Loading...
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