" or less washed mason sand, mortar
sand or plaster sand.
4. Water: Potable free from impurities that affect
the setting of gypsum.
b. Mixing Proportions: 6 - 8 gallons water and 1.8
cu. ft. sand per 80 lb. bag of GYP - CRETE. Do not
over water, water amount will change with condition
of sand.
3.2.3
3.2. 4
3.2 Lightweight Fill - 2
MATERIALS, ROOF DECK
a. Materials:
1. Cement: Gyp -Crete underlayment compound.
(Successful application of waterproof traffic
deck requires that no exfoliated aggregates
be used in the mix, use only expanded shale.)
2. Wire Reinforcing: 6" x 6 ", #10 x #10.
3. Sealer: Gyp -Crete floor primer and sealer
or other approved sealer.
4. Sand: 1/15" or less washed mason sand,mortar
sand or plaster sand.
5. Water: Potable free from impurities that
affect the setting of cement.
6. Vents as required by waterproof deck contractor.
b. Mixing Proportions:
Mix to achieve density of 115 lb. /cu. ft. Coordinate
with waterproof deck contractor to assure proper
substrate to receive his_ wo -rk.
WORKMANSHIP:
a. Condition of Surfaces: Remove existing finish from
subfloor as well as any remaining adhesive, dirt,
oil, grease and other contaminants. To prevent
leakage, fill all cracks and voids with a quick
setting taping compound.
b. Sealing:
1. Spray one coat of GYP -CRETE primer and sealer
or other approved sealer with a concrete or
garden sprayer over entire surface using 1 gal.
per 400 sq. ft.
2. On remodeling, mop or squeegy asphalt emulsion
over entire surface completely sealing old
boards, not less than two hours or more than
24 hours prior to the pour. Coverage of asphalt
emulsion shall be 1 gal. per 100 sq. ft.
�J
3.2.4 WORKMANSHIP: (Continued)
C. Underlayment Application:
0
3.2 Lightweight Fill - 3
1. To minimize damage to installed underlayment,
pouring should be scheduled after the instal-
lation of any drywall.
2. Install Gyp -Crete to 3/4" thickness, spreading
and screeding to a smooth surface.
4.1 Concrete Block - 2
b. Coordinate with all other trades whose work
relates to masonry installation.
C. Store masonry in protected location off the ground.
Protect concrete block from moisture.
d. Cut units with saw, free from broken corners or edges.
Provide full mortar coverage of vertical and horizontal
face of joints. Use no warped, cracked or broken units.
e. Keep tolerances within 1/8" in 5' vertically and 1/4'
horizontally for length of wall.
f. All exposed joints: Match joint treatment in existing
masonry.
g. Cover over all unfinished masonry work at night against
the elements with plastic sheet, building paper,
heavy canvas or other material approved by the
Architect.
h. Protect walls and other materials from droppings of
mortar during construction. Remove any mortar
splotches from work before they set up, point up
as necessary.
i. Pattern: running bond.
5.1 Miscellaneous Metal - 1
5.1 MISCELLANEOUS METAL
5.1.1 GENERAL:
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.
Thoroughly shop prime all other metal.
5.2 Prefabricated Trusses- 1
5.2 PREFABRICATED TRUSSES
5.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install Trus Joists as shown on drawings,
and as specified herein and in shop drawings provided
by manufacturer.
C. Coordinate with other trades to effect prompt
delivery of all materials needed for erection and instal-
lation.
5.2.2 MATERIALS:
a. TJL open web wood and steel joist as manufactured by
Trus Joist Corporation, 1240 South State College
Blvd., Anaheim, CA 92806 (714) 533 -0600 or approved
equal.
b. Manufacture according to manufacturer's specifications.
5.2.3 WORKMANSHIP:
Delivery, storage and installation per manufacturer's
recommendations.
6.1 ROUGH CARPENTRY
6.1.1 GENERAL:
6.1 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.
6.1.2 MATERIALS:
material, services,
necessary for and
installation of all
including roof decking,
items. Rough Hardware
a. All material shall be new, properly grade marked or
certified.
b. Douglas Fir: Grade marked according to "Standard
Grading and Dressing Rules #16 "West Coast Lumber
Inspection Bureau ". Grades as Noted Below:
2X framing DF $1
4X framing DF Dense #1
C. Pine: Graded in accord with W.C.L.I.B. "Standard
Grading Rules ". Western Pine Association.
d. Redwood: Heartwood headers at asphalt paving.
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 sheating, DFPA Grade
marked.
1. Roof Sheathing:
Fire Station: Plywood, 1/2" thick cdx, as noted.
See plans for details.
Administrative Addition: Plywood 3/4" cdx T &G.
2. Floor Sheathing: Plywood, 5/8" thick cdx, T &G.
See plans for details.
3. Shear Walls: Plywood, 3/8" thick structural.
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
6.1 Rough Carpentry - 2
g. Moisture Content: Structural lumber shall not
average more than 19 percent water content at time
of installation in the work. Lumber shall be air -
dried at least 60 days before use and shall be stacked
on stripping at the site before use if not previously
dried. Treated lumber shall be dried to a moisture
content of not more than 19 percent after treating.
6.1.3 WORKMANSHIP:
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.
Pressure treated Douglas Fir shall be used for sole
plates of all shear panels.
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.
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.
• 6.2 Finish Carpentry - 1
6.2 FINISH CARPENTRY
6.2.1 GENERAL:
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
specified herein.
6.2.2 MATERIALS:
a. All finish lumber shall be "B and Better" Douglas
Fir, and "C - Select" Ponderosa Pine, kiln dried,
except where otherwise specified on drawings.
b. Use only hot dipped galvanized or aluminum finish
or casing nails. Set nails for putty stopping where
occuring 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 instal-
lation.
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.
d. Install all items specified under section MISCELLANEOUS
SPECIALTIES which are not called for to be installed
by the manufacturer, supplier or under other sections
of the specifications. Install in accordance with
the details shown on the drawings, the manufacturer's
printed installation instructions, and any additional
requirement specified. All wall- mounted items shall
be securely fastened to solid back or blocking.
6.3 Cabinet Work - 1
6.3 CABINET WORK
6.3.1 GENERAL:
a. DIVISION 1 of these Specifications.is a part of this
Section.
b. Submit shop drawings of cabinet work at large scale
showing sizes, methods of construction, connection
to adjacent members and installation.
C. 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. Submit samples of hardware to Architect for approval.
Finish shall match other hardware in room.
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 GENERAL:
7.1.2
7.1.3
7.1 Sheet Metal - 1
7.1 SHEET METAL
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. Fastenings: nails, bolts and nuts, power driven
fasteners, screws, washers, etc., must be hot -dip
galvanized.
C. Sealant: Where it is impracticable to use solder at
joints, corners, etc., seal with G.E. Silicone
Sealant, or as approved by Architect.
d. Gravity Ventilator: Gravity ventilator and skylight
combination shall be Model No. GVC25052 144" x 46h"
curb opening with one -piece white translucent acrylic
dome. Each unit shall have a removable aluminum
screen, four sides.
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 1/2" 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 installa-
tion.
0 0
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.
g. Flashings and counterflashings shall be installed at
the junction of roofs with vertical surfaces and at
all points as shown or necessary to make work
watertight. Counterflashing will be installed as
roofing work is done. Counterflashing shall
extend down to the intersection of roofing with
the wall and shall be lapped well at joints and around
corners. Joints shall be flat locked and riveted.
7.2 BUILT -UP ROOFING
7.2.1 GENERAL:
7.2 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
manufacturers.
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
replacements 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 accep-
tance of work by the Owner.
7.2.2 MATERIALS, ROOF AT ADMINISTRATIVE ADDITION AND FIRE
STATION ENGINE ROOM & EMERGENCY GENERATOR:
a. Roofing: United States Gypsum f -c -1 20 grade
bondable, Class A or approved equal. Approximate
weight of materials per 100 square feet as follows:
0
1. Layer 15# felt nailed
Base sheets (2) layers
mark 1
Asphalt, specification
between sheets
Flood coat for gravel
Surfacing
7.2 Built -up Roofing - 2
or spot mopped - 15#
FIRECODE
- 66#
grade, mopped
(Color to match adjacent roof)
b. Base flashings as follows:
- 50#
- 60#
-400#
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 manufacturer's labels. All
materials shall be applied by a roofing contractor
approved by the manufacturers.
7.2.3 MATERIALS AND INSTALLATION, ROOF AT FIRE STATION SECOND FLOOR:
a. Remove as much of the existing gravel as possible
without damaging membrane below. (This is to
reduce dead load on roof.)
b. Inspect roof for leaks and examine felts to see
if they are cracked and repair any areas necessary
to provide a watertight roof as called for in
GENERAL notes above.
C. Install Dow Chemical XFS -424 Roofing Insulation
2' x 4' Styrofoam brand insulation board with
factory applied 3/8" cement mortar facing.
Interior panels are to be applied loose and not
bonded to waterproofing membrane. Bond perimeter
units to membrane with a hot asphalt flood coat.
Mechanically fasten units immediately adjacent to
perimeter drains per Dow Chemical.
d. Place, cut and handle units per Dow Chemical
XFS -4249 Roofing Insulation Tech Note #1 and
Developmental Product Technical Data Sheet.
7.2.4 WORKMANSHIP:
7.2 Built -up Roofing 3
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 subsequent claims to the contrary
and will make this Contractor responsible for any
corrections the Architect may require and this
Contractor will be required to make such corrections
at his own expense. Commencement of work will be
construed as acceptance of all sub - surfaces as
satisfactory.
b. All work specified shall be done by applicators
approved by the manufacturer of the materials and
work shall be installed in strict accordance with
the manufacturer's directions.
C. This Contractor shall work closely with sheet metal,
plumbing and mechanical contractors. Whenever the
watertightness of this Section is dependent upon
sheet metal, this Contractor shall assume full
responsibility for the finished installation of
the integrated assembly. Supervise the sheet metal
installer's work as necessary to assure satisfactory
fabrication and placement.
d. Periodic Inspection: The roof contractor shall
arrange in sufficient time (no less than 3 days
beforehand), for the presence of a representative
of the manufacturer, when work starts and for periodic
inspection during application. Manufacturer's
inspection letter shall be issued upon completion.
e. Clean -up will be in accordance with the GENERAL
CONDITIONS.
7.3 INSULATION
7.3.1 GENERAL:
7.3 insulation - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all insulation work as shown on
drawings and as specified herein.
C. Materials designated for a specific application shall
be the products of one manufacturer.
7.3.2 MATERIALS:
a. Thermal: (1) R -19 (6" thick) fiberglass building
insulation, at Administrative Addition roof and
Fire Station as called for.R -11 insulation (3k"
thick) fiberglass building insulation at all
exterior walls of Administrative Addition and those
exterior walls of Fire Station shown on plans.
(2) for rigid insulation used at Fire Station roof
see Section 7.2, Built -up Roofing.
b. Sound: R -11 (3'h" thick) at all interior walls
indicated on plans.
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 damange while temporarily stored
at the site. Delivery shall be such that stocks of
materials on the job will permit uninterrupted
progress of the work.
7.4 WATERPROOF DECK
7.4.1 GENERAL:
0
7.4 waterproof Deck - 1
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install in strict accordance with
manufacturer's instructions and only by one of
their qualified contractors.
C. Inspect subsurface to verify whether it is of
proper density and ready to receive waterproof
surface.
d. Guarantee: Provide a written guarantee form for a
period of two (2) years from date of acceptance of
building stating:
1. That the deck, 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. And that any and /or all repairs and /or
replacements which may be necessary on account
of any of the above mentioned 1 or 2 causes will
be made immediately without cost to Owner.
4. Guarantee shall be dated from date of accep-
tance of work by the Owner.
7.4.2 MATERIALS:
7.4.3
Waterproof neoprene composition traffic - bearing roof
deck surfacing shall be Dex -O -Tex Weatherwear as manu-
factured by Crossfield Products Corp., Compton, CA,
I.C.B.O. No. 1338, or equal.
a. Do not apply traffic bearing roof deck during
inclement weather.
7.4 Waterproof Deck - 2
7.4.3 WORKMANSHIP: (Continued)
b. Surfaces over which traffic bearing roof deck
covering is to be applied, shall not contain more
than 8% moisture content.
C. Installation:
1. Over dry, suitably pitched sub - surfaces, apply
slip -sheet with latex bonding coat.
2. At all horizontal surfaces, apply glass
fabric reinforced membrane embedded in and
coated with neoprene rubber in acqueous solution.
3. At all verticals, apply neoprene composition,
jute fabric reinforced (two piles) flashing
to height shown on plans.
4. Trowel apply two trowel coats of neoprene and
aggregate composition traffic surfacing over
all surfaces previously covered with membrane.
Sand surface to remove trowel ridges.
5. Trowel apply two smoothing coats of neoprene
and fine aggregate composition to achieve
smooth, filled surface. Sand surface smooth
to remove trowel ridges.
6. Roller apply two coats of surface dressing to
achieve uniform surface.
8.1 WOOD DOORS
8.1.1 GENERAL:
8.1 Wood Doors - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Provide wood doors as shwon 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. No "finger
jointing" will be permitted at side stiles of doors.
Doors to be hung in steel door frames shall be pre -
fit to door frame manufacturers' specifications.
8.4.1
8.4.2
• •
8.4 Hollow Metal Doors & Frames - 1
8.4 HOLLOW METAL DOORS & FRAMES
GENERAL:
a. . DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install all metal door and window frames,
hollow metal doors, glass and glazing as shown on
drawings and as specified herein.
C. All glazing shall be in accordance with the
standards of the Flat Glass Jobbers Association
Glazing Manual, current edition.
d. Verify all dimensions by
proper fit and attachment
is required.
MATERIALS:
taking field measurements;
to adjoining work
a. Hollow Metal Doors and Frames: Standard frame
(2100 Series): knocked -down frame fabricated from
16 gauge steel with corners mitered and reinforced,
and Hollow Metal Doors of flush design, fabricated
with face sheets of 18 gauge rolled, leveled sheet
steel. Provide V -slat, fixed louvers, glass stops,
and openable louvered glass transoms, as shown on
door schedule in drawings; as manufactured by Door
Openings, Inc., 6735 Eton Ave., Canoga Park,
California 91303, (213) 703 -1223.
8.4.3 WORKMANSHIP:
a. Verify that floors and walls to receive Door Openings
are plumb, level, secure and in proper condition to
receive this work.
b. Install each component in compliance with the
manufacturer's instructions.
C. Wherever cutting, drilling and fitting is required to
install components onto or into surfaces which are
later to be painted or finished, install each
component in compliance with the manufacturer's
instructions.
d. Set all components level, plumb and true to line and
location. Adjust and lubricate so that components
will operate smoothly and freely.
e. After installation, provide such protection as will
adequately protect all finish from injury until
completion of work. Upon completion, and at the time
8.5 Sectional Doors & Operators - 1
8.5 SECTIONAL DOORS & OPERATORS
8.5.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install Sectional Doors, Tracks, Operators,
and related equipment as shown on drawings and as
specified herein and by manufacturer.
C. Verify all dimensions by taking field measurements,
proper fit and attachment to adjoining work is
required.
8.5.2 MATERIALS:
a. South Entry (24' -0" wide x 12' -0" high) Door:
1. Door: Clopay Model 500 mono fiberglass overhead
sectional door with section frames of heavy
extruded aluminum with integral reinforcing
fin on each upper horizontal rail, extra heavy
lower horizontal rail with continuous 6 oz.
fiberglass panels, color as selected by Owner.
Manufactured by Clopay Overhead Door Division,
13855 E. Striukman Road, Cerritos, CA.
2. Track: 3" heavy gauge galvanized steel attached
to metal jamb with continuous reverse 14 gauge
steel angle.
3. Hardware: As specified by manufacturer with
double roller hinges and long shaft rollers.
4. Spring Counter Balance: Torsion Type.
5. Glazing: 10 full vision sections of DSB glass.
6. Electric Operator: Overhead Door Model
SFL 301 Drawbar 230 V single phase 1/2 hp motor
with emergency power disconnect, 3 button wall
station (open, stop, close) 120 V and drawbar
with disconnect brake.
8.5 Sectional Doors & Operators - 2
8.5.2 MATERIALS:(Continued)
b. North Entry (13' -5'" wide x 12' -0" high):
1. Door: Clopay Model 500 mono fiberglass
overhead sectional door with sectional frames
of heavy extruded aluminum and continuous 6 oz.
fiberglass panels, color as selected by Owner.
Manufactured by Clopay Overhead Door Division,
13855 E. Striukman Door, Cerritos, CA.
2. Track: Same as South Entry.
3. Hardware: As specified by Manufacturer.
4. Spring Counterbalance: Torsion Type.
5. Glazing: 5 full vision sections of DSB glass.
6. Electric Operator: Overhead Door Model FL
drawbar 120V single phase, 1/3 hp motor with
emergency power disconnect, 3 button wall
station (open, stop, close) 120V and drawbar
with disconnect brake.
8.6.1
8.6.2
8.6 Finish Hardware - 1
8.6 FINISH HARDWARE
GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Provide all Finish Hardware as shown on drawings and
specified herein unless specifically excluded and called
for in other sections.
C. In accordance with the SUPPLEMENTARY GENERAL
CONDITIONS, submit a complete schedule of all
hardware. The schedule shall indicate identical
hardware group numbers as listed herein.
d. All hardware shall comply with applicable fire and
building codes.
e. While the Hardware Schedule is intended to cover
all doors and other movable parts of the building,
and establish a type and standard of quality, it
shall be the specific duty and responsibility
of the finish hardware supplier to examine the plans
and specifications 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.
MATERIALS:
a. Door Butts: Use 1'h pair per door, 3'" x 3'h" on
1 -3/8, 4 x 4 on 1 -3/4, 4 -1/2 x 4 on Hollow metal
frames. All outswinging doors to have butts with
non - removable pins with set screwes in barrel.
b. Locks: Schlage Plymouth with 3 -3/4" backset as noted.
C. The hardware finish: 26D, Butts. P.C.
8.6 Finish Hardware - 2
8.6.2 MATERIALS: (Continued)
d. 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.
e. Key valve operated, door closers, through bolts
and grommet nuts furnished where required,
sprayed to match other hardware in the room.
None shall be mounted on exterior of building
or in corridors without approval of Architect.
Furnish all necessary brackets, drop plates, etc.,
to properly install closers.
f. The following items are not included in this
Section, but are found elsewhere in the Plans and
Specifications.
1. Toilet partition hardware.
2. Toilet accessories.
3. Installation of Finish Hardware.
8.6.3 WORKMANSHIP:
a. Hardware shall be delivered with each unit marked or
numbered in accordance with the Hardware Schedule
submitted. The Finish Hardware Schedule shall
identify each piece of hardware with the name of
the manufacturer to facilitate checking and job
identification.
b. Finish Hardware shall be furnished with all
necessary screws, bolts or other fastenings of
suitable size and type to anchor the hardware in
position for heavy use and long life. Note;
fastenings shall be furnished where necessary
with expansion sheids, sex bolts, toggle bolts,
anchors, according to the material to which it is
applied and as recommended by the manufacturer, but
subject to approval of the Architect. Hardware
fastened to concrete shall be furnished with
expansion bolts with lead expansion shield. Note:
Screws going into wood shall be full threaded
sheet metal type.
8.6 Finish Hardware - 3
8.6.4 HARDWARE SCHEDULE:
a. Door 3 Ext. from Emg. Gen. /Storage
Pr. Doors 4 from Emg. Gen. /Storage
4� pr. Butts T2314
2 Lock A53 PD (2 -3/4" B.S. on Door 4)
2 Bolts 1358
3 O.H. Door Holder #2
2 Threshold 179A MS & A
b. Door 5
1h. Pr.
1 Lock
1 Clos
1 Stop
C. Door 6
Door 6
Door 7
Door 7
Eng. Room - Capt. Office
Butts 2714
A53 PD
sr 63
8061X
Paramedic Dorm - Shop
Watch Lobby - Hall 1
Officers Dorm - Bath 1
Hall 1 - Bath 1
6 Pr. Butts 2714
4 Latch AlOS
4 Closer 62
4 Stop W9T
d. Door 5 Hall 3 - Fire Pole
lh Pr. Butts 2714
1 Push Plate 47 6X16
1 Closer 62
1 Stop W9T
e. Door
Door
Door
Door
Door
Door
Door
Door
Door
10 Dorm -
6 Hall 1
9 Hall 1
10 Hall 1
6 Hall 1
10 Bath 2
12 Hall 3
10 Hall 3
9 Hall 3
Linen
Officers' Dorm
F.A.U.
- Storage
Paramedic Dorm
- Mop CLoset
- Water Heater
- Storage
F.A.U.
13h Pr. Butts 2714
9 Latch AlOS
1 Stop W9T (Officers' Dorm)
2 Stop 8061X (Door 12)
• •
8.6 Finish hardware - 4
f. Door 23 Balcony From Existing
Door 23 Balcony From Hall 2
3 Pr. Butts TA 2314 4; x 4 NRP
2 Pr. Lock D53PD
2 Closer 64P
2 Stop 9075X
2 Threshold 170A
g. Door 18 Secretary - Admin. Aide
Door 21 Meeting Room - Admin. Aide
3 Pr. Butts 2714
2 Lock A53PD
2 Stop W9T
h. Door 16 Recept. - Men
Door 16 Recept. - Women
3 Butts 2714
2 Lock A40S
2 Closer 62
2 Stop W9T
i. Door 18 Hall 2 - Meeting Room
Door 18 Fire Prevention - Fire Marshal
Door 18 Hall 1 - Exec.
Door 18 - Chief
Door 18 - Conference
Door 22 - Files
Door 20 Secretary - F.A.U.
10� Pr. Butts 2714
7 Latch AlOS
6 Stop W9T
1 Closer 62
j. Pr. Doors 19 Ext. from Print Shop
Existing Hardware
k. Door 3 Ext. from Telephone
1h Pr. Butts 2314
1 Lock A53PD
1 Chain Stop SOF -12"
8.6 Finish Hardware - 5
1. Door 17 Recept. - Fire Prevention
2 Pr. Butts 2714
1 Latch AlOS
1 Stop W9T
M. Pr. Doors 11 Ext. from Paramedic Storage
3 Pr. Butts 2714
2 Dummy Knobs A170
2 Catch 335E
8.7 Folding Door - 1
8.7 FOLDING DOOR
8.7.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install folding door as shown on drawings
and specified herein.
8.7.2 MATERIALS:
a. Door: Pella Series 558 Designer Wood, folding,
accordion -type, suspending from a track at head,
complete with all hardware and trim as shown on
drawings and as necessary to finish installation.
Head shall be recessed in plaster or drywall.
9.1 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. Exterior stucco:
1. Paperbacked Lath: "Aqua -K- Lath ", or approved
equal.
2. Stucco Ground: Galvanized iron.
3. Portland Cement: Conforming to ASTM C -150 Type I.
4. Sand for Cement Plaster: Conforming to ADA A42.2.
5. Exterior, Cement Plaster: Match existing texture
and color.
a. Scratch coat: 1 part Portland cement, 4
parts sand and hydrated lime equal to 258 of
the volume of cement.
b. Brown coat: 1 part Portland cement, 5 parts
sand and hydrated lime equal to 258 of the
volume of cement.
C. Finish coat: La Habra color coat or approved
equal. Color and texture to match existing.
b.
C.
0
9.1 Lath and Plaster - 2
d. 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.
e. Thickness:7 /8" thick, measured from back of
lath.
Interior Lathing:
1. Walls: Cover where scheduled plaster with 3/8"
gypsum lath or expanded metal lath as required.
Lath shall be fastened to wood supports with
1 -1/8" long, #13 gauge, blued nails with
9/64" heads, 5" o.c.
2. Ceilings: Cover, where scheduled plaster,with
3/8" gypsum lath, full -faced with chicken wire on
areas over 10' -0" in any one direction.
3. Corners and Openings: All interior and exposed
corners shall vave a 4" strip of metal lath and
all exposed corners to have corner beads. All
window and door openings shall have a 12" high
x 12" wider - than - opening piece of 1" - 20 ga.
mesh over them.
4. Waterproof Areas: Wherever waterproof surfaces,
shower finish or tile backing is required,
3.44 galvanized, copper- bearing, steel- expanded
metal lath shall be applied over 15 -1b. asphalt -
saturated felt, or equal.
Interior Plastering:
1. Gypsum:
a. Shall consist of brown and finish coats applied
to a finish thickness of at least 7/8 ",
measured from face of studs.
b. Finish coat to be smooth.
9.1 Lath and Plaster - 3
2. Shower Finish: Apply a Portland cement scratch
and brown coat and then "shower finish" coat as
per manufacturer's instructions. Smooth
finish except as noted.
3. Acoustic Plaster: sprayed on, finish coat only.
9.1.3 WORKMANSHIP:
a. Work hereinunder required 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. Remove droppings or splashes from all concrete,
masonry or other finish surfaces.
d. Patching shall be done after all other work except
painting has been completed. Cut out damanged 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.
e. 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.
9.2.1 GENERAL:
9.2.2
9.2 Drywall - 1
9.2 DRYWALL
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
manufacturerer 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.
0 0
9.2 Drywall - 2
b. Erection technique shall result in plumb and
straight surfaces with no waves or buckles and
free of uneveness 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 paint.
0
9.3 PAINTING
0
9.3 Painting - 1
9.3.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and apply all painting and finishing
throughout the project on surfaces that are left
unfinished by the requirements of their specifications
including prime coated accessories and equipment.
9.3.2 MATERIALS:
a. Schedule:
1. Block Filler: Dunn Edwards Bloc Fil W -305
(Smooth Finish)
2. Block, Stucco Finish:
Dunn Edwards Vin -L -Tex
(Vinyl - Acrylic)
W -201 Series
3. Stucco - Block, Primer:
Dunn Edwards Surfaco
Masonry Primer
45 -52
4. Plaster, Interior Block:
Dunn Edwards Alkyseal
Pigmented Sealer
28 -1
5.
Gal Metal Finish:
Dunn
Edwards
Loc Kote
Synthetic Body
Coat 42 -23
6.
Wood Primer:
Dunn
Edwards
Apex Wood
Primer 42 -9
7.
Wood /Metal Finish:
Dunn
Edwards
Endur Acryl
(Acrylic) W -705
8.
Metal Primer:
Dunn
Edwards
Corrobar
Inhibitive Primer
43 -5
9.
Wood Trellis:
Olympic
Semi - Transparent
Stain
9.3 Painting - 2
9.3.2 MATERIALS (Continued)
10. Oil Finish on Hardwood
Counter Edges: Watco
11. Plaster /Interior Block
Finish: Dunn Edwards Decovel
Velvet Flat
W -401 Series
12. Plaster /Interior Block
17. Lacquer: Dunn Edwards Decolac E.P.
Gloss Lacquer
LQ -115
18. Lacquer: Dunn Edwards Decolac E.P.
Semi -gloss Lacquer
LO-116
19. Acoustic Tile Finish:
Dunn Edwards Apply 1 coat non
bridging flat
latex paint as
necessary to
make new and old
tiles match in
color.
20. Stain: Dunn Edwards Stainseal Stain
V -108 Series
21. Varnish: Dunn Edwards Syngloss Pale
Gloss Varnish
V -197
Finish
Dunn
Edwards
Practical
Synthetic
Eggsheel 1 -1X
13.
Drywall Sealer:
Dunn
Edwards
Vinylastic
Pigmented
Sealer W -101
14.
Wood Sealer:
Dunn
Edwards
Super Flat
Enamel Undercoater
42 -31
15.
Lacquer Stain:
Dunn
Edwards
Decolac
Lacquer Stain
LQ -120 Series
16.
Sanding Sealer:
Dunn
Edwards
Decolac E.P.
Sanding Sealer
LQ -114
17. Lacquer: Dunn Edwards Decolac E.P.
Gloss Lacquer
LQ -115
18. Lacquer: Dunn Edwards Decolac E.P.
Semi -gloss Lacquer
LO-116
19. Acoustic Tile Finish:
Dunn Edwards Apply 1 coat non
bridging flat
latex paint as
necessary to
make new and old
tiles match in
color.
20. Stain: Dunn Edwards Stainseal Stain
V -108 Series
21. Varnish: Dunn Edwards Syngloss Pale
Gloss Varnish
V -197
E
b. Schedule of finishes:
9.3 Pa• ing - 3
1. Exterior (New Construction):
Surfaces
Materials
Wood Doors, Windows
and Trim, Fascias 1 coat (6), 2 coats (7)
Galvanized Metal 1 coat (8), 1 coat (5)
1 coat (2)
Stucco 2 coats (2)
(Paint entire Fire
Station as called for above.
On Adminstrative Addition,
paint only areas of new construction
with two coats of (2). Color to
match recently painted exterior.)
Concrete Block 1 coat (1), 2 coats (2)
Trellis 1 coat (9)
Ferrous Metal 1 coat (8), 1 coat (5)
1 coat (7) (Omit first coat on
shop - primed metal. Any rust
should be removed and bare
metal spot - primed.)
2. Exterior (Existing Construction):
Any surfaces with mildew should be scrubbed with
the following solution:
Trisodium Phosphate (TSP) 2/3 cup
Household Bleach (Clorox) 1 quart
Powdered Detergent 1/3 cup
Add warm water to make 1 gallon.
Rinse thoroughly and allow surface to dry completely
before applying finishes below.
9.3 Painting - q
Surfaces Materials
Wood Doors, Windows
and Trim, Fascias Sand, scrape and clean to
remove all loose or chalky
material and dirt. Prime
with one coat (5), Finish
with 2 coats (7).
Galvanized Metal Sand, scrape and clean
to remove all loose or
chalky material and dirt.
Prime with one coat (5).
Finish with 1 coat (2).
Stucco and Concrete
Block Scrape and clean to remove
all loose or chalky material
& dirt. Prime with 1 coat
(3), Finish with 2 coats (2)
(Paint entire Fire Station as
called for above. Existing
construction of Administrative
Addition has recently been
painted, so only new work
needs to be painted as called
for in Item 1 above.)
Ferrous Metal Sand, scrape and clean to
remove all loose or chalky
material and dirt. Prime
with one coat (5) and
finish with 1 coat (7).
3.
4.
9.3 Painting - 5
Interior (New Construction):
Surfaces Materials
Plaster, block
(flat). Allow
surface to dry before
application of
paint. 1 coat (4), 1 coat (11)
Plaster, block (egg-
shell). Allow
surface to dry before
application of
paint. 1 coat (4), 2 coats (12)
Drywall
(flat)
1
coat
(13),
1
coat
(11)
Drywall
(eggshell)
1
coat
(13),
2
coats
(12)
Paint Grade Wood
Window Doors and
Door Frames
Stain Grade Doors
and Cabinets
12 x 12 acoustic
tiles in Printshop
A and Adjacent
Office
Stair, Handrails
1 coat (14), 2 coats (12)
1 coat (15), 1 coat (16)
1 coat (17), 1 coat (18)
1 coat (19)
1 coat (20), 2 coats (21)
Interior (Existing Construction):
Any surfaces with mildew should be scrubbed
with the following solution:
Trisodium Phosphate (TSP) 2/3 cup
Household Bleach (Clorox) 1 quart
Powder Detergent 1/3 cup
Add warm water to make 1 gallon.
Rinse thoroughly and allow surface to dry
completely before applying finishes below:
Sand, scrape and clean existing finishes to
remove loose or chalky material and dirt.
Prime areas where paint has been removed and
apply finish coat or coats as per schedule of
Interior Finishes above.
For all rooms and surfaces included, see
interior finish schedule on Sheet 22 of the
Drawinaa_
r
9.3.3 WORKMANSHIP:
9.3 Painting - 6
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.
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. Exercise care
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.
q. 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, disfigura-
tions, etc., with specified putty after priming; then
sand smooth.
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.
9.3.3
9.3 Painting - 7
WORKMANSHIP (Continued)
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.
1. 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.
9.4 TILE WORK
9.4.1 GENERAL:
9.4 Tile Work - 1
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install all Tile Work as shown on drawings
and as specified herein.
9.4.2 MATERIALS:
a. Floor Tile: 2" x 2" semi - cushion edge, full random
pattern in colors and patterns as selected. Texline
in standard colors as manufactured by American Olean
or approved equal.
b. Floor Tile Grout: Waterproof with latex added,
admixture color in accordance with manufacturer's
recommendation for the color selected.
C. Wall Tile and Base: 6" x 4;" glazed ceramic tile with
rough glaze, integral trim at edges. Install
vertically.
d. Wall Tile Adhesive: Organic type, waterproof, tile
installed over 1/2" moisture proof drywall. Variation
in surface not to exceed 1/8" in 8, -0 ". Seal surface
before applying adhesive with sealer recommended by
adhesive manufacturer. Tile installation sepcifica-
tion USAS A108.4 1968. Material orgainc adhesives
USAS 136.1 1967.
9.4.3 WORKMANSHIP:
a. Installation of Tile: Lay out all work so that,
insofar as possible, no tiles less than half full
size shall occur. In any event, no half tiles shall
be installed above the first course up from the
bottom or away from first vertical course at internal
and external corners. Align all joints, both
vertically and horizontally. Ail intersections and
returns shall be properly formed. Cutting and
drilling shall be neatly done without marring tile.
Rub smooth any necessary cuts with a fine stone
and set no cut edge against any fixture, cabinet or
other tile without a joint at least 1116" wide. Cut,
fit, adjust and establish tiles neatly and accurately
to accommodate accessories, interruptions, chases,
returns and mechanical and electrical outlets, and
finish at their exact location (as determined by
job site conditions); so arrange such locations that
0 0
9.4 Tile Work - 2
9.4.3 WORKMANSHIP (Continued)
tiles are not unnecessarily piece. Maximum
variation on walls shall be 1/8" - in 10 feet
when a straightedge is laid on the surface in any
direction. Slope floors to drains.
Provide all required trim pieces for the various
tiles specified.
b. Thoroughly wash out tile joints and saturate with
clean water before grouting. Grout shall be
thoroughly forced into all joints to fill entire
length and depth. Joints shall be filled flush
with face of tiles, making a neatly finished
smooth surface. All necessary precautions shall be
taken to prevent staining of grouted joints.
C. All finish surfaces shall be level, smooth, true to
elevations and even with adjacent surfaces.
d. Wipe ceramic tile surfaces clean after grouting,
remove all traces of mortar and grout. Do not use
acid solution for cleaning on glazed tile surfaces.
e. All spaces in which tile is being laid shall be
closed to traffic or other work and kept closed
until firmly set. Work shall be adequately protected
from damage until acceptance. Repair all damaged
work at no additional cost to the Owner.
9.5 Acoustical Tile & Integrated Ceilings - 1
9.5 ACOUSTICAL TILE & INTEGRATED CEILINGS
9.5.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install all Acoustical Tile and Integrated
Ceiling work as shown on drawings and as specified
herein.
9.5.2 MATERIALS:
a. Mastic Applied Tile (Administrative Addition, First
Floor Print Shop A and Adjacent Office): Armstrong's
Classic design, beveled 12" x 12" x thickness to
match existing, mineral fiber ceiling board; or approved
equal to match existing finish.
b. Exposed Grid Tile (Administrative Addition): Armstrong's
Classic design lay -in 24" x 48" x 5/8 ", 890
Acoustical Fire Guard Ceilings. 1 Hour rating as
called for in finish schedule.
C. Suspension Systems (Administrative Addition):
Armstrong's, Donn's or Lok Products Systems, all
metals 24 gauge cold rolled zinc bonded steel, white
finish. Provide regressed frane for light fixtures.
Returns and supplies to have perforated metal pans
at ceiling lines.
d. Hanger: #10 gauge steel wire installed 48" on center
maximum on main carrying members and additional wires
to assure that a hanger is located at each corner of
the recessed lights.
e. Lighting: Integral with the ceiling system. Supply
and install four (4) warm white fluorescent lamps
per fixture. Lenses: acrylic with texture to match
those existing meeting room. Each four lamp fixture
to be supplied with two, single lamp ballasts. Ballasts
to be high power factor rapid start, Class P,
60 Hertz 120 volts. Provide flexible conduit to
J box locations shown on Electric drawings.
9.5.3 WORKMANSHIP:
a. All manufactured materials shall be delivered in the
original packages, containers and bundles bearing
the manufacturer's name and brand. Use only one brand
9.5.3
9.5 Acoustical Tile & Integrated Ceilings - 2
WORKMANSHIP (Continued)
of each material for each type of tile, throughout the
job. Store materials within building in locations
as directed by the General Contractor.
b. Installation of susbended acoustic tile and integrated
ceilings:
1. Provide all materials and accessories for complete
installation in accordance with the drawings and
manufacturer's printed instructions and recommen-
dations.
2. Install tile to subsurfaces from "set -out"
points and to pattern shown on drawings. Verify
location of work of other trades in order that
items occur within a whole tile or at tile joints
as shown.
3. Install panels in place, fitting snugly. Provide
spacers and /or holdown clips where shown or
required.
4. Install metal ceiling trim at all wall and
vertical surfaces, unless otherwise shown or
specified.
5. After installation, clean any soiled surfaces.
Replace any damaged units.
6. All work shall be done as recommended by the
Acoustical Materials Association. Finish
surfaces shall be plumb, straight, true and
free from defects of any kind.
7. Limit deflection of all ceiling types specified
herein, after installation, to 1/360 of the span
of any section.
8. Applicators of systems shall be approved by the
manufacturer of the material or system being
installed.
9.6.1 GENERAL:
9.6.2
9.6.3
1.5 Stall Covering - 1
9.6 WALL COVERING
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Wall Covering as shown on
drawings and as specified herien.
MATERIALS:
a. Vinyl #1 Koroseal Burlap 27 ounces per linear foot.
WORKMANSHIP:
a. Before starting the installation, thoroughly examine
wall surfaces on which wall covering is to be applied.
Examination includes bond moisture and alkali testing
as required or recommended by the manufacturer.
Moisture meter readings of backing surfaces shall be
less than 4%. Backing surfaces shall be thoroughly
dry, clean of dust and dirt, paint spots and free from
any imperfections that may show through the finished
installation. Notify the General Contractor of any
defective surfaces or conditions preventing proper
applications of the wall covering. Starting of work
without such notification will be considered acceptance
by the Contractor of the surfaces involved.
b. Give all surfaces to receive wall covering one coat
of sizing. Before applying, examine backing surfaces
carefully, using a strong light and apply a second
coat of size to holidays and areas showing excessive
suction.
C. Install with long dimension vertical. Lay out accur-
ately between corners, jambs, walls or other stopping
points or changes in direction to equalize spacing
of joints. Do not make any joints at external corners.
d. Apply in strict accordance with the manufacturer's
specifications and printed instructions. Take
particular care in making joints as fine and
inconspicuous as possible. Trim selvage before
applying. Brush out all air bubbles after hanging,
using a squeegee or stiff brush. Remove excess
adhesive with a damp sponge or rag as work progresses.
Avoid getting excess water into seams while cleaning.
Make all in -place cuts on metal cutting plates.
Do not cut into backing surfaces. No air bubbles,
wrinkles, tears,cuts conspicuous joints, stained or
otherwise damaged work will be allowed in the
9.6 Wall Covering - 2
9.6.3 WORKMANSHIP (Continued)
finished work. On completion of the work,
remove any adhesive and marks from the
material.
4.', Laminated Plastic - 1
9.7 LAMINATED PLASTIC
9.7.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
9.7.2 MATERIALS:
a. Laminated Plastic: Formica 1/16" thick with "suede"
finish or approved equal.
b. Adhesives: Weldwood glue, or other waterproof
adhesives approved by laminated plastic manufacturer.
9.7.3 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.
9.8 Sound Deadening Boards - 1
9.8 SOUND DEADENING BOARDS
9.8.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install as shown on drawings and
specified herein.
9.8.2 MATERIALS:
a. 1/2" U.S.G. Sound Deadening Board.
9.8.3 WORKMANSHIP:
a. Inspect all surfaces of subfloor and report any
unsatisfactory conditions.
b. Nail sound deadening board to subfloor with 1" ring
shank nails at 12" o.c. edge and field.
9.9 Plywood Underlayment. - 1
9.9 PLYWOOD UNDERLAYMENT
9.9.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install as shown on drawings and
specified herein.
9.9.2 MATERIALS:
a. 3/8" plywood underlayment INT -APA Grade.
9.9.3 WORKMANSHIP:
a. Inspect all surfaces soundboard surface and
report any unsatisfactory conditions.
b. Nail underlayment down thru soundboard into subfloor
with 1 -1/2" ring shank nails at 6" o.c. edge, 12" o.c.
field.
C. Underlayment surface shall be smooth, and free of
any cracks or depressions.
9.10 Resilient Flooring - 1
9.10 RESILIENT FLOORING
9.10.1 GENERAL:
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.
9.10.2 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 tip set cove (and
straignt at carpet).
9.10.3 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.
9.11 CARPETING
9.11.1 GENERAL:
9.11 Carpeting - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install all Carpeting as shown on drawings
and as specified herein.
C. Furnish the Owner complete carpet care and mainten-
ance instructions.
9.11.2 MATERIALS:
Allow $12.00 per yard for material purchase of carpet
material and pad.
9.11.3 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/V apart.
e. A conventional carpet cutter should be used rather
than a cutter designed specifically for cushion
backed carpet.
:).li - Carpeting - 2
9.11.3 WORKMANSHIP:
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 neatll fitted to walls, etc.
j. Carpet to be vacuum cleaned, free of spots, smears,
stains, etc., and protected from construction
traffic.
k. Salvage existing carpet from meeting room on second
floor of Administrative Addition Building (Adjacent
to City Attorney's office). Reuse to carpet
meeting room and Administrative Aide /Training room
after other alteration work is complete.
^,.1 Miscellaneous Specialties - 1
10.1 MISCELLANEOUS SPECIALTIES
10.1.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
10.1.2 MATERIALS:
a. Towel Dispenser: Two (2) Bobrick B -262 (Z Type Towels).
b. Toilet Tissue Holder: Four (4) Bobrick B -266.
C. Soap Dispenser: Two (2) Bobrick B -8294 (lavatory
and countertop mounted).
d. Feminine Napkin Dispenser: One (1) Bobrick B -3507,
$.25 coin operated.
e. Towel Bar: Four (4) Bobrick B -6747 18" long.
10.1.3 WORKMANSHIP:
a. Coordinate with all other trades whose work relates
to the items specified herein for the placing of all
required backing and furring, to insure proper
locations.
b. Deliver and store all items specified herein in dry,
protected areas. Keep free of corrosion or other
damage. Replace any damaged items at no cost to
the Owner.
C. All items shall be installed in strict accordance
with the respective manufacturer's published
instructions and approved installation drawings.
Adhesive installation will not be permitted.
10.2 Toilet Partitions - 1
10.2 TOILET PARTITIONS
10.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install all Toilet Partition work as
shown on the drawings and as specified herein.
C. Submit three (3) samples of manufacturer's standard
colors for selection and approval by the
Architect as per Supplementary General Conditions.
10.2.2 MATERIALS:
a. Two (2) Mills Marbmetal, or approved equal, ceiling
hung compartments, enamel steel finish of color
selected.
b. Two (2) Mills Model 2 wall supported T -472, or approved
equal, 18" deep urinal screens, enamel steel finish
of color selected.
10.2.3 WORKMANSHIP:
a. Verify all dimensions shown on drawings by taking
field measurements; proper fit and attachment of all
parts is required.
b. Partitions shall be installed in strict accordance
with the manufacturer's directions, with doors and
hardware operating smoothly.
C. Doors and side panels shall be erected in a sturdy,
substantial manner, straight, true and plumb with
all horizontal lines level and partitions or
pilasters fitted rigidly to the wall or ceiling member.
Y ..1 0 •
11.1 EQUIPMENT
11.1.1 GENERAL:
11.1 Equipment - 1
a. DIVISION 1 of these Specifications is a part of this
Section.
b. Supply and install equipment as shown on drawings
and specified herein.
11.1.2 MATERIALS:
a. Equipment in Contract:
1. Dishwasher, Hobart Kitchenaid Imperial Model
KDI -18, color white.
2. Disposer, Hobart Kitchenaid Superba KWS -200.
3. Microwave Trim Kit, Toshiba MBK -78
Built -in Trim Kit as manufactured by Toshiba
America, Inc., 19515 S. Vermont, Torrance, CA,
213- 770 -3300.
b. Equipment not in Contract:
1. Air Compressor to be relocated in Fire Station
Ship as shown on plans.
2. Emergency Electrical Generator to be relocated
as shown on plans.
3. Toshiba Microwave to be mounted in wall
cabinet.
4. Wolf Range.
5. Refrigerators to be located as shown on plans.
11.1.3. WORKMANSHIP:
a. All electrical, plumbing and mechanical servi -P
connections to all equipment listed in a & b above
are to be made by the respective contractors.
b. Installation shall be performed in strict accordance
with the manufacturer's printed instruction manual
to insure satisfactory operation and performance.
C. Contractor shall deliver all guarantees and waranties
to Owner.
15.1 PLUMBING
15.1.1 GENERAL:
15.1 Plumbing - 1
a. Scope of Work: 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.
f. Drainage from the second floor bathroom of the Fire
Station has been a continuing problem. Plumbing
contractor should remove all horizontal plumbing in
floor below and replace with new plumbing that is
designed and installed to allieviate this problem.
Inspect and correct any deficiencies in drain to
sewer connection.
15.1 Plumbing - 2
15.1.1 GENERAL (Continued)
g. Verify condition and /or depth of existing sewer and
water lines to be extended and replace those not
found to be sound or of depth necessary to allow
proper drainage.
h. Relocate Hot Water Heater on Second floor of Fire
Station as inaicated on yians.
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. Sanitary Vent Piping:
2Y" and smaller: Schedule 40 galvanized steel pipe
with screwed drainage pattern fittings.
3" and larger: Shall be as specified for sewer pipe.
d. Domestic Water:
Below Grade Inside of Building and Buried Outside:
Shall be Type "L" hard drawn copper with wrought
copper fittings up to and including the maximum
standard manufactured sizes, brazed with Silfos or
Aircosil 15.
Above Floor Inside of Building: Shall be Type "L"
hard drawn copper with fittings and joints soldered
with 50 -50 solder.
15.1 Plumbing - 3
Below Grade outside of Si,all 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. 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.
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.
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.
,u
r.
C
L
C1
15.1 Piumbing - 4
Water Hammer Arrestors: .i i.lES --'CC'., � ,yL.E,
PDI approved. Sizing and placement shall be in
accordance with PDI Standard 1.111 -201.
Fixture Schedule:
Fixture and Fittings
1. Four (4) American Standard
Elongated Cadet toilets
2109.056 marble /china.
2. Four (4) American Standard
Washbrook urinals 6500 -Dll
with four (4) Delany Flushboy
451VB flush valves.
Location
Fire Station: Room
No. 120B & 214,
Admin. Addition
Room No. 103 & 104
Fire Station: Room
No. 102B, 214
Admin. Addition
Room No. 104.
3. Six (6) American Standard Fire Station: Room
Ovalyn Lavatories 19" x 16" No. 120A, 214
0470.bl3 with six (6) Heritage Admin. Addition
Combination lavatory faucet Room No. 103, 104
acqua seal valves 2248.524.
4. Four (4) American Standard Fire Station: Room
1490.036 Aquarian II Valves, No. 118,119,217,218.
Four (4) 1413.012 Astrojet
Shower heads, Four (4) 1444.017
shower arms.
5. One (1) Powers Fiat Model SB -6" Fire Station Room
36 x 24 Terrazzo Mop Service No. 215.
Basin with #830 -AA Service
Faucet- (1) hose and hose
bracket #832 -AA and (1) mop
hanger #889 -CC.
6, One (1) Elkay 18 gauge stainless Fire Station Room
steel double sink STLR- 4322 -R No. 212.
with four holes, (1) hose spray
and (1) LK -232 -5 gooseneck faucet.
15.3.E WORKMANSHIP!
a. Locations and Accessibility: Install equipment for
ease of maintenance and r.epai.r.
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 equip-
ment 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 instal-
lation 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 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 whatsoever 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.
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.
} •
5.1 Plumbing - 5
h. Sleeves for pipes througt txtezior walls shall to
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.
15.2 Heating and Ventilation - 1
15.2 HEATING AND VENTILATION
15.2.1 GENERAL:
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Supply and install forced air heating systems as
shown for Fire Station and Administrative Addition.
C. Replace existing registers with high velocity aluminum
registers.
d. Related work specified elesewhere.
1. Line voltage wiring.
2. Low voltage conduit.
3. FAU platforms.
e. Guarantees: All equipment, materials and workmanship
shall be guaranteed for a period of one (1) year from
date of start -up.
15.2.2 MATERIALS AND INSTALLATION:
a. Furnaces
1. Fire Station Upstairs: One (1) Day and Night
394GAW000125 (125,000 BTU) gas -fired F.A.U.
with 1/5 hp S.P. motor, with low voltage controls
and low voltage thermostat, furnace capacity:
125,000 BTU input and 100,000 BTU output;
1089 CFM at air distribution design conditions.
2. Fire Station Downstairs: One (1) Day and Night
394 GAW000125(125,000 BTU) gas -fired
F.A.U. same as above.
3. Administrative Addition: One (1) Day and Night
396 GAW000100 gas -fired Counterflow F.A.U. with
1/5 hp S.P. motor, with low voltage controls and
low voltage thermostat, furnace capacity.
100,000 BTU input and 80,000 BTU output; 870
CFM at air distribution design conditions.
b. Ductwork:
1. Fire Station Upstairs: Code approved,
and according to Ashrae standards, sized as
indicated on plans or equivalent area in rectangular
ducts. (Ductwork in kitchen cabinet, and relief
to library on first floor, rectangular.)
15.2 1'eatina and Vintilat. ion -
15.2.2 MATERIALS AND INSTALLATION: (continued)
2. Fire Station Downstairs: Transition into and
extend existing ductwork as indicated on
drawings with ductwork as specified for upstairs.
3. Administrative Addition: Ductwork as called
for Fire Station above and as indicated on plans.
C. Registers:
1. Fire Station Upstairs: Ten (10) supply registers
and one (1) return air. Supply registers shall
be Air - Control #130 and return register shall be
Air - Control #333.
2. Fire Station Downstairs: Replace existing
registers and provide new registers as shown on
plan for a total of ten (10) supply registers
and one (1) return air register shall be same
as specified for upstairs.
3. Administrative Addition:
First floor to have six (6) supply registers
and one (1) common return air perforated diffusers
by G.I.: Industries. Second floor to have five
(5) supply registers located in floor (Air - Control
#42) and one (1) common return air (Air - Control
#333). See Item e.6 for alternate return
registers.
d. Items
Specific to
Fire
Station Upstairs:
1.
Induct Fresh
Air
into Return Air system.
2. Provide Combustion Air to F.A.U. Room.
3. One (1) Exitair RCX Size 8 relief ventilator with
back draft damper.
e, Items Specific to Administrative Addition:
1. Return air to be equipped with Fresh Air inlet
with manual damper.
2. Thermostat to be Honeywell Chronotherm with Nite-
Set -Back.
3. Provide venting of First Floor bathrooms for
exhaust fans, see Electrical Drawings.
4. Venting of Printshop:
One (1) Exitair CX1218 Exzaust Fan with
15.2 Heating and Ventilation - 3
back Drart Damper and [juctwork to the two
Exhaust Air Grilles in Printshop A and Printshop B.
5. Relocate supply registers in meeting room and
Administrative Aide /Training Room as shown in plans.
6. Provide three (3) relief grilles to common return
in Second Floor office rooms. Submit alternate
bid for ceiling return air for Second Floor Office
rooms.
f. Provide final connections of gas and electric for
Fire Station and Administrative Addition.
g. Insulation: Supply ducts shall be wrapped with 1"
insulation fiberglass blanket. Exposed supply duct
in the furnace room to be galvanized with 1" insulation
wrap and sealed at all joints.
h. Provide Rain. Louvers: New fresh air and combustion
air louvers as required shall be galvanized iron.
i. Provide gas shut -off valve and connection to the
furnace, flue gas vent through roof complete with
flashing and rain cap.
j. 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 ELECTRICAI
16.1.1 GENERAL:
0
16.1 Electrical - 1
a. DIVISION 1 of these Specifications is a part of
this Section.
b. Furnish and install complete and in service all
necessary labor, material, equipment and services
required for the complete electrical installation
as specified herein and /or as shown on the drawings.
d. All work shall be installed in strict accordance with
applicable codes and ordinances. Nothing specified
herein or shown on drawings shall be construed as
permitting or directing the violations of any code
or ordinance.
e. Notes on plans shall be considered as part of
Specifications.
f. Drawings: Drawings are diagrammatic; the work shall
be installed to fit the building as constructed and
to coordinate with the work or other trades.
g. Guarantee: This Contractor shall guarantee his work
free from defects of material and workmanship for a
period of one year from the date of acceptance of the
work. Any defects that appear during the period of
the guarantee shall be repaired or otherwise made
good without expense to the Owner.
16.1.2 MATERIALS:
a. All material as specified shall be new and of the
type and quality specified, and approved for the use
to which it is applied by the Underwriters Laboratory
or other approved testing agency. Any substitution
of material from that specified must be approved by
the Architect.
b. 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.
i • •
16.1 Electrical - 2
C. Wire and Cable: Unless otherwise indicated, copper
conductors with Type THW 600 V insulation. Minimum
size wire shall be #12 AWG. Fixture wire shall be not
less than #16 Type AF.
d. Lighting Panels: Square D NQO with circuit breakers
as indicated. Provide typewritten schedule in each
panel.
e. Convenience outlet - Leviton 5242 -I.
f. Single pole wall switch - Leviton 1221 -I.
9. 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 Levoton
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.
2. All conduit shall be concealed unelss 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
indicated by
shall be his
the Architec
reasons, and
to proceed.
16.1 Electrical - 3
using the materials or methods
the plans and specifications, it
obligation to immediately notify
in writing, setting forth his
asking fcr instructions or, low
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. Electrical Service: The existing electrical shall be
revised as indicated on plans.
d. 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. Ballasts shall be Class P
high power factor CBM certified.
e. 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.
f. Connection of Equipment: Provide line voltage wiring
to, and connection of all heating, and ventilating
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.
g. Provide connections for other equipment as indicated
by notes on plans.
h. Remodelled Stork: All existing wireing,devices,
outlets, and fixtures not indicated as revised or
16.1 Electrical - 4
changed shall be maintained in service. Relocate
and repair any wiring exposed or damaged by remodeling
Remove existing exposed wiring, fixtures, and devices
when so indicated. Remove unused wire and cables
from concealed wiring and blank any unused outlet
boxes.
i. Existing Material: Existing lighting fixtures shall
be revised where so indicated. Existing lighting
fixtures that are not reused shall be turned over
to the Fire Department for their disposal.
j, Fire Station:
1. Revise wiring as indicated in remodeled areas
on first and second floor. Reuse fixtures
where indicated.
2. All wiring shall be concealed where possible.
Cutting and patching of walls shall be by framing
contractor or plastering contractor as applicable.
See plans for location of shear wall panels. Finish
in these areas will be removed in the process of
applying plywood panels to studs. This will allow
access to stud spaces for adding any necessary
wiring.
3. Smoke Detectors: Shall be
with automatic charged battery. Connect to 120V
circuit.
4. Battery chargers: Cable reels shall be Appleton
Reelite or equal with 1613 cable to reach to point
of connection on fire engine.
5. Install new plastering rings as necessary to rise
to new thickness where plaster has been added.
Retrim all existing outlets with new plates.
0
CITY OF NEWPORT BEACH
Contract No. 2107
Special Endorsement No.
z i�O�vF ,���
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
6/24/80 CAG 92 25 89 9/10/77 500 1500 Chic Casualty
9/10/80 100 /100 Insurance Co.
This endorsement is effective 6/24/80 , 19 , when signed by an
,Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Robert L. Ludwig Insurance Agency
Address 4439 Village Rd.
Long Beach, Ca. 90808
By
r Authorized Repre ntative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
CT'nTC
COMPENSATION
I N S U R A N C E
FUND
• Q-
P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
EMPLOYER
SCIF FORM 262A (REV. B -78) DUPLICATE
PRESIDENT- \
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
REMODELING FIRE DEPARTMENT 32ND STREET FACILITIES
Approved by the City Council
this 12th day ff Mme, 1980.
oris George, Eity Clerig
CONTRACT NO. 2107
1979 -80
SUBMITTED BY:
Kropfli Construction Co --any
Contractor
79 Ximeno Avenue
Address
Long Beach, Californi» 90803
City Zip
(213) 4 382408
ne
c
Total Bid Price
Cl
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
Page 1
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,.
California, until 10:30 A.M. (as determined by telephone time signal) on the
12th day of June 1980, at which time they will be opened and read, for
per— o ing work as fo T lo— ws:
REMODELING FIRE DEPARTMENT
32ND STREET FACILITIES
CONTRACT NO. 2107
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 and tFeCor orate Seal
shall a of rxed to all documents re— q— u ring signatures. In the case of a artnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set.of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by t e ou ern a 1 ornia UnapTers of the American Publi s 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 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the `f0 ft upon award of contract. (A sample form is attached for reference.).
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.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained 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. A copy of said determination 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 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
a; indicated in this Proposal, times the unit price as submitted by the bidder. In case
„F ii disrrepancy 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. 163357 Classification B -1
Accompanying this proposal is Bid Bond
(Cash, Certified Check, as er s Check or on
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 workers' 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.
(213) 4382408
Phone Number
6/12/80
Date
i
(SEAL)
ptneri�grrature /
Authorized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Walter G. Kropfli
Peter K. Kropfli
Margaret K. Kropfli
President
Vice - President
Sec /Treasurer
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
6t
7
8
9.
10.
11S5_ si
Construction
RMu Kurl LCu J4,,,f[! -%.WfC
Corporatja* --
Type of Organiiatio!l -'
(Individual, Co- partnershtp.Q.r.'Corp.)
79 Ximeno Avenue
Long Beach, California 90803
Address
A1111J, , - 0 - - 1 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
2
3
4.
5.
6.
7.
8.
9.
10.
11.
12.
kRaPr -e- eon- __C'C5 _
Budder s_�Nade
ut on ze i gr►ature_
— Typ@ of Organization
(Individual, Co- partnership or Corp.)
/0/79 d Zeal W 5 c3
re s
•
BIDDER'S BOND TO ACCOMPANY PROPOSAL
"NOW ALL MLN BY THESE PRESENTS,
Page 4
That we, KROPFLI AND BURROUS INC. , as Principal,
and COVENANT MUTUAL INSURANCE COMPANY > as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of.
TEN PERCENT OF THE BID Dollars ($ lo% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
LIDO FIRE STATION (Int Alt) 32nd St.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 12, day of
JUNE 19 80.
- -
i Corporate Seal (If Corporation)
t
KROPFLI AND BURROUS ANC.
Princ�P = o-
(Attach acknowledgement of
Attorney -in -Fact)
,
By
Title ATTORNEY IN —FACT - --
• • F �"
i - �. �,
..'�
_ - - -1..
�.
___ .� �,
�_!- � 2
r
i
Y
State of California
County of Los Angeles
On this
12th day of JUNE
Artinur J. Clement, Jr„
to me known, who being by me duly sworn, did depose and say:
Insurance Company, the Corporation described in and which ex �
"
the seal of said Corporation; that the seal affixed to saidAnstru
by authority granted to him in accordance with the By- 'aws of
thereto by:i4ilie, aufhorify..!
' @. .
(;S A%— L
Apnl 30, 1
............... .......... ............
1980, — before me personally came
He'is-Afforney(s)-in-Fact of Covenant Mutual
I the foregoing ng in Irffmenf; Yaf e kno hw(s)
I
is such car . orate skal; that/it was so affixed
id"9jor lion, and`\th#-h# signed his name
{Notary
COVENANT MUTUAL INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
ThatCOVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint / }g - 1z 'jz.
4tiC Lt'i�.lr J. �,r6ti. �i-.-
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, recog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANTMUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) - in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the oy -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
aseal is required, by a duly authorized attorney -in -fact or agent: and any such bond, undertaking, recognizance,
consent of surety orwritten obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there•
of: such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
I
Attest:
Assistant Secretary
STATE OF CONNECTICUT
ss:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
By I All.
Vice Presid c
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut:
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation;
(hat the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like author-- /tty. //
+...
't iMOTA ♦y, ;'. Notery Publ,c
W : My commission expires March 31, 1978
.44 i1r. ' CERTIFICATION
I, Vera C. Spitko,'Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above- quoted proves, ons of Section 12 of the by -laws and the resolutions of the
Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect.
Signed and seaied at Harttoro, Connecticut, this 12th day of JUNE 19 80
C� . � rr' Gr
Assistant Secrecas
josi
NON- COLLUSION AFFIDAVIT
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 understandi n 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 contra:.tt sought by
this bid. �
Subscribed and sworn to before me
this 10thday of JUNE
19 80 .
My commission expires:
off -o7 -611
A0,11 2
Notary Public
OFFICIAL SEAL •
RUTH J. BLEVINS
® NOTARY PUBLIC.
CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires August 7, 1981
•
4ow
t ,
• • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
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.
Ntc N "f 5
1980 Long Beach City College (Remodel) � � Q' r� i) ,i. `!
1980 Saint Luke's Episcopal Church (Remodel) 'JyMjwwjLn �y
1980 YMCA, Borth Long Beach (Addition)
aW r ,
^, -,r -,
` %'
:�:�;
�:.
�" ;�
• PROPOSAL • PR 1 of 1
CITY OF NEWPORT REACH
PUBLIC WORKS DEPARTMENT
REMODELING FIRE DEPARTMENT
32ND STREET FACILITIES
CONTRACT NO. 2107
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees
to furnish all labor, materials, equipment, transportation, and services to do all the work
required to complete Contract No. 2107 in accordance with the Plans (Drawing No. B- 5071 -5,
consisting of 23 sheets), the City's Standard Specifications, Standard Special Provisions
and Drawings, and these Special Provisions; and that he will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
1. Lump Sum Construct two story addition, and
remodel portion of existing two story
City Hall Annex, complete in place,
for the lump sum price of:
Dollars
and
2, Lump Sum Remodel existinq fire station building,
complete in place, for the lump suu'
price of:
TOTAL PRICE WRITTEN IN WORDS:
CONTRACTOR'S LICENSE N0. 163357
DATE 1/31/81
Telephone No. (213) 43,92408
3
Dollars
and
Cents $
-_—Dollars
and
Cents TOTAL
fropfll.Construction
K Name)
CONTRACTOR'S ADDRESS 79 Ximeno yvenue , Long Beach }_C91iforaia__ 90803 —
r. .
• • PR of
PROPOSAL
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
REMODELING FIRE DEPARTMENT
32ND STREET FACILITIES
CONTRACT NO. 2107
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen!:
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees
to furnish all labor, materials, equipment, transportation, and services to do all the work
required to complete Contract No. 2107 in accordance with the Plans (Drawing No. B- 5071 -S,
consisting of 23 sheets), the City's Standard Specifications, Standard Special Provisions
and Drawings, and these Special Provisions; and that he will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
TOTAL
PRICE
Lump Sum
Construct two story addition, and
remodel portion of existing two story
City Hall Annex, complete in place,
for the lump sum price of:
�ti�ytiDRE4 Fi iZ\ i -
Dollars
*\�u
and
c-eftts
$ 3 .cam
Lump Sum
T5 . T ' i
Remo�xisting fire si'ation bu f lding,
complete in place, for the lump sum
price of:
Dol l ars
and
TOTAL PRICE WRITTEN IN WORDS:
CONTRACTOR'S LICENSE NO. 163357
DATE 1/31/81
Telephone No. (213) 4382408
Dollars
and
GINA@ TOTAL
K_ropfli Construction Cocpany
(Bidder' Name
oriz�A ig t
CONTRACTOR'S ADDRESS 79 Ximeno Avenue, Long Beach, California 90803
June 23, 1980
CITY COUNCIL AGENDA
ITEM NO. H -2(a)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: REMODELING FIRE DEPARTMENT 32ND STREET FACILITIES (CONTRACT 2107)
RECOMMENDATION:
Adopt a resolution awarding the contract to Kropfli Construction
Company in the amount of $330,297; and authorizing the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
At 10:30 A.M. on June 12, 1980, the City Clerk opened and read three
bids for the project:
Bidder Bid
1. Kropfli Construction Co., $330,297.00
Long Beach
2. Hamilton - Tarnutzer Construction Co., Inc., $387,916.00
Costa Mesa
3. Bayside Builders & Engineering Contractors, $446,960.00
Inc., Garden Grove
The low bid is 10% above the Architect's estimate of $300,000. Funds
for the construction contract (and design) are included in the Building Excise
Tax fund (Acct. No. 27- 2397 -121) in the current budget. Funds in the amount of
$50,000 for furnishings are included in the 1980 -81 budget.
The project consists of two parts:
1. For the Fire Department administrative function, constructing
a 25- foot -long, two -story addition to the City Hall Annex,
converting the present second story annex conference room
into offices; and
2. For fire fighting and paramedic functions, raising the roof of
the apparatus room, remodeling the present living quarters, and
converting the present administrative offices into living quarters.
The low bidder is a properly licensed contractor, working mainly in
the Long Beach area. The plans were prepared by Kermit Dorius, FAIA, Architects
and Associates, of Corona del Mar. The estimated date of completion is April 19,
198 - 1��4
Benjamin B. Nolan James M. Reed
Public Works Director Fire Chief
RRM• iel
• •
RESOLUTION NO. J S0 4
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
KROPFLI CONSTRUCTION COMPANY IN CONNECTION
WITH THE REMODELING OF THE 32ND STREET FIRE
DEPARTMENT FACILITY (C -2097)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the remodeling of the 32nd Street
Fire Department facility, in connection with the plans and
specifications heretofore adopted, bids were received on the
12th day of June, 1980, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is the KROPFLI CONSTRUCTION COMPANY,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of KROPFLI CONSTRUC-
TION COMPANY in the amount of $330,297.00 for the remodeling
of the 32nd Street Fire Department facility be accepted, and
that the contract for the described work be awarded to said
bidder; and
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 June
ATTEST:
City Clerk
Mayor
1980,
kv
6/18/80
I
9.
nee
i
iu
Y
eaii�t��ioe
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: REMODELING LIDO FIRE STATION (CONTRACT 2107)
I �IIIIuIuI�`I7:Sii1P[.v
May 12, 1980
CITY COUNCIL AGENDA
ITEM NO. H -14
Approve the plans and specifications; and authorize the City
Clerk to advertise for bids to be opened at 10:30 P.M. on
June 12, 1980.
DISCUSSION:
The 1979 -80 budget contains an appropriation of $350,000 from the
Building Excise Tax Fund to remodel the Lido Fire Station. Attached is a
sketch showing the location of the project.
room.
The plan consists of two parts:
(1) For the Fire Department administrative function, constructing
a 25- foot -long two -story addition to the City Hall Annex,
converting the present second story annex conference room
into offices; and
(2) For fire fighting and paramedic functions, raising the roof
of the apparatus room, remodeling the present living quarters,
and converting the present Administrative offices into living
quarters.
A complete set of plans is on display in the City Council conference
The proposed project budget is as follows:
Construction contract $300,000
Professional fees 30,000
Miscellaneous & Contingencies 20,000
$350,000
Furnishing (to be requested in 1980 -81 budget) 50,000
Total Project $400,000
The architect is Kermit Dorius, FAIA, Architects and Associates, of
Corona del Mar. Kermit Dorius was the architect for the Council Chambers and
for the Marine Safety Department Building and subsequent addition.
s-4--
May 12, 1980 Is
Subject: Remodeling Lido Fire Station
Page 2
The tentative project
C�
(Contract 2107)
schedule is as follows:
Plans approved by City Council
City Clerk advertises for bids
Bids received
Contract awarded
Work commences
Work completed
�A -, �2 )-e4
Benjamin B. Nolan
Public Works Director
KLP:do
Att.
May
12,
1980
May
15,
1980
June
12,
1980
June
23,
1980
July
15,
1980
March
20,
1981
amen M. Reed
Fire Chief
4
X
O
4k,
L \\r
N,
00
rl
ALLEY
N II
It
g
N A
Pn
KeMOVEL 4"
0VJQS'rA1Z's pot
QUAQ.7t-Q.S
N' 00F OF:
M7
\i 1A
I
w
CowirRLY-r
ISreNZY ADDiT700 rori
FIRE DEPT ADmlo,
OFFICES
iA
fn ti
1%
X
O
4k,
L \\r
N,
00
rl
ALLEY
N II
It
g
N A
Pn
KeMOVEL 4"
0VJQS'rA1Z's pot
QUAQ.7t-Q.S
N' 00F OF:
M7
\i 1A
I
w
CowirRLY-r
ISreNZY ADDiT700 rori
FIRE DEPT ADmlo,
OFFICES
iA
fn ti
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
ss.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the abode-entitled matter. I
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to-wit:
Published May 14, 1980
........................................... ...............................
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
Califo 's dayof 11 19 80
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
This4ke is for the County Clerk's Filing Stamp
Notice - Bid
proof of Publication of
Remodeling Fire Depart.
# 2107
PROOF OF PUBLICATION
troncza"Imloarcs
SKAL» =6 will b...o.Y.d at du
osa. of ths cur chuk, cagy Rau,
N B...6: C.h1e.,ba, mtln lmao.
..m. W d -Waft" by rl pho.. am..
.iyo.p m td le► daj bl lvu, nano.
W whmh tla. 1h.s wW b. op. d .od
...d,. I. p.ra'mmp werh u 1p0.+:
amsoDV.WG PP"�ry arPABflmn
310 St'aRrlACntiraS
CCRrallCrno. C•1107
a* mwd he .ae.w.a m W. n.a
Do..0 arm .tae6d Wuh." mnhal
dem,mab %.i b d by 16. P.bla
Wod.. D.p.rhi t. Th.' ditofta
.o of 1ho pr p ..I b:m a a W ..:
W LW by 1h. bud.. km hb r.mrda.
Ruh bu =p b. a Pmw by
u h, urWYd o6 ek « BWA e. Body
made p.raYla ft, the Car e1.11wrpo
Hach; ar p .maovt pad a s1 aM'
IOp. U dtmnlbd..
d
S6. U. Nw v
d ..11 b. a y w,k d
wthe e.bW. d m..m.lap. aaam
ap m. ad.
7T. a d; d W, - IM mw Y.
compaad;..a.ad, ed phwd.m
tlw add b D a
an:
A. .
wg.
B. dap d Svbema.obn
' C.BUdat.9oad '
r. Sabmwn d "ra.ddd : -1.13
dbafYt -1 cd �� A " nuA wu.0
P. Tad6oio.4 AbLMy of impwYdOi i
A T .a.a
7' th. daum.nb .fish 'd al -
wllh du dgWan ad tltl1- d m. p.r-
I. .comp p bh. ft f. hii bud...
I. mryoi.tlool, im tlpaalaia d tlu
P.aunt ai t endd.ae � wW
yobd atd is Cbrynab Bass rhdl a;
.anal . .d Joo of •r.arhmr.
.t1, am. m me a d A • Pdrmm -'
.htP, the dgoalon d d aM
ao bu.wW b..capku Yams c W
Y.etor who bn mt. ban bP.a.d a .
chapt" 9. wim Wi f toot�ak'.'d.
Chapin ,. DIW C m d du Ba.td.a
d. P"W hk Cad.. TM aop Md
duo W.a bb tluop avmbi,'.wl
cLWIa.1an m iW prop-W.
db. ,Y , . ob m .Doan P.M.
W.k nw Y. dNd.ri .t ih.'Pobtle
worm A.P..ma1. cur a.a, swDW
GW«mt U m.aW a w M.
deabslw.. aa..gaW.d'1htl b.
rd.a ..nd m 2h . aloft. nb W
.d«n.d wuhm: 7 r«b da. tlu bid
op�7h. Ctly ha dopad the Saadud
ap.eWo.tao. m. Pablo W.A. Coa-
Wraatlao (106 rdi a) a pn by
du S.athuo c.11mma ch.pam 011"
Am.WO.. Pobha Wk. A.aW.tloa
.Dd' 1k. ApWip d. na ran' Cep'
.m d A.>.de.. Cops. =* bbYb
K4
p"y W.Ooi W b-I Illb W.
y
tbb aWmd
P� Qfm��4
C.d. .10 a0 won-A" I*" ". I
C.ldo L.Jw C.d.
uo."� -
Th. wviteatoy *MH Pa
th. Pt..W w -W -f m " Ob
". C, MY b, btOA" 1= lb.
ftbh.W.,k,D.Pmh - .'
Th. City . tb. dgbt.W --Od
., . eu bw. and
fo,.It".chbt&
p.bh& M" 14. It WD J,&p