Loading...
HomeMy WebLinkAboutC-2736 - Remodel Lifeguard Headquarters and Construct New Restroom at Newport Piere'oA1r2,oc7- Z 73-6 0 0, UNCONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT [California Civil Code §3262(d)(4)] The Undersigned has been paid in full for all labor, services, equipment or material furnished to City of Newport Beach (Customer) on the job of City of Newport Beach (owner) located at Newport Pier Renovation (Job Description) and does hereby waive and release any right to a mechanic's lien, stop notice, or any right against a labor and material bond on the job, except for disputed claims in the amount of $ -0 -. Dated: June 18, 1991 FAR WEST By: RECEIVED JUN 19 1991 == tCTYOf !NEWPORT BEACH S lliam C. Kermode, Jr.✓ Owner NOTICE TO PERSONS SIGNING THIS WAIVER: THIS DOCUMENT WAIVES RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL RELEASE FORM. NOTE: This form of release complies with the requirements of Civil Section 3262(d)(4). no._vd ac arm tl coo 400000,mb CITY'*OF NEWPORT BEACH April 24, 1991 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Varkel Construction, Inc. 23141 La Cadena Drive Laguna Hills, CA 92651 (714) 644 -3005 Subject: Surety: Indemnity Company of California Bonds No.: 988054P Contract No.: C -2736 Project: Remodel Lifeguard Headquarters and Construct New Restroom at Newport Pier The City Council of Newport Beach on March 25, 1991 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on March 29, 1991, Reference No. 91- 145589. Sincerely, '�e L Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk ?. mow. City of Ne oYt'Beach 3300 Newport Boulevard Newport Beach, CA 92663 0EMPi RECORDING REQUEST PER GOVERNMENT CODE 6103 EXC � NOTICE OF COMPLETION PUBLIC WORKS 91 =1 45589 RECORDED IN OFFICIAL RECORDS OFORANGECOUNTY CALIFORNIA 3:30 MAR 2 91991 P.M. Q Yaw,&eZRECORD& '1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 3 1990 the Public Works project consisting of REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT_ NEW RESTROOM AT NEWPORT PIER (C -2736) on which Varkel Construction, `., 2k141 La t#4ena Drive, Laguna Hills, CA 92651 was the contractor, and Inde ty f fornia, 333 Wilshire, Anaheim, was the surety, was completed,,._ QR a H eFA CITX OF NEWPORT BFACH Public 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 March 27, 1991 at Newport Beach, California. Public Works 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 March 25,'1991 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 March 27, 1991 at Newport Beach, California. City Clerk 1139 I Tqr.no fA! 0�.jj cm . Mc b� o7 ) BAPIER.XLS X'ZE DA No. -i5 CITY OF NEWPORT BEACH BUDGET AMENDMENT NO. BA- 035 50.00 (TfeT"�ulget- UNCIL C." 1' Ev,POP.T BEACH eX Transfer BUDGET APPROPRIATIONS O REVENUE ESTIMATES EXPLANATION: The following budget amendment is requested to provide for; -- A a: P Increased construction costs for the remodeling of the Lifeguard Headquarters anal cor"isfruf4'dn of the Newport Pier Restroom. Capital Project - 023397530, Riverside /Cliff Resurfacing /Reconstruction is , z being reduced by a like amount. / 3 Fund Asset/ G No. Liab. No. Debit Credit Unappropriated Surplus Unappropriated Surplus Budget Appropriations Budget Appropriations C E P TRANSFER FROM: Fund Code No. 02 Dept. /Div. Acct. Code No. 3397 Acct. Name Proj. Code No. 530 Prol. Name RIVERSIDE /CLIFF RESURF /RECONST $136,905.52 C E P TRANSFER TO: Furl Code No. 2 Dept. /Div. Acct. Code No. 2897 Acct. Nave Proj. Code No. 516 Proj. Name RSTRM /LFGRD NOD IMPROV NPT PIR $136,905.52 Signed: Financial Approval: Finance Director Date Signed: Administrative Approval: City Manager Date Signed: City Council Approval: City Clerk Date Page 1 " � • FiY THE CITY C� Ut.'4 CITY OF NFL`lrOP;T 8L ::::' �--- --- ° °; ( March 25, 1991 CITY COUNCIL AGENDA ITEM NO. F -14 • TO: CITY COUNCIL APPRO Ri ) BA 035 FROM: Public Works Department SUBJECT: ACCEPTANCE OF THE REMODELING OF THE LIFEGUARD HEADQUARTERS AND CONSTRUCTION OF THE NEWPORT PIER RESTROOM (C -2736) 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 recorded in accordance with applicable portions of the Civil Code. 4. Assess liquidated damages in the amount of $1,800.00 DISCUSSION: The contract for the construction of the subject project • has been completed to the satisfaction of the Public Works Department. The bid price was $845,671.32 Amount of unit price items constructed 851,931.22 Amount of change orders 129,902.82 Total contract cost $981,834.04 The increase in the amount of the unit price items constructed was due to an enlargement of the parking area and other .site improvements adjacent to the restroom. Completion of this contract resulted in a large number of change orders, mostly involving the rehabilitation and remodeling of the Lifeguard Headquarters building; and a smaller but still significant number involving the new restroom. In the old Lifeguard Headquarters building a great deal of deterioration and structural distress was hidden, and not apparent until the work was actually commenced. Work needed to correct these conditions is characterized as "Unforeseen" in the tabulation below. In addition, in a number of instances the original materials or finish specified by the Architects proved to be not suitable for the extreme marine environment (salt air) exposure of the structures. Changes related to this problem are characterized as "Correction," as are changes needed to satisfy certain Building Code requirements. The third general category of changes, identified as "Additive," covers additional work determined to be needed during the course of the project. Listed below in numerical order is a detailed tabulation of the change orders. i Subject: Acceptance of the Remodeling of the Lifeguard Headquarters and Construction of the Newport Pier Restroom (C -2736) March 25, 1991 Page 2 1. Lifeguard (Correction) $3,313.60 Added corrosion resistant coating on the new HVAC units on the roof. The specified units were constructed of bare aluminum which would have corroded rapidly in the salt air. 2. Restroom (Correction) $2,691.45 Changed the skylight frames from plain mill finish aluminum to dark anodized for the same reason. 3. Lifeguard (Additive) $971.29 Added surfacing to a roof edge walkway to accommodate window washing. 4. Restroom (Additive) $261.18 Changed a small site retaining wall from plain to split face block to match the exterior of the restroom. 5. Lifeguard (Correction /Unforeseen) $5,647.48 Added tapered foam and fiberboard to the existing roof so the new configuration would drain; miscellaneous structural changes to the new work to accommodate the framing of the original building. 6. Lifeguard (Additive) $2,933.28 • Additional power and communications conduits as requested by the Marine Safety Department. The plans did not reflect the needs of the department for radio and telephone outlets. 7. Restroom (Additive /Correction) $990.70 Added bird blocking to deter the pigeons from nesting in the eaves and added structural beam supports as required by the Building Code. 8. Lifeguard (Correction) $5,516.21 Raised the garage wall to match the remainder of the building; changed the height of the HVAC platform and provided for access to the mansard roof as required by Building Code. 9. Lifeguard (Correction) $3,091.53 Heating system corrections to provide the intended operation; changed exterior louvers from galvanized to specially coated aluminum. 10. Restroom (Additive) $8,173.05 . Changed the toilet partitions and provided for stainless steel supports and attachments. 11. Both (Additive) $9,878.81 Provided for painting the exterior of the lifeguard building in the colors recommended by the design • consultant; and provided for tinting the restroom anti - graffiti coating to match the lifeguard building color. 12. Lifeguard (Unforeseen) $2,753.95 Provided for structural changes to the existing framing in the squad room and men's locker room required by the present Building Code. Subject: Acceptance of the Remodeling of the Lifeguard Headquarters and Construction of the Newport Pier Restroom (C -2736) March 25, 1991 Page 3 • 13. Lifeguard (Additive) $1,710.94 Provided for construction of a 3 foot deep cut -off wall for erosion protection along the seaward edge of the parking lot. 14. Lifeguard (Correction) $10,157.83 Provided for a change in the design of the fiberglass fascia in order to fit the new roof framing; modified the front entrance railings and stairs to conform to the Building Code and the Architect's revised design; and added roof drain downspouts as required by the Building Code. 15. Lifeguard (Correction /Additive) $9,371.14 Miscellaneous changes to correct errors in the plans and to conform to the Building Code; and additional framing to accommodate the tower clocks. 16. Restroom (Additive /Correction) $7,468.40 Changed the tile type and pattern from the dark mat finish as specified to a lighter colored glazed tile as recommended by the design consultant; added two drinking fountains, shown on the elevations but not called out on the plumbing plans; and enlarged.the security gates. 17. • Lifeguard (Additive /Unforeseen) $10,541.33 Changed the parking lot grades to provide better drainage; relocated the existing sewer to clear the new foundation; repaired the existing garage floor; and added siding under the exterior stairs. 18. Lifeguard (Additive) $4,795.11 Provided for changes to the interior cabinetry including locked file drawers, pencil drawers, new Cabinetry in the women's shower room; and provided for siding under the dormer eaves. 19. Restroom (Correction) $973.35 Added floor drain trap primers as required by the Building Code; and provided a water connection to the existing shower. 20. Lifeguard (Unforseen) $16,771.52 Provided for the removal of rotted framing and replacement of the floor and walls of the existing shower room. 21. Restroom (Correction) $8,929.84 Provided for structural changes and roof support required by the Building Code. 22. Both (Additive) $9,864.77 . Provided for new electrical services for the restroom, pier and parking lot lighting, pier ramp hoist, lifeguard building heat pump and Dory Fishing Fleet; and provided for stub outs for future power and telephone services to McFadden Plaza. ti Subject: Acceptance of the Remodeling of the Lifeguard Headquarters and Construction of the Newport Pier Restroom (C -2736) March 25, 1991 Page 4 `r u C 23. Lifeguard (Additive) $1,651.46 Provided for additional window coverings, vinyl stair treads and repairs to the existing front and rear decks. 24. Lifeguard (Deductive) - $1,944.25 Deleted space heaters in the under -pier workshop. 25. Restroom (Additive) $3,385..85 Added concrete paving and walks around the outside of the building. Funds for the project were budgeted in the General Fund, Account No. 02- 2897 -516 and the Tide and Submerged Lands Fund, Account No. 23- 2897 -056. The funds appropriated for the project totaled $873,250.00. Expenditures from the current appropriation are listed below: Construction Contract Southern California Edison Connection Charge Hill Partnership Architectural Services Doctor Neon Tower clock Stewart Newcomb PVC Bezels for tower clocks Sun -Pac Containers Storage Container for Lifeguard supplies Walton Electronic Alarm System Tru -Top, Inc. Materials for workbenches $981,834.04 71.68 2,914.03 9,646.94 900.00 92.00 3,925.00 117.30 DECO Electrical service pedestal for fishermen 1,063.35 • Radco, Inc. Demolition of old restroom 9,591.18 Total expenditures $1,010,155.52 C 0 r� 0 Subject: Acceptance of the Remodeling Headquarters and Construction Restroom (C -2736) March 25, 1991 Page 5 • of the Lifeguard of the Newport Pier A Budget Amendment in the amount of $136,905.52 has been prepared for Council consideration to complete the project funding. Capital Projects funding adjustments for 1990 -91 have been made allowing for these increased costs. The Contractor is Varkel Construction, Inc., of Laguna Hills. The architects are Hill Partnership (Lifeguard Headquarters), and Buchanan Architects & Associates (restroom). The contract date of completion as adjusted and agreed upon by the contractor and the City was June 15, 1990. Due to delays caused by certain items of the extra work the date of completion was postponed until July 16, 1990. The Lifeguard Headquarters Building was not completed and ready for full occupancy until August 3, 1990, 18 days beyond the revised completion date. The assessment of liquidated damages in the contract specified amount of $100 per day is recommended for this 18 day period. Since August 3, 1990, the contractor has been completing minor items of work and making corrections to the work already completed. 'nz Benjamin B. Nolan Public Works Director GPD:so 0 0 hand No. CA113950 BOND TO kFLEASE HONEY 101T11HE1.D ON STOP NOTICE Premium $131.00 KNOW ALL tLEN BY IHESE PRESENTS, That we Varkel Construction, Inc. as Principal, and Merchants Bonding Company (Mutual) a corporation orrsni.icd under the laws Of the State of Iowa and authorfr.ed to transact business in the State of California, as Surety, are held and f.iru,Iy bound ugto City of Newport Beach and any authority' or authorities, board or boards, officer or officers having con - trol over distribution of money due, or to become due under the contract, as Obligee, In the sum of Six Thousand Five hundred Fifty One Dollars and Thirty -one Cents ($ 6,551.31 )Dollars, lawful money of the United States of America, for the. payment of which well and truly to be made, the said Principal and Surety bind themselves, their heirs, executors, administrators, succes- sors and assigns, jointly and severally, firmly by these presents. MIE;RW , Principal entered into a written contract dated on or about January 3, 1990 with City of Newport Beach for "Remodel Lifeguard Headquarters and construction and new restroom at Newport Pier ))C- 2736" W911:4EAS, a certain Stop Notice under date of August 20, 1990 has been filed a�afnst payments which are due said Principal in counvctivn with said contract, in the amount of Five Thousand Two hundred Forty -one Dollars and five cents ($ 5,241.05 )Dollars, by Industrial Asphalt and b.91iiKFa1S, Principal disputes the correctness and validity of said claim so filed, .ndonte/ Z c' desires that the funds `now due Principal under the provisions of said contract shall« SWT* be delivered to Principal notwithstanding said Stop Notice. ci Mayor i [3 Councilmen .µ Y.UId, THERLFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT. if the above PrincipagAttorger s Shall fuliy H AttafneY protect the Obligee against any loss by reason of or arising out of Chc [7 MO.Dir. aci:eptance of this bond, or the release of said monies, or the payment thereto to ❑ Gen$ery W. Principal, and shell pay any sum which said claimant may recover on said claim, to- E3 f"3 & R Dir. gcther with tlik! cost of suit in said action, not exceeding the penal sum of this buncQ Plannin DIC then this obligation shall he void, otherwise to remoln in full force and effect. r3 PoACe iep 0 P.W.rrrllir ' This bond is given and accepted under and in accordance with the provision of 5ccticig othe�llG7,fi[a1Cn� 3196 of the Civil Code of the State of California. Signed, sealed and dated this 28th VA rk a Principal !iy da By: 2425- E...Gamelback Phoenixx AZ 8.5016 _. ... il) toter "Obligee" if Public Work or Contractor 's /tT net's na ,prlvnte work. (2) enter Section 3196 if public Mork or 3171 if Private Mork 1991 w State of CALIFORNIA County of ORANGE OFFICIAL SEAL CARRIE L. PRICE Notary Public - California o PRINCIPAL OFFICE IN RIVERSIDE COUNTY "� My Commission Ezp. 1226 -1992 On January M, 1991 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally known to'me or proved to me on the basis of satisfactory evidence, Mi rhaal A- (,1,+ 1237 , known to me to be the Attorney -in -Pact of MPrrhants Fionding_ Company (Mutual) , the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBLIC MEFSHANTS BONDING COOPANY - MUTUAL - DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual(, a corporation ddy organized under the laws of the Stale of Iowa, and having its pdndpal office In the City d Des Moines, County of Polk. Slate of Iowa. halh made, constituted and appointed, and does by these presents make, constitute and appoint Michael A. Quigley of Huntington Beach and State of California its true and lawful Attorney in Fact. with brit power and authority hereby conferred In its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety: any and all bonds and undertakings in its normal course of business, provided no one bond or undertaking shall exceed the sum of Five Hundred Thousand Dollars ($500,000) and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or underlakag was signed by the duty authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and ad Ilia acts of said Allorney. pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of Attorney Is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2, SECTION 6A, — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys in -Fact, and to authorize them to execute on behat of the Company, and allac h the seal of the Company thereoo, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 2, SECTION 68. — The signature ol any authorized officer and The Seal of the Company may be affixed by'lacskmile to any Power of Attorney or Cerlificalion thereof authorizing the execution and delivery of any bond undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so usecl shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and Executive Vice President. and its corporate seal to be hereto affixed, this day 4 t It of May A.D., 198 9 Attest: I MERCHANTS BOND1fWj?.tY&"Y (Mutual( w,•Opr W fir4 By lfice R•vrlem • J��,...f.ec,;;P1.i Presnlerrt STATE OF IOWA ' COUNTY OF POLK ss On this 4 t h day of M a y 19 B , before me appeared M.J. Long and Rodney Bliss Ill, to me personally known, who being by me day sworn did say that they are Vice President and Executive V" President respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing inslrurnenl, and dial the Seal affixed to the said instrument Is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first above written. v V IQWA m •. '. Ol EP STATE OF IOWA 4 g I Ai- COUNTY OF POLK u 1. M.J. Long, Vice President ol the MERCHANTS BONDING COMPANY (Mutual), do foregoing Is a true and correct copy of the POWER OF ATTORNEY, executed by COMPANY (Mutual), which is still in force and effeiit. In Witness Whereof, I have hereunto set my hard and affixed the seal of the Company at this 28th day of January 1991 This power of attorney expires Until Revoke d nou,y Ptoa,r,. a 1/y Gyr,mri�on E.ryror 8 -4 -89 above and Z 1993 +jN - c ......�Aa . M • • LABOR COMMISSIONER, STATE OF CALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement Bureau of Field Enforcement 245 W..Broadway, Suite 450 �4 1NDUsrZ Long Beach, CA 90802 (213) 590 -5466 6�'•. �1r AWARDING BODY: vi�. CITY OF NEWPORT BEACH - Works S�4re 00 Newport Boulevard evard Or CAL15'a Newport Beach, CA 96659 -1768 L J ATTN: Pat Dunigan OpTE: IN REPLY. REFER TO CASE NUMBER: December 24, 1990 27 -PW- 02656/712 FULL RELEASE OF NOTICE TO WITHHOLD FULL PROJECT NAME / CONTRACT NUMBER LIFEGUARD HEADQUARTERS & RESTROOMS C -2736 CITY OF NEWPORT BEACH PRIME CONTRACTOR Varkel Construction, Inc. 23141 La CAdena, Unit L, Laguna Hills, CA 92653 On September 7, 1990 this Division filed a NOTICE TO WITHHOLD (copy attached) on the above -named Public Works Project in the total amount due of 3 11,550.36 Please consider this Notice as a full release to our NOTICE TO WITHHOLD dated September 7, 1990 Executed on December 24, _ 19 90 , at Long Beach , California. STATE LABOR COMMISSIONER By Jo eph M. DiFrancesco cc: Varkel Construction, Inc. Indemnity Company of California C.C.C. File opta IJTTO: CJ ?1;avt�r p C: -;r.ci °men �tTi ssamer �{ morney U ii nsery Dir. i n;; 3RDir. Planning Dir p Pt,7ice Chief ,ia ? pr 4 RECEIVED JAN 2 1991 cisv C? eex Cn e os D' A' )RT 9EAP}I PW 20 (5/87) RELEASE OF NOTICE TO WITHHOLD 6 LABOR COMMISSIONER, STATE OF CALIFORNIA Qeoartment of Industrial Relations Division of Labor Standards Enforcement Oureau of Field Enforcement t 45 West Broadway, Suite 450 1NDUSpp� ong Beach, CA 90802 1 • ul:�;•, ( 213) 590 -5466 ��� • :: 1 fNAANINO Aoov: S O• CITY OF NEWPORT BEACH o3 - Public Works Department ra or 3300 Newport Boulevard eactT� LATIN: Beach, CA 92659 J Pat Dunigan PATS: 111 OMIT, OO►OO TO CASK NO1//in: September'7, 1990 27 -PW- 03526/712 NOTICE TO WITHHOLD ROI6CT NANR 1 CONTRACT NYNDeA LIFEGUARD HEADQUARTERS REMODEL & RESTROOMS C -2736 I tRHAK CONTRACTOR Varkel Construction Inc. 23141 La Cadena Unit L Hills CA 92653 Y"C .... ACTON "All See attachment A Enclosed are a NOTICE OF WAGES OWED•and NOTICE OF PENALTY ASSESSMENT pertaining to the above -named project. You ai r? to withhold and retain from any payments due the general contractor the total amount I of $ which is the sum of aU "wages and penalties forfeited 1 Labor Code Section 1727 as evidenced•bv the attached Notice of Wanes pursuant to the provisions of Owed and Noticetsl of Penaltv Assessment. If you receive notice of a suit filed by the contractor to recover the prevailing wages and /or the Penalties i Labor Code Section 1731 requires you retain the above stated sum pending the outcome of the suit. It no such notice of suit is received within the 90 day period after cessation acceptance, or completion of the project. all monies withheld shall be remitted to this office. If within the aforementioned period, the contractor consents in writing with the Notice of Wages Owed and /or Notice of Penalty Assessment, the amount withheld shall be remitted to this office. I declare under penalty of perjury as follows: I am an authorized representative acting for the State Labor Commissioner. 1 execute this Declaration on behalf of the workers whose names are set forth on the attached notices. 1 have read the foregoing Notice to Withhold and 1 have made an investigation of the facts relating thereto, and based on all the facts known to me at this time and based on all of the statements and information given to me at this time, I am informed and believe that the foregoing Notice to Withhold is true and correct, and that the facts have been found to support this Notice. Sincerely, STATE LABOR COMMISSIONER J9s ' By �t s+ l✓ /n- a4 J�oseFph M. DiFrancesco rw • is 101671 .... I NOTICR TOwITHHOL6p • „r TO: STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS City of Newport Beach C - z7.36 RECEEVED DEC 19 1990 CI C1 (" ERK cfri' Of. Nf. El gEp.GB (Name of owner, construction lender or public officer) 3300 Newport Blvd., P.O. Box 1768, Newport Beach, CA 92658 -8915 _ _ HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant. Far West Specialties, 2950 W Central, 96, Santa Ana, CA 92704 (Name and address) has furnished or has agreed to furnish Toilet Compartments/Accessories (labor, services, equipment, materials) of the following kind Installation of same (general description of labor, services, equipment or materials) to or for Varkel Construction, Inc. for the work improvement, located at, or known as: (name of person to or for whom furnished) Lifeguard Hdqtrs Remodel & Restromms (address, regal descriplion, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 8955_40 The amount in value of that already done or furnished by claimant is $ 8955.40 Claimant has been paid the sum of $ 8064.80 _, and there remains due and unpaid the sum of $ 890 - 60 plus interest thereon at the rate of 7% per cent per annum from 7/18/90 19 —. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: December 14, 1990 Far West Spprialt - ;PS Name of Claimant STATE OF CALIFORNIA Orange ss. COUNTY OF 1 i 2950 W Central, #6, Santa Ana, CA 92704 Address of Claimant t �I< ©�TcME oa�s�SOOOQO�i9 William C. Kermode. Jr. , being duly sworn, deposes and says: That —he is the person(s) who signed the foregoing Stop Notice; that _he has read the same and knows the contents thereof to be true of h_ own knowledge, except as to any matters or things that may therein be stated an h— information and belief and as to those matters and things —he believes them to be true. /// Z� / William C. Kermode, Jr. Owner Subscribed and sworn to before me this— ,�—`�} —day of �ES�mdE'P 19� OFFICIAL: �// PAIRILL40'SUWVAN / / m norA9r wauc. uraanw Notary Public and in and for said State DUKE COUNTY iwy Comm nitres June 7,1991 TLl standard form oovm more usual problm to the Sold lndteated, bdom you Z read R real tm dl blob, {TOP NOTICE and male cbaugw popet m your emns oOm. Cooault a lwyer U you doubt the foama fibmas for Your saspeM. WOLCOTTes FORM spa —Ray. 2.71 Ipn.Cq 0) S 0 0 LABOR COMMISSIONER, STATE OF CALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement Bureau of Field Enforcement Suite 450 RECEIVED 245 W. Broadway, Long Beach, CA 90802 NOV is 1990 (213) 590-5466 CITY CffRK CITY OF EW BECH N PORY AWARDING BODY: F CITY OF NEWPORT BEACH Public Works Department a OPCALV/ 3300 Newport Boulevard L Newport Beach, CA 96659-1768 ATTN: Pat Dunigan DATE: REFER 10 CASE NUMBER: November 13, 1990 7-PW-02656/712 PARTIAL RELEASE OF NOTICE TO WITHHOLD PARTIAL PROJECT NAME / CONTRACT NUMBER LIFEGUARD HEADQUARTERS & RESTROOMS C-2736 CITY OF NEWPORT BEACH PRIME CONTRACTOR Varkel Construction, Inc. 23141 La Cadena, Unit L, Laguna Hills, CA 92653 On September 7, 1990 this Division filed a NOTICE TO WITHHOLD (copy attached) on the above-named Public Works Project in the total amount due of S 11, 550.36 R t" Please consider this Notice as a W a �rlela1 s : t * o our NOTICE TO WITHHOLD dated September 7, - 1990 Executed on November 13 -, 19 90 , at Long Beach , California. STATE LABOR COMMISSIONER By A. V Joseph M. DiFrancesco cc: Varkel Construction, Inc. Castillo Concrete Cutting & Demolition Priesteel Corp. S.E.A. Constructors Indemnity Company of California C.C.C. PW 20 (5/87) Castillo Concrete Cutting $443.60 Priesteel Corp. $873.20 S.E.A. Construc rs $722.65 SENTTO: $2,039.45 Q rc,4r-1c1!meft 11-6 & R Dir. o Planning ❑ Police Chief Ydp.w " Dir ie RELEASE OF NOTICE 'roW1i14kbL LABOR commissIONER. STATE OF CALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement ' Oureau of Field Enforcement 45 West Broadway, Suite 450 1NDusp ongg Beach, CA 90802�'� ..•'Wily ,( X213) 590 -5466 ;rA„ CQ�� fMaae,NC —or: r�o 1 Z h= CITY OF NEWPORT BEACH ►�Te Public Works Department or rAUroa`o' 3300 Newport Boulevard L Newport Beach, CA 92659 J 1 AM: Pat Dunigan „Ta1 NY Re ►LT, BRIO, TO CAfa MOMeaRt SgQtember 7, 1990 27 -PW- 03526/712 NOTICE TO WITHHOLD Nora CT "AMC / CONTRACT MYMRaR LIFEGUARD HEADQUARTERS REMODEL & RESTROOMS C -2736 R,NC CONTRACTOR ' ��.•CRMTRA�T,arkel Construction, Inc. 23141 La Cadena, Unit L, Laguna Hills, CA 92653 See attachment "A" f Enclosed are a NOTICE OF WAGES OWED and NOTICE OF PENALTY ASSESSMENT pertaining to the above -named project. You If to withhold and retain from any payments due the general contractor the total amount 1 of $ which is the sum of all.wagas and penalties forfeited pursuant to the provisions of Labor Code Section 1727 as evidenced•bv the at ached fVotice of Wages Owed and Notice(s) of Penalty Assessment. If you receive notice of a suit filed by the contractor to recover the prevailing wages and /or the Penalties Labor Code Section 1731 requires you retain the above stated sum pending the outcome of the suit. If no such notice of suit is received within the 90 day period after cessation acceptance, or completion of the protect, ail monies withheld shall be remitted to this office. If within the aforementioned period, the contractor consents in writing with the Notice of Wages Owed and /or Notice of Penalty Assessment, the amount withheld shall be remitted to this office. I declare under penalty of perjury as follows: 1 am an authorized representative acting for the State Labor Commissioner. 1 execute this Declaration on behalf of the workers whose names are set forth on the attached notices. I have read the foregoing Notice to Withhold and I have made an investigation of the facts relating thereto, and based on art the facts known to me at this time and based on all of the statements and information given to me at this time, I am informed and believe that the foregoing Notice to Withhold is true and correct, and that the facts have been found to support this Notice. Sincerely, STATE LABOR COMMISSIONER By 4 Joseph M. DiFrancesco Iw • 11 isn„ NOTici To wirif"OLO LABOR COMMISSIONER. STATE OF CALIFORNIA OEeartment of industrial Relations Division of Labor Standards Enforcement BUREAU OF FIELD ENFORCEMENT 245 West Broadway, Suite 450 Long Beach, CA 90802 (213) 590 -5466 .cnv: F CITY OF NEWPORT BEACH Public Works Department „ 3300 Newport Boulevard.:. L Newport Beach, CA 92659 J 7, 1990 NOTICE OF PENALTY ASSESSMENT REKT. *erg* TO Cue 27 -PW- 02526/712 PROJECT NAM[/ CONTRACT NYMeeR LIFECIIARD HEADQUARTERS REMODEL. & RFSTROOMS C -2736 TRIMS CONTRACTOR Varkel Construction, Inc. 23141 La Cadena, Unit L, Laguna Hills, CA 92653 See attachment "A" This office has determined that the above -named contractor(s) ha• jailed to pay the prevailing wages as required by Labor Code Sections 1774 and 1815 to laborers ind /or mechanics engaged in the execution of the above public works contract. Therefore, the j ,iiowing assessment is made as per Labor Code Sections 1775 and 1813: . 97 Penalties -for itfWIjht`''time work paid at �es4 4tijn�he prevailing wage rate at 525.00 per worker per day per violation equals $ __t_ 6 Penalties for overtime• work paid at less than O�thte prevailing wage rate at $25.00 per worker per day per violation equals $ 125. W __ 103 _ Total number of violations Total sum due $ 14550M - This Notice is given pursuant to the provisions of Section 1727 of the Labor Code. You are hereby required, pursuant to said section to withhold any and all payments -,hich are or hereafter may become due to the contractor herein above named to the extent of the total claim as hereinabove shown. Executed on September 7, ,1990 at Long Beach STATE LABOR COMMISSIONER By V Joseph M. DiFrancesco cc: Prime Contractor Subcontractor Bonding Company . California. NOTICE O► PENALTY ASSESSMENT W - It (stet( 0 CASTILLO CONCRETE CUTTING & DEMOLITION 16252 Construction Circle Ease V Irvine, CA 92714 Wages Owed: $ 193.60 Penalties : $ 250.00 10 @ $25.00 TOTAL DUE : $ 443.60 KEYSTONE AIR CONDITIONING 7581 Anthony GardenGrove, CA 92641 Wages Owed: $ .31.40 Penalties : $ 100.00 Training . $ TOTAL DUE : $ 131.40 S.E.A. CONSTRUCTORS 1200 Shellmaker Road Newport Beach, CA 92660 Wages Owed: $ 388.57 Penalties : $ 500.00 Training : $ 9.08 TOTAL DUE : $ 897:65 PRIESTEEL CORPORATION P.O. Box 432 930 Lawrence Street Placentia, CA 92670 Wages Owed: $ 640.56 Penalties : $ 225.00 Training : $ 7.64 TOTAL DUE: $ 873.20 VARKEL CONSTRUCTION, INC. 23141 La Cadena Dr., Unit L Laguna Hills, CA 92653 Wages Owed: $7,704.51 Penalties : $1,500.00 TOTAL DUE : $9,204.51 4 @ $25.00 25 @ $25.00 9 @ $25.00 60 @ $25.00 ATTACHMENT "A" 40 le V j)L*G iAS i � �Y r y ��y [ 0/ Yy(, l�F^ +I^ (`i' ����� W�0 �,9��., �� �d� ��� �: � ��'� `f. ;� � _/ ,_ owva: - - -- IN RVLY, R[FiR TO cwal nu Maa R: September 7. 1990 27 -PW- 03526/712 FROIKCT RANK / CONTRACT LIFEGUARD NOTICE TO WITHHOLD REMODEL & RESTROOMS C -2736 'RIME CONTRACTOR Varkel Construction, Inc. 23141 La Cadena, Unit L, Laguna Hills, CA 92653 SOe•CONTRACTOR See attachment "A" Enclosed are a NOTICE OF WAGES OWED and NOTICE OF PENAL Y ASSESSMENT pertaining to the above-named project. You aiii dirmtPTf6to withhold and retain from any payments due the general contractor the total amount of $ s which is the sum of alJ. wages and penalties forfeited pursuant to the provisions of Labor Code Section 1727 as evidenced by the attached Notice of Wages Owed and Notice(s) of Penalty Assessment. If you receive notice of a suit filed by the contractor to recover the prevailing wages and /or the Penalties Labor Code Section 1731 requires you retain the above stated sum pending the outcome of the suit. It no such notice of suit is received within the 90 day period after cessation, acceptance, or completion of the project, all monies withheld shall be remitted to this office. If within the aforementioned period, the contractor consents in writing with the Notice of Wages Owed and /or Notice of Penalty Assessment, the amount-withheld shall be remitted to this office. I declare under penalty of perjury as follows: I am an authorized representative acting for the State Labor Commissioner. 1 execute this Declaration on behalf of the workers whose names are set forth on the attached notices. I have read the foregoing Notice to Withhold and I have made an investigation of the facts relating thereto, and based on all the facts known to me at this time and based on all of the statements and information given to me at this time, I am informed and believe that the foregoing Notice to Withhold is true and correct, and that the facts have been found to support this Notice. Sincerely, STATE LABOR COMMISSIONER Joseph M. DiFrancesco ►W - 13 l5/471 NOTICE TO WITNNOLO Data 0 Mayor ❑ Ccuncitmen plpdanager Attorney ❑ BSdg. Oir. r `. ❑ GenSery Dir.- ❑ Fb 8 R Dir. • planning Ok • Pence Chid 1O.W. 04 LABOR COMMISSIONER, STATE OF CALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement Bureau of Field Enforcement��� 245 West Broadway, Suite 450 Nov 14 1990 Long Beach, CA 90802 Apr CLERK (213) 590 -5466 NMRi�BEAN •NwROIN<(a'oev: I CITY OF NEWPORT BEACH Public Works Department 3300 Newport Boulevard LNewport Beach, CA 92659 J ATTN: Pat Dunigan owva: - - -- IN RVLY, R[FiR TO cwal nu Maa R: September 7. 1990 27 -PW- 03526/712 FROIKCT RANK / CONTRACT LIFEGUARD NOTICE TO WITHHOLD REMODEL & RESTROOMS C -2736 'RIME CONTRACTOR Varkel Construction, Inc. 23141 La Cadena, Unit L, Laguna Hills, CA 92653 SOe•CONTRACTOR See attachment "A" Enclosed are a NOTICE OF WAGES OWED and NOTICE OF PENAL Y ASSESSMENT pertaining to the above-named project. You aiii dirmtPTf6to withhold and retain from any payments due the general contractor the total amount of $ s which is the sum of alJ. wages and penalties forfeited pursuant to the provisions of Labor Code Section 1727 as evidenced by the attached Notice of Wages Owed and Notice(s) of Penalty Assessment. If you receive notice of a suit filed by the contractor to recover the prevailing wages and /or the Penalties Labor Code Section 1731 requires you retain the above stated sum pending the outcome of the suit. It no such notice of suit is received within the 90 day period after cessation, acceptance, or completion of the project, all monies withheld shall be remitted to this office. If within the aforementioned period, the contractor consents in writing with the Notice of Wages Owed and /or Notice of Penalty Assessment, the amount-withheld shall be remitted to this office. I declare under penalty of perjury as follows: I am an authorized representative acting for the State Labor Commissioner. 1 execute this Declaration on behalf of the workers whose names are set forth on the attached notices. I have read the foregoing Notice to Withhold and I have made an investigation of the facts relating thereto, and based on all the facts known to me at this time and based on all of the statements and information given to me at this time, I am informed and believe that the foregoing Notice to Withhold is true and correct, and that the facts have been found to support this Notice. Sincerely, STATE LABOR COMMISSIONER Joseph M. DiFrancesco ►W - 13 l5/471 NOTICE TO WITNNOLO Data 0 Mayor ❑ Ccuncitmen plpdanager Attorney ❑ BSdg. Oir. r `. ❑ GenSery Dir.- ❑ Fb 8 R Dir. • planning Ok • Pence Chid 1O.W. 04 • LABOR COMMISSIONER, STATE OF CALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement BUREAU OF FIELD ENFORCEMENT 245 West Broadway, Suite 450 Long Beach, CA 90802 (213) 590 -5466 AWARO1N0 aIOOT: CITY OF NEWPORT BEACH Public Works Department 3300 Newport Boulevard L Newport Beach, CA 92659 ATTN• Pat Dunigan 'J DATE: September 7, 1990 NOTICE OF PENALTY ASSESSMENT E IN R91I.1. ASI.SR TO CASE MUMMER: 27 -PW- 02526/712 PROJECT NAME / CONTRACT NUMBER LIFEGUARD HEADQUARTERS RE40DEL & RESTROOMS C -2736 .RIMS CONTRACTOR Varkel Construction, Inc. 23141 La Cadena, Unit L, Laguna Hills, CA 92653 See attachment "AI' This office has determined that the above -named contractor(s) ha 'ailed to pay the prevailing wages as required by Labor Code Sections 1774 and 1815 to laborers ind /or mechanics engaged In the execution of the above public works contract. Therefore, the , ;]owing assessment is made as per Labor Code Sections 1775 and 1813: 97 Penalties - -for straight time work paid at Ies! 4t�.In0ahe prevailing wage rate at $25.00 per worker per day per violation equals $ -1 6 Penalties for overtime work oaid at less than e prevailing wage rate at $25.00 per worker per day per violation equals $ _125A _103 _ Total number of violations Total sum due $ 2,_,,50 ,40 • This Notice is given pursuant to the provisions of Section 1727 of the Labor Code. You are herebv required, pursuant to said section to withhold any and all payments :,hich are or hereafter may become due to the contractor herein above named to the extent of the total. claim as hereinabove shown. Executed on September 7, _. , 1990 , at Long Beach STATE LABOR COMMISSIONER By PE _ ?. Joseph M. DiFrancesco cc: Prime Contractor Subcontractor Bonding Company , California. NOTICE OF PENALTY ASSESSMENT F W — 16 15/17) ._ .. i i il. 0 1�1 CASTILLO CONCRETE CUTTING & DEMOLITION 16252 Construction Circle Ease #D Irvine, CA 92714 Wages Owed: $ 193.60 Penalties $ 250.00 10 @ $25.00 TOTAL DUE $ 443.60 KEYSTONE AIR OONDITIONING 7581 Anthony Garden Grove, CA 92641 Wages Owed: $ 31.40 Penalties : $ 100.00 4 @ $25.00 Training . $ TOTAL DUE : $ 131.40 S.E.A. CONSTRUCTORS 1200 Shellmaker Road Newport Beach, CA 92660 Wages Owed: $ 388.57 Penalties : $ 500.00 25 @ $25.00 Training : $ 9.08 TOTAL DUE : $ 897.65 PRIESTEEL CORPORATION P.O. Box 432 930 Lawrence Street Placentia, CA 92670 Wages Owed: $ 640.56 Penalties : $ 225.00 9 @ $25.00 Training : $ 7.64 TOTAL DUE: $ 873.20 VARKEL CONSTRUCTION, INC. 23141 La Cadena Dr., Unit L Laguna Hills, CA 92653 Wages Owed: $7,704.51 Penalties : $1,500.00 60 @ $25.00 TOTAL DUE : $9,204.51 ATTACHMENT "At' I i I qn COMMISSIONER, STATE OF CAL IA rpartment of Industrial Relations tvi aon of Labor Sts"ards Enforcement ureau of Field Enforcement ,45 West Broadway, Suite'450 aong Beach, CA 90802 '.213) 590 -5466 NNe CONTRACTOR: ^l INC. 1 VMEL CONSMUCTION, NC 23141 I.a Cadena, Unit L Laguna Hills, CA 92653 L ATIN: Snaier Z. Varkel J TEi September 7, 1990 NOTICE OF PAYMENT DUE N, 27- PW- 02656/712 OJECT/ CONTRACT NONOan AND AOONCes LIFEGUARD HEADQUARTERS & RES ROOMS C -2736 CITY OF NEWPORT BEACH lee AND ADONEee OF CONTRACTOR Castillo Concrete Cutting & Demolition 16252 Construction Are -Ease P. Irvine. CA This Division has completed an investigation Into the payment of wages to employees of the contractor named above while employed on therabove Public Works Protect. The investigation revealed the foilowing violations of the California Labor Code by the Contractor: 1. $ 193.60 wages determined to be due based on the failure of the contractor to pay the contract veto and for the actual number of hours worked by 2 employees on the )ob. Labor Code Section 1774. 2. $ 250.00 Penalty due for paying less than the stipulated prevailing ratan: Violations at $25.00 per violation. Labor Code Section 1775. 3. $ Penalty due for failure to Beep and /or furnish required payroll ncordst Violations at $25.00 per violation. Labor Code Section 1776(f). 4. $ Penalty due for failure to comply with working hours requirements: Violations at $25.00 per violation. LOW Code Section 1813. S. $ Training Fund contributions determined to be due. classification/Worker 443.60 6. $ TOTAL AMOUNT DUE AND PAYABLE t Demand is hereby made to you for the total amount as shown above. Payment shall be expected within ten days. If these amounts are disputed, advise this office In writing within tan days as to the basis of the dispute and any amounts you concede to be due. This letter also constitutes.a notice to ceeso and desist violations previously noted. Continued violations of this type will result In additional unpaid wages becoming due and additional penalties assessed under Labor Code Sections 1775. 1776. and 1613. i STATE LABOR COMMISSIONER i By (� N - ccr SubJto °ntrfctoM. DiFrancesco Bonding Company P w -17 tate7f rwtict or ►Araltrrr ovt 8QR C� OMMISSIONER, STATE OF CALIF IA ipattment of lodustrfal Relations vision of Labor Standards Enforcement ureau of Field Enforcement 45 West Broadway, Suite'450 one Beach, CA 90802 213) 590 -5466 le CONTIrIACfOIIt 1 VARKEL CONSTRUCTION, INC. 23141 La Cadena, Unit L Laguna Hills, CA 92653 L ATTN: Snaier Z. Varkel J Seotember 7. 1990 NOTICE OF PAYMENT DUE 27- PW- 02656/712 aJa CT I CONTRACT NUMDee AND ADONeae - LIFEGUARD HEADQUARTERS & RESTROOMS C -2736 CITY OF NEWPORT BEACH We AND AOOSeas or CoNTNACTee ystone Air Conditioning 7581 Anthony Garden Grove, CA 92641 i This Division has completed an investigation Into the payment of wages to employs" of the contractor named above while employed on the above Public Works Project. The investigation revealed the following violation" of the California labor Code by the Contractor: 1. $ 31.40 Wages determined to be due based on the failure of the contractor to 3 pay the contract rate and for the actual number of hours Narked by employees on the job. Labor Code Section 1774. i i 2. S Penalty due for psykig less than the stipulated prevailing rates Violations at $26.60 per'violation. Labor Code Section 1775. 3. S Penalty duo tar failure to keep and /or furnish required payroll records: Violations at $25.00 par violation. Labor Coda Section 1776(6. 4. $ 4 Penalty due for failure to comply with working hours requirements ^�^ Violations at S2S.00 per violation. Lsbof Coda Section 1813. S. f Training Fund contributions determined to be due. Classificatlon/W orkar 131.40 6. i TOTAL AMOUNT DUE AND PAYABLE Demand Is hereby made to you for the total amount as shown above. Payment dull be expected within ten days. If these amounts are disputed, advise this office In writing within ton days as to the basis of the dispute and any amounts you concede to be doe. This tatter also Constitute a notice to csse and desist violations Previously notad. Continued violations of this type will result in additional unpaid wages becom►ng Out and additional penalties assessed under Labor Code Sections 1775. 1776, and 1813. S'rATE LABOR COMMISSIONER By 9": 4: 4"rJosefti M. DiFrancesco cct Subcontractor Bonding company /w -17 w1871 MOT{o[ OF fAVM[MT out i 300 COMMISSIONER, STATE OF CALIFO A 4dtbent Of Industrial Relations Won of Labor Standards Enforcement reau of Field Enforcement S West Broadway Suite'450 ngg Beach CA 90902 13) 590 -5466 VARKEL 00)STRUCrICN, INC. 23141 La Cadena, Unit L Laguna Hills, CA 92653 L ATIN: Snaier Z. Varkel J f: IN core \T. eVd f0 CMe NYYee A: ! September 7, 1990 27 -PW- 02656/712 i i. NOTICE OF PAYMENT DUE lsaT r CONTNAC/ N11Ye10e A" AOeAtee LIFEGUARD HEADQUARLM & REST M6 C -2736 CITY OF NEWPORT BEACH e ANO AOeeele Of Con"AcTon i siesteei Corporation 930 Lawrence Street, Placentia, CA 92670 This Division has completed an Investigation Into the payment of wages to employees of the contractor named above while employed on the above Public Works Project The Investigation revealed the f allowing violations of the Californla Labor Code by the Contractor: 1.$ 640.56 Wage, determined to be due based on the failure of the Contractor to pay the contract rate and for the actual number of hours w*rked by 3 employees on the job. Labor Code Section 1774. 2.-$ .200.00 Penalty due for paybig toss than the stipulated prevailing ratan �— Violations at $25.(l0 per'violation. Libor Code Section 1773. 3, $ Penalty due for failure to keep and /or furnish required payroll records: Violations at $25.00 per violation. Libor Code Section 1776(f). 4. $ 25.00 Penalty due for failure to comply with working hours reouirementst 1 Violations at $25.00 par violation. Labor Code Section IS 13. S. $ 7 -AG Training Fund contributions determined to be due. ciassificattonjWorker Ironworker 6. S 873.20 TOTAL AMOUNT DUE AND PAYABLE Demand Is hereby made to you for the total amount as shown above. Payment shall be expected within tan days. If these amounts are disputed, advise this office in writing within ten days as to the basis of the dispute and any amounts you concede to be due. This letter also constitutes a notice to case and da*t violations previously noted. Continued violations of this type will result In additional unpaid wages becoming due and additional penalties assessed under Labor Code Sections 1775, 1776, and 1813. ' STATE LABOR COMMISSIONER 13Y %0401V'A, P J oseph M. DiFrancesco Cc: Subcontractor Bonding Company e w -r 1 16/671 NOTIce or eAYMtNT Out tipartment of inauntnal Kautlons ivision of Labor Standards Enforcement luread of Field EnEorceme 143 West Broadway, Suite'4 :ong Beach, CA 90802 ;213).590-5466 lime CONTRACTOR: VARKEL CONSTRUCTION, INC. 23141 La Cadena, Unit L laguna Hills, CA 92653 L ATIN: Snaier Z. Varkel J .AM September 7, 1990 9Pt,T, ReFSN TO CAS[ NDNDAA: 27 -PW- 02656/712 NOTICE OF PAYMENT DUE •ROr[CT I CONTNACT NU MSG* AND AeeneeS - LIFEGUARD HEADQUARTERS & RESTROOMS C -2736 CITY OF NEWPORT BEACH Wfir This Division has completed an Investigation Into the payment of wages to employees of the contractor named above while employed on the above Public Works Project. The investigation revealed the following violations of the California Labor Code by the Contractors I. s 388.57 Wages determined to be due based an the failure of the contractor to pay the contract rate and for the actual number of hours worked by 4 employees on Me job. Labor Code Section 1774. 2. $ 75.00 Penalty due for paykp Ion than the stipulated prevailing rates: -- Violations at $25.1m par violatkm. Labor Coda Section 1775. 3, $ Penalty due for failure to keep and /or furnish required payroll recordst Violations at $25.00 per violation. Labor Code Section 1776(f). 4. $ 100.00 Penalty due for failure to comply with working hours requirementss 4 Violations at 525.00 per violation. Labor Coda Section 1813. 5. i 9.08 Training Fund contributions determined to be due. Classification/Worker Piledriver 6. i . 897.65 TOTAL AMOUNT DUE AND PAYABLE Demand is hereby made to you for the total amount as shown above. Payment shall be expected within ten days. If these amounts are disputed, advise this office In writing within ton days as to the basis of the dispute and any amounts You concede to be due. This letter abe constitutes _a notice to Coast and desist violations previously noted. Continued violations of this type will result In additional unpaid wages becoming due and additional penalties assessed under Labor Coda Sections 1775. 1776, and 1813. STATE LABOR COMMISSIONER ByNa'7s /• Joseph M. DiFrancesco cc: Subconp actor Bonding Company Pw -r7 15071 NOTICt OF PAV M[NT Out LABOR COMMISSIONER. STATE OF CALI� Depirtmeht of Industrial Relations Division of Labor Standards Enforcement Bureau of Field Enforcement 245 West Broadway, Suite 450 Long Beach, CA 90802 (213).590-5466 FRWe CONTRACTOR: I VARKEL CONSTRUCTION, INC. 23141 La Cadena, Unit L Laguna Hills, CA 92653 L ATIN: Snaier Z. Varkel J DATR: IN RRFIY, RZFRR To CASW Nu NRRR: September 7, 1990 1 27 -FW- 02656/712 NOTICE OF PAYMENT DUE CITY OF NEWPORT BEACH This Division has completed an investigation Into the payment of wages to employees of the contractor named above while employed on the above Public Works Project. The Investigation revealed the following violations of the California Labor Code by the Contractor: 1.$ 7,704.51 Wages determined to be due based on the failure of the contractor to 1 pay the contract rate and for the actual number of hours worked by employees on the job. Labor Code Section 1774. 2.$ 1 500 00 r Penalty due for payihq less than the stipulated prevailing rates: BD Violations at $25.00 per violation. Labor Code Section 1775. 3. $ Penalty due for failure to keep and /or furnish required payroll records: Violations at $25.00 per violation. Labor Code Section 1776(f). 4. $ Penalty due for failure to comply with working hours requirements: Violations at $25.00 per violation. Labor Code Section 1813. S. $ Training Fund contributions determined to be due. Classif icatlon/W orker 04.51 TOTAL AMOUNT DUE AND PAYABLE 6. $ 9 +2 Demand is hereby made to you for the total amount as shown above. Payment shall be expected within ten days. It these amounts are disputed, advise this office in writing within ten days as to the basis of the dispute and any amounts you concede to be due. This letter also constitutes _a notice to cease and desist violations Previously noted. Continued violations of this type will result in additional unpaid wages becoming due and additional penalties assessed under Labor Code Sections 1775. 1776. and 1813. STATE LABOR COMMISSIONER By fo'Joseph M. DiFrancesco cc: Subcontractor Bonding Company F W -17 (6/67) NOTICE OF PAYMENT DV[ Stop Notice C - z ALIFORNIA CIVIL CODE SECTION S�JS NOTICE TO City of Newport Beach, Department of Public Works (Name of Construction Lender, Public Body or Owner) P.O. Box 1768, Newport Beach, California 92658 (Address) cc rrcc 11``'' (If Private Job — file with responsible officer or person at office or branch of construction IenderQ�fteAi3t�rrjM the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) c 19 l�a�� (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty T�Pke payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) H�c4oarero Prime Contractor. Varkel Construction Sub Contractor (If Any) Anderson Asphalt Owner or Public Body: City of Newport Beach Improvement known as Newport Beach Lifeguard Pier (Name and address of project or work of improvement) in the City of Newport Beach County of Orange State of California. Industrial Asphalt Claimant, a Partnership (Claimant) (Corporation/Partnership/Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is Anderson Asphalt 1501 Susan, The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was Asphaltic Concrete and Related Materials Total value of labor, service, equipment, or materials agreed to be furnished......... $ 5,241.05 Total value of labor, service, equipment, or materials actually furnished is............ $ 5,241.05 Credit for materials returned, if any ............................... ............................... $ None Amount paid on account, if any .................................... ............................... $ None Amount due after deducting all just credits and offsets ...... ............................... $ 5.241.05 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 9-941 _05 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached. (Bond required with Stop (is /is not) Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date upust 20. 1990 Name of Claimant Industrial Asphatr (Firm Name) P.O. Rnx 2201 v\ - (Mai irtg Address) 1a t,►1T�.,1 y T cm By cc.— O 1e (Signalurfl w 6ot� (f trial Capacity) VERIFICATION ccocco��i I, the undersigned, state: I am the Credi ('Agent o "President o '; 'ii Partner of; "Owner oJ'; etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or delcare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on August 20 19 (In at State of REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed: (Claimant must enclose self addressed stamped envelope) BIG FORM 4 (FSNOQ 111189 STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS TO:. CITY OF NEWPORT BEACH, CITY CLERK (Name of owner, construction lender or public oficefl P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, - Z7 3b R RECEIVED �wg90 at VOW _, HOLDER OF FUNDS. CASTILLO CONCRETE CUTTING & DEMOLITION, 16252 CONSTRUCTION CIRCLE E „ l /D, IRVINE, CA (Name and address) J 92714 has furnished or has agreed to furnish BOBCAT WORK, CHIPPING (labor, services, equipment, materials) of the following kind CHIPPING, BREAK & REMOVE (general description of labor, services, equipment or materials) to or for VARKEL CONSTRUCTION _ for the work improvement, located at, or known as: (name of person to or for whom furnished) LIFEGUARD MARINE HEADQUARTERS NEWPORT PIER, NEWPORT BEACH, CA _. (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or lufnlshed by claimant is $ 7,100.00 _ The amount in value of that already done or furnished by claimant is $7,100.00 _ - -.__. _ Claimant has been paid the sum of $ 2 550,00 and there remains due and unpaid the sum of $—Aa, .00 plus Interest thereon at the rate of 77 per cent per annum from ... JUNE 1, 19 90 YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated. JUNE 12, 1990 CASTILLO CONCRETE CUTTING & DEMOLITION Name of Claimant 16252 CONSTRUCTION CIRCLE EAST, #D TRVTNE, C 99714 Address of Claimant STATE OF CALIFORNIA / } ss. COUNTY OF ORANGE L. BRAD KAPLAN _ ,being duly sworn, deposes and says! That —he is the persons) who signed the foregoing Stop Notice; that —he has read the same and knows the contents thereof to be true of his own knowledge, except as to any matters or things that may therein be stated on IT j S information and belief and as to those matters and things —he believes them to be true. PRESIDENT Subscribed and sworn to before me r t this /-z �day of 19 570 . F r, t on star Public and in and for said State -d ' Ir' r ,�, ��sv Dif. OFFICIAL Ea ir, JED . noraaY PUauC - crag OlaaA .S't CiR1R� i)!t. 14D OMNGE COUNTY ff -1 y?t vv(�tt�. "�Ylelf Aty Comm. E:Oires May 30, 1992 This standard form even most mmd problems In the aeld lnd ted�}lerbt8'yw sign, reed ft, fill In all blurb, SIOP NOTICE and make changes proper to your bamection. Comult a 1."y 'Eq ✓ ubt the form" amen for you, purpose. WOLCOTTB FORM 994 —p[v. 2A3 (price class al A j` �� 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: January 4, 1990 SUBJECT: Contract No. C -2736 Description of Contract Remodel Lifeguard Headquarters and Construct New Restroom at Newport Pier Effective date of Contract January 3, 1990 Authorized by Minute Action, approved on November 27, 1989 Contract with Varkel Construction. Inc. Address 23141 La Cadena Drive Laguna Hills, CA 92651 Amount of Contract (See Agreement) " s 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT December 28, 1989 TO: (1) CITY ATTORNEY (2) MAYOR (3) CITY CLERK FROM: Laura Perrone Public Works Department SUBJECT: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 Attached are four (4) sets of Contract documents, duly executed by Varkel Construction for the above project. Also attached is a "fax" received from Varkel indicating that they do have Workmen's Compensation Insurance. Their insurance company is following up this "fax" with a copy in the mail. (1) CITY ATTORNEY Robin - Please sign all four Contracts where indicated by the "orange" clips, and forward to the Mayor's Office for signature. (2) MAYOR If approved, please sign all four Contracts where indicated by the "purple" clips, and forward to the City Clerk's office for signature. (3) CITY CLERK If approved, please date and sign all four Contracts where indicated by the "pink" clips. Please keep your copy and return the other three to me at your earliest convenience. Thank you. Attachments cc's: Ken Perry Memos12.1 • �Y CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 17%, Newport Beach, CA 92658 -8915 • until 2:00 pm on the 9th 'day of November 1989, at which time such bids shat be opened and read for REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER Rile e� of Project �I V [736 _ Contract No. $695,000.00 Engineer's Estimate n )s, CAP FO R�% Approved by the City Council this 9th day of October , 1989. zzL.l an a E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Kenneth Perry at 644 -3311. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER. CONTRACT NO. 2736 TABLE OF CONTENTS NOTICE INVITING BIDS TABLE OF CONTENTS BIDDING REQUIREMENTS Proposal Instructions to Bidders Designation of Subcontractors Bidder's Bond Non - Collusion Affadavit Technical Ability and Experience References CONTRACT FORMS Notice Payment Bond Faithful Performance Bond Certificate of Insurance and Endorsements Contract CONDITIONS OF THE CONTRACT Index Special Provisions ARCHITECTURAL SPECIFICATIONS A. Lifeguard Headquarters B. Restroom • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REVISED (October 26, 1989) PROPOSAL REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans (Drawing B- 5125 -S, consisting of 29 sheets; and Drawing No. B- 5126 -S, consisting of 18 sheets; and Drawing No. 5127 -S, consisting of 1 sheet), the Special Provisions and the Standard Specifications, and hereby proposes to furnish all labor and materials and do all the work required to complete Contract No. 2736 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: litM QUANII7Y ITEM DESCRIPTION -UNIT —TOTAL -NO. AND UNIT UNIT PRICE WRITTEN IN WORDS Lump Sum PRICE PRICE REMODEL LIFEGUARD HEADQUARTERS 1. Lump Sum Sawcutting, demolition, clearing, grubbing and removal including p.c.c, and A.C. pavement, retaining wall, and miscellaneous items, for the lump sum price of: TWENTY -TWO TWENTY -THREE THOUSAND THREE HUNDREBGllars NO/ 100---------- ----------- - - -- --- Cents S 23,322.00 Lump Sum 2. Lump Sum Remodel Lifeguard Headquarters building with exterior shown on Sheets A3 -A7 of Drawing No. 8- 5125 -S, (basic design), for the lump sum price of: THREE HUNDRED SEVENTY -NINE THOUSAND EIGHT HUNDRED FIFTY - FOUR--- - - - - -- Dollars and NO /100--------------------- - - - - -- Cents $ 379,854.00 Lump Sum 0 • • • PR 1.2 1 1 G9 [jVHf\ 11 1 f L I LI"1 ULJtdllr 11V1\ VL1 1 I V I f4L N0: AND UNIT UNIT PRICE WRITTEN IN WORDS Lump Sum PRICE PRICE 3. Lump Sum Remodel existing workshop under- neath the Newport Pier complete in place, for the lump sum price of: FIFTY -TWO THOUSAND FIVE HUNDRED FIFTY - FIVE----------------- - - - - -- Dollars and NO /100--------------------- - - - - -- Cents Lump Sum 4. 111 Construct wooden protection fence, Lineal Feet including posts and foundations, for the unit price of: NINETY - FIVE ------------------ - - - - -- Dollars and NO/100 ----------------------------- Cents Per Linear Foot 5. 101 Construct Type "B" curb for the Lineal Feet unit price of: FOURTEEN ------------------- - - - - -- Dollars and TWENTY---------------------- - - - - -- Cents Per Linear Foot S 52,555.00 $_95.00 $ 10,545.00 $_14.20 $ 1,434.20 6. 525 Construct 3 foot wide gutter, Square Feet including aggregate base, for the unit price of: SIX------------------------ -- - - - - -- Dollars and SEVEN---- ------------- -------- - - - - -- Cents $ 6.07 Per Square Foot 7. 273 Construct 2 x 6 redwood headers for Lineal Feet the unit price of: FOUR-------- --------------- -- - - - - -- Dollars and FORTY- FIVE-------------------- - - - - -- Cents Per Linear Foot 3,186.75 $ 4.45 $ 1,214.85 Revised October 26, 1989 • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT MAE— No. AND UNIT UNIT PRICE WRITTEN IN WORDS Lump Sum PRICE PRICE CONSTRUCT RESTROO14 8. 8,257 Construct 3" A.C. over 4" imported Square Feet aggerate base, for the unit price of: TWO--- -------------- ------ -- - - - - -- Dollars and TWENTY- EIGHT----------------- - - - - -- Cents $ 2.28 $ 18,825.96 er quare oot 9. Lump Sum Construct Newport Pier restroom with exterior shown on Sheets A1-A5 of Drawing No. B- 5126 -5, (basic design), for the lump sum price of: TWO HUNDRED THIRTY -SIX THOUSAND EIGHT HUNDRED FORTY - FOUR---- - - - - -- Dollars and erIFu -mp ---------------------- - - - - -- Cents $ 236.844.00 er u um 10. 44 Construct 8" concrete block retaining Lineal Feet wall, for the unit price of: FIFTY -SIX ------------------- - - - - -- Dollars and N0l 100-----------=------------- - - - - -- Cents $ 56.00 S 2,464.00 P r CinearFoo 11. 862 Construct V p.c.c, sidewalk over Square Feet compacted native material, for the unit price of: FIVE------------------------ - - - - -- Dollars and THIRTY - EIGHT----------------- - - - - -- -Cents $ 5.38 $ 4,637.56 Per square Fee t- 12. 620 Construct 6" p.c.c. sidewalk over Square Feet 4" of imported aggregate base, for the unit price of: SEVEN----------------------- - - - - -- Dollars and SIXTY------------------------ - - - - -- Cents $ 7.60 $ 4,712 *00 er Square Feet 9 a • PR 1.4 ITEM QUANTITY ITEM DESCRIPTION N T AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS Lump Sum PRICE PRICE 13. Lumv Sum Construct new 2" water service per STD - 503 -L, and 2" copper water line, for Lifeguard building, complete in place, for the lump sum price of: FIVE @ FOUR THOUSAND ONE HUNDRED FORTY -/ Dollars and NO/100 ----------------------------- Cents Per Lump Sum 14. Lump Sum Relocate existing 2" water service and construct 2" copper waterline for restroom, complete in place, in the lump sum price of: 15. Lump Sum 16. Lump Sum @ EIGHT HUNDRED EIGHTY- EIGHT- - - - - -- Dollars and NO/ 100----------------------- - - - - -- Cents Per Lump um Construct 6" V.C.P. sewer lateral for Lifeguard Headquarters, for the lump sum price of: FIVE THOUSAND THREE HUNDRED THIRTY Dollars and NO/100 ----------------------------- Cents Per Lump Sum Modify existing 6" V.C.P. sewer lateral to serve restroom, for the lump sum price of: FIVE HUNDRED NINETY - TWO----- - - - - -- Dollars and NO/ 100------ ------------- - - - --- - -- Cents Per Lump Sum 17. Lump Sum Relocate telephone lines serving Lifeguard Headquarters building, for the lump sum price of: TWO THOUSAND EIGHT`HUNDRED --- - - - - -- Dollars and NO/ 100- ---- -- -------- ------ -- - -- - -- -Cents Per Lump Sum $ 4,145.00 $ 5,330.00 $ 592.00 $ 2,800.00 • PR 1.5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS Lump Sum PRICE PRICE ADDITIVE BID ITEMS 18. Lump Sum Construct alternate decorative exterior on Lifeguard Headquarters building, as shown on Sheets A8.1 -A8.3 of Drawing No. B- 5125 -S. Add the lump sum price of: SIXTY -EIGHT THOUSAND THREE HUNDRED @ SEVENTY - TWO ---------------- - - - - -- Dollars -- and NO /100--------------------- - - - - -- -Cents S 68 372.00 to the lump sum price bid for -- - -- Item No. 2 19. Lump Sum Construct alternate decorative exterior on Newport Pier restroom, as shown on Sheets Al -A5 of Drawing No. 5126 -S. Add the lump sum price of: TWENTY -THREE THOUSAND NINE HUNDRED @ FORTY- NINE ----------------- - - - - -- Dollars and NO/ 100---------------------- - - - - -- Cents to the lump sum price bid for Item No. 9 BID COMBINATIONS I. Lifeguard Headquarters and Restroom, both with plain exteriors. TOTAL BID PRICE FOR ITEMS 1 THROUGH 17 INCLUSIVE: SEVEN HUNDRED FIFTY -THREE THOUSAND THREE HUNDRED FIFTY---------------- - - - - -- Dollars and THIRTY - TWO-------------------------- - - - - -- Cents $ 753,350.32 II. Lifeguard Headquarters and Restroom with decorative exteriors. TOTAL BID PRICE FOR ITEMS 1 THROUGH 19 INCLUSIVE: EIGHT HUNDRED FORTY -FIVE THOUSAND SIX HUNDRED SEVENTY - ONE------------ - - - - -- THIRTY - TWO-- - - - - -- - -- Dollars and - - -- Cents 845.671.32 $ 23,949.00 . • PR 1.6 ITEM QUANTITY ITEM D RI TION UNIT T AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS Lump Sum PRICE PRICE BID COMBI- NATIONS (cont'd) III. Lifeguard Headquarters with plain exterior. TOTAL BID PRICE FOR ITEMS 1 THROUGH 8 INCLUSIVE: FOUR HUNDRED NINETY THOUSAND NINE HUNDRED THIRTY - SEVEN-------------- - - - - -- Dollars and SEVENTY - SIX------------------------ - - - - -- Cents $ 490,937.76 IV. Lifeguard Headquarters with decorative exterior. TOTAL BID PRICE FOR ITEMS 1 THROUGH 8 INCLUSIVE; PLUS ITEM 18: FIVE HUNDRED FIFTY -NINE THOUSAND THREE HUNDRED NINE---------------------- - - - - -- Dollars and SEVENTY - SIX------------------------ - - - - -- Cents November 9, 1989 Date (714) 458 -8300 Bidder's Telephone Number $ 559,309.76 '/ VARKEL CONSTRUCTION, INC. Bidder Snaier Z. Varkel, President -ized Signature7T-,FFe— B- 482457 GENERAL 23141 La Cadena Drive, Laguna Hills, CA 92651 Contractor's License No. & Classification Bidder's Address • • Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTORS 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received 4n lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid!" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. 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 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. B- 482457 GENERAL ontr's Lic. No. & assi ication November 9, 1989 Date VARKEL CONSTRUCTION INC. Bidder S /Snaier Z. Varkel, President Authorized Signature /Title • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standa_r_d Specifications for Public Works_ Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1. DRIVE PILES S.E.A. CONSTRUCTORS NEWPORT BEACH 2. PAVING ANDERSON ASPHALT SANTA ANA 3. CARPENTRY SUBURBAN BUILDERS COSTA MESA 4. MASONRY FISHER & JONES BUENA PARK 5. STRUCTURAL. STEEL PRIESTEEL PLACENTIA 6. FIBERGLASS MOLDINGS DEC ASSOCIATES COMPTON 7. VINYL SIDING UNIQUE BUILDING PRODUCTS SANTA ANA B. ROOFING ROBERT DAVEY ROOFING LAGUNA BEACH g, SKYLIGHTS BRISTOLITE SKYLIGHTS SANTA ANA IO.TOILET PARTITIONS SANYMETAL PRODUCTS IRWINDALE 11.PLUMBING SOUTHSHORE PLUMBING SAN CLEMENTE 12,HVAC KEYSTONE AIRCONDITIONING GARDEN GROVE 13. ELECTRIC J.E.V. ELECTRIC LAGUNA HILLS VARKEL CONSTRUCTION, INC. Bidder S /Snaier Z. Varkel, President. Authorized Signature Title " BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, BOND NO: 10592 -43 Page 4 That we, VARKEL CONSTRUCTION, INC. , as bidder, and INDEMNITY COMPANY OF CALIFORNIA , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT BID. 10% OF THE PENALTY NOT TO EXC ED $75,000.00 Dollars ($ AMOUNT gTr) ), 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 bidder foT the construction of REMODEL LIFEGUARD F QUARTERS & CONSTRUCT N e of Project act NO. in the City of Newport Beach, is accepted by the City Council of said City, and if if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 25th day of OCTOBER , 1989 . (Attach acknowledgment of Attorney -in -Fact) (Votary Public Commission Expires: VARKEL CONSTRUCTION, INC. dder S /Snaier T. Varkel, President Authorized Signature /Title INDEMNITY COMPANY OF CALIFORNIA rety By: S /WILLIAM T. SHERER Title: ATTORNEY IN FACT 6 Q F m CORPORATION STATE OF CALIFORNIA ORANGE }SS. COUNTY OF On OCTOBER 25, 1989 , before me, the undersigned, a Notary Public in and for said State, personally appeared WILLIAM T. SHERER personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as Attorney. in -Pact on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official scal. Signmure �` 4�- 0y1. +- S /N. Amyx ICC 304 (REV. 2185) OFFICIAL rSSEAL . N. A41YX E '4i itCift ?„ PUBL)C-CALIFORNIA EC . +,i.• DRANGt My Commission Expres Apr. 26,1991 POWER OF ATTORNEY OF INOMNITY COMPANY OF CAUFOAW AND DEVEILOPERS INSURANCE COMPANY P.O. BOX 3343, ANAHEIM, CALIF. 92803 a (714) 999.1171 1. All porter and euth"Ity herein grantad shall In any event terminate on the 3181 cloyed DaoMnbar, 1969. 2. This Porter of Attorney is void N altered or It any Portion 16 erased. This Power of Attorney Is void unless the text is in brown ink, the signatures We In blue Ink and this notice is in red ink. This Power of Attorney is for bid bonds and old undertakings only. ' N : 018257 - This Power of Attorney should not be returned to the Attorney(sl -In -Fact. but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each a�darauy, butnbt Jointly. hereby make, constitute and appoint WILLIAM T. SHERER . 914 thus, and lawful Attornay(sl -In -Fact, m make, execute, de9ver and acknowledge, for and on behalf of each of said corporations as sureties, bid bonds and bid Undertakhtpa in an amount notexpaedltrg $75.000 In any single undertaking; giving and granting unto said Attorney(si -In -Fact full power and authority to do and to perform every act necessary, re fulehe m proper, to be done In connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; end e0 of the acts of told Atforney(s) -In -Fad, pursuant to these presents, are hereby ratified and confirmed. The authority and powers conferred by this Flower of Attorney do not extend to any of the following bonds, undertakings a contracts of suretyship: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on financial Institutlaro, fates bonds, Insurance company Qualifying bonds, self - Insurer's bonds, fidelity bonds or bail bonds. This Powerot Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24, 1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney. Qualifying the ettorneyla) named in the Powers of Attorney to execute. on behalf of the corporation. bonds. undertakings and contracts of suretyship; and that the Secretary or any Aside. tam Secretary of the eorporatlon be, and seen of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of Such officers may be off ixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attor- ney orcordfiate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respoct to any bond, undertaking or contraclof eurolyaiNp to which It Is attached. IN WITNESS WHEREOF, INDEMNTY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by theft respee- dtw Presidents and attested by their respective Secretaries [his 13th day of January, 1989. 0 Gerald A. Sawegeau, Preldent ar• ATTEST me �:.By 0 Harry C..,Crowell, Secretary anti ,STATE OF CALIFORNIA I SS. COUNTY OF ORANGE ) DEVELOPERS INSURANCE COMPANY By D014'�O� Gerald A. Sauvageou, esident 'ATTEST By 1 _� Harr(/G. Crowell, Secretary s- On January 13, 1989, before me, the undersigned, a Notary Public In and for said State, personally appeared Gerald A. Sauvageeu and Harry C. Crowell, personally known to me(or proved to me on the basisof satlsfedoryevidenc t) to bathe persons who executed the within instrument as President and Secretary on behalf of Indemnify Company of California and as President and Secretary on behalf of Developers Insurance Company, the Corporations therein named, and acknowledged to me that the corporations executed It. WITNESS my hand and official seal. ni Signature.__�T���� Notary Public CERTIFICATE RMSEAL LOUMAN -CALIFORNIA OUNTY res Mar. 13, 1989 The undersigned, as Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify, that the foregoing and attached Power of Attorney remains In full force and has not bean revoked; and furthermore. that the provisions of the resolutions of the respective Boards of Directors of acid corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate Is executed in the City of Anaheim, California, this 25 th day of OCTOBER , 1969. INDEMNITY COMPANY OF CALIFORNIA By erkV x14 Y ea, OK L.C. Fiebiger Via President si'rmoe��a� 60-2 REV. 12188 DEVELOPERS INSURANCE COMPANY N9Uq By L.C. Fiebiger � Vice President W IeiB •D p rras'kr�td i NON- COLLUSION AFFIDAVIT 0 Page 5 The bidder, 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 agreement 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 agreement 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 bidder 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 submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of 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 the 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. VARKEL CONSTRUCTION, INC. BT er S /Snaier Z. Varkel, President Authorized Signature /Title Subscribed and sworn to before me this 28th day of November 1989 . My commission expires: January 16, 1993 Noauna Li Oyler OFFICIAL SEAL (Seal) SHAUNA LYN OYLER NOTARY PUBLIC - CALIFORNIA ORANGE COUNTY MY COMM. EXPIRES JAN. 16, 1993 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 6 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed._ Year Completed For Whom Performed (Detail) Person to Contact Telephone No. ON FILE IN THE OFFICES CITY OF NEWPORT BEACH VARKEL CONSTRUCTION. INC. Bidder S /Snaier Z. Varkel, President Authorized Signature Title 1 . CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT (714) 644 -3311 REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 ADDENDUM NO. 1 October 23, 1989 BIDDERS shall propose to complete Contract No. 2736 in accordance with the contract documents as nodified by this Addendum No. 1. PLANS: 1. Attached is a copy of the site plan, Drawing -B-5127-S, consisting of one sheet. Site work shown on Drawing B- 5127 -S shall take precedence over details of site work shown on Sheet T -1 of Drawing B- 5125 -S (the title sheet of the plans for the remodeling of the Lifeguard Headquarters). 2. Attached are three additional electrical drawings for the Lifeguard Headquarters building, Drawing B- 5125 -S, Sheets EA -1, EA -2 and EA -3. The drawings show replacement of the existing 200 ampere electrical service for the Lifeguard Headquarters building with a new 400 ampere electrical service. The four drawings listed above constitute part of the bid package for Contract 2736. Please sign and date this Addendum No. 1 and attach it to your bid proposal, thus indicating that you have received this Addendum and understand that the four drawings listed above constitute part of the bid package. No bid will be considered unless this Addendum No. 1 is signed and attached to the bid. Kennet L. Perry" Project Engineer KLP :ljp Attachments Memos -10.5 I have carefully examined this Addendum No. 1. VARKEL CONSTRUCTION, INC. Bidder's Name S /Snaier Z. Varkel Authorized ignature President Tit e November 9. 1989 ' Date CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT (714) 644 -3311 REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 ADDENDUM NO. 2 October 26, 1989 BIDDERS shall propose to complete Contract No. 2736 in accordance with the contract documents as modified by Addendum No. 1 and Addendum No. 2. BID DOCUMENTS Attached is a revised copy of Sheet PR 1.3 of the Proposal for the subject contract, dated October 26, 1989, and a revised copy of Sheet SP 6 of the Special Conditions. Please substitute revised Sheet PR 1.3 for the original Sheet PR 1.3 of the Prouosa . The purpose of this addendum is to correct errors in the Proposal and in the Special Conditions in which the plain exterior of the restroom was called out incorrectly. The plain exterior of the restroom is shown on Sheets A1-A5 of Drawing B- 5126 -S7 Revised Sheet PR 1.3 of the Proposal and revised Sheet SP 6 of the Special Conditions constitute part of the bid package for Contract 2736. No bid will be considered unless the Proposal includes the revised Sheet PR 1.3, dated October 26, 1989, and is accompanied by signed copies of both Addendum No. 1 and Addendum No. 2. Please sign and date this Addendum and attach it to your bid proposal along with Addendum No. 1, thus indicating that you have received both addenda and understand both addenda constitute part of the bid package. Kenneth L. Perry Project Engineer KLP:ljp Attachments ADD - 2736.2 I have carefully examined this Addendum No. 2. VARKEL CONSTRUCTION, INC. uiaaer•s Name S /Snaier Z. Varkel Authorized Signature President Title November 9, 1989 ace 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (714) 644 -3311 REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 ADDENDUM NO. 3 November 3, 1989 BIDDERS shall propose to complete Contract No. 2736 in accordance with the contract documents as modified by this addendum No. 3. Pile foundations for addition to Lifeguard Headquarters building. In lieu of cast -in -place piles shown on Sheet S -2 of Drawing B- 5125 -S of the contract drawings, bidders may use precast concrete piles, 16 inch square, octagonal or round, designed for a minimum of 20 tons bearing capacity. Piles may be jettFad to within 2 feet of the specified tip elevation; and then shz�ll be driven for the last two feet; and shall attain a bearing value of at least 20 tons based on the Engineering News Record formula. 2. Payment for pile file foundations shall be included in the lump sum price bid for remodeling the Lifeguard Headquarters building. Section 30', -1.8 Payment, of the Standard. Specifications for Public Works Construction, shall not apply to this contract. Please sign and date this Addendum and attach it to your bid proposal, thus indicating that you have received this Addendum and understand that this addendum constitutes part of the bid package. 1 • Addendum No. 3 Contract No. 236 • 'November 3, 1989 No bid will be considered unless this Addendum No. 3 and the two previouuss addenda are signed and attached to the bid. Kenneth L. Perry Project Engineer I have carefully examined this addendum No. 3. VARKEL CONSTRUCTION. INC. Bidder's Name S /Snaier Z. Varkel Authorized signature President Title November 9. 1989 Date 2 I _7g 4r 0 0 Page 7 NOTICE The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8, 9, 9a and 9b) FAITHFUL PERFORMANCE BOND (pages 10,-11, Ila and lib) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15, 16, 16a and 16b) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Pro erty- Casualty. Coverages shall be provided as specifie in the an ar eci fications for Public Works Construction, except as moditied bv the SDeclal Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modifie by the Special Provisions. • • Page 8 PAYMENT BOND BOND NO: 988054P Premium incl. in Performance KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 27, 1989 has awarded to VARKEL CONSTRUCTION, INC. hereinafter designated as the "Principal ", a contract for REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTP.00M AT NEWPORT PIER ( Building Improvements - i ems — 9; 18 & 19) Contract No. 2736- A 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We VARKEL CONSTRUCTION INC. as Principal, and INDEMNITY COMPANY OF CALIFORNIA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SEVEN HUNDRED NINE THOUSAND NINETEEN AND NO 1100 Dollars ($ 709,019.00 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, 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 Unemploy- ment 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 3250 of the Civil Code of the State of California. The 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 • • Page 9 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et, seq. of the Civil 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 instrument has been duly executed by the Principal and - Surety above named, on the 7th day of DECEMBER , 19-53 Authorized Signature and Title INDEMNITY COMPANY OF CALIFORNIA (Seal) Name of Surety 333 \WILSHIRE s of Suray 1 /I /1 . A An f-1 ana m ie or AUtnorizea Agent M. McLEAN, Attorney in Fact Address of gent (714) 999 -1471 Telephone No, of Agent I r r W 2 W a F y CORPORATION STATE OF CALIFORNIA 0,[J J�hI(_y )SS. COUNTY OF RAG 1 On B.Cb 0 7 10 , before me, the undersigned, a Notary Public in and for said State, PAULINE M McLEAN personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as Attorney. iu -Fact on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Signature ICC 304 (REV. 2185) NOTARY a AMYX ORANGE CALIFORNIA My commission E> COUNTY Tres Apr. 26, 1991 Noranal Seal POWER OF ATTORNEY OF IN NITY COMPANY OF CALIFORNI N? 039887 AND DEVELOPERS INSURANCE COMPANY P.O. BOX 3343, ANAHEIM, CALIF. 92803 • (714) 999 -1471 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of December, 1989. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in red ink. 4. This Power of Attorney should not be returned to the Attorney(si -in -Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint PAULINE M. McLEAN the true and lawful Attorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding $1,500,000 in any single undertaking; giving and granting unto said Attorneys) -In -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of mid corporations full power of substitution and revoca- tion; and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on financial Institutions, lease bonds, insurance company qualifying bonds, self- insurer's bonds, fidelity bonds or bail bonds. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, thatthe Chairman of the Board, the President and any Vice Presidentof the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assis- tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attor- neyor certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it Is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respec- tive Presidents and attested by their respective Secretaries this 13th day of January, 1989. INDEMNITY COMPANY OF CALIFORNIA By Gerald A. Sauvageau, P sident PxP ANy i `4epP eRR�� i ATTEST By Harry C. Crowell, Secretary STATE OF CALIFORNIA) DEVELOPERS INSURANCE COMPANY By Gerald A. Sauvageeu, President 51N a Uqq Q�P4epFOR�t'F� MAR. 2T, o ATTEST w � n �I � n Iaie y ey ✓(� /' [ Harlvc. Crowell, Secretary ) SS. COUNTY OF ORANGE ) On January 13, 1989, before me, the undersigned, a Notary Public in and for said State, personally appeared Gerald A. Sauvageeu and Harry C. Crowell, personally known to me (or proved tome on the basis of satisfactory evidence( to bathe persons who executed the within instrument as President antl Secretary on behalf of Indemnity Company of California and as President and Secretary on behalf of Developers Insurance Company, the Corporations therein named, and acknowledged to me that the corporations executed it, WITNESS my hand and official seal. Signature/ � ?� Notary Public CERTIFICATE OFFICIAL SEAL VIRGINIA M. LOUMAN NOTARY PUBLIC - CALIFORNIA t PRINCIPAL OFFICE IN 'YI ORANGE COUNTY My Commission Exp. Apr. 9, 1993 The undersigned, as Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed In the Cily of Anaheim. California, this � th day of DECEMBER 1989. INDEMNITY COMPANY OF CALIFORNIA JP ANy DEVELOPERS INSURANCE COMPANY tN9UR _{ /ePPeR��O/JJA�./ �+4a0.POR f�C,n By (P" By Vice President S�J � �y Foa+vw` Vice President ID 310 REV. 12/88 Page 9a PAYMENT BOND BOND No: 988055P Premium incl. in Performance "EXECUTED IN FOUR (4) COUNTERPARTS" KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 27, 1989 has awarded to VARKEL CONSTRUCTION, INC. hereinafter designated as the "Principal ", a contract for REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER (Site Improvements -Bid Items 1,3 -8, 10 -17) Contract No. 2736- B 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, or other supplies used in, upon; for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We VARKEL CONSTRUCTION, INC. as Principal, and INDEMNITY COMPANY OF CALIFORNIA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED THIRTY SIX THOUSAND SIX HUNDRED FIFTY TWO AND 32/100 Dollars ($ 136,652.32 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, 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 Unemploy- ment 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 3250 of the Civil Code of the State of California. The 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 Page 9 b Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 instrument has been duly executed by the Principal.and - Surety above named, on the 7th day of DECEMBER , 19 89 J Authorized Signature and Title "' 'Ru' .0 ANY of c T.T o x A Seal) Name of Surety 333 WILSHIRE Address of gent Attorney in Fact (714) 999 -1471 Telephone No. of Agent W 5 W S W a a F to CORPORATION STATE OF CALIFORNIA ORANU }SS. COUNTY OF On DEC 0 9 IUM , before me, the undersigned, a Notary Public in and for said State. personally appeared _ P UUN` M. MCLEAN personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as Attorney. in -Fact on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Signature d2:� OFFICIAL SEAL N.AMYX r;t NOTARY PUBLIC- CALIFORNIA ORP4GE COUNTY / My Commission Expres Apr. 26,1991 ICC 304 (REV. 2185) 1 TMs arm for hem) Notarial Sea) POWER OF ATTORNEY OF INNITY COMPANY OF CALIFORM N? 039888 AND VELOPERS INSURANCE COM Y P.O. BOX 3343, ANAHEIM, CALIF. 92803 • (714) 999 -1471 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of December, 1989. 2. This Power of Attorney is void if altered or if any portion is erased. 1 This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are In blue ink and this notice is in red ink. 4. This Power of Attorney should not be returned to the Attorneys) -in -Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not Jointly, hereby make, constitute and appoint PAULINE M. MCLEAN the true and lawful Attorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, undertakings and contracts of suretyship In an amount not exceeding $1,500,000 in any single undertaking; giving and granting unto said Attorney(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revoca- tion; and all of the acts of said Attorney(s) -In -Fact, pursuant to these presents, are hereby ratified and confirmed. The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guaranteesof installment paper, note guarantee bonds, bonds on financial institutions, lease bonds, Insurance company qualifying bonds, self- insurer's bonds, fidelity bonds or bail bonds. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,198& RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assis- tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attor- ney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which It is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respec- tive Presidents and attested by their respective Secretaries this 13th day of January, 1989. INDEMNITY COMPANY OF CALIFORNIA By Gerald A. Sauvageau, POKIdent x/P AMY C iteRF eRdrQ i ATTEST By Harry C. Crowell, Secretary STATE OF CALIFORNIA) I SS. COUNTY OF ORANGE ) DEVELOPERS INSURANCE COMPANY By Gerald A. Sauvageau, President S \NSUgq 0.�P`cpFBR�r'kp s � ATTEST n � c IB7B y Har C. Crowell, Secretary On January 13, 1989, before me, the undersigned, a Notary Public in and for said State, personally appeared Gerald A. Sauvageau and Harry C. Crowell, personally known to me (or proved tome on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary on behalf of Indemnity Company of California and as President and Secretary on behalf of Developers Insurance Company, the Corporations therein named, and acknowledged to me that the corporations executed It. WITNESS my hand and official seal. Signature Notary Public CERTIFICATE OFFICIAL SEAL VIRGINIA M. LOUMAN . oar NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN i ORANGE COUNTY My CNnmissidn Exit. Apr. 9, 1993 The undersigned, as Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Anaheim, California, this _7 tom_ day of _DECEMBER__, 1989. INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY 1kPANY \N6Uq ti{ e4epP6gdtf o �P4epPOq�t�o BY ` •4� y __ z CCT A ° B L.C. Fiebiger i 1967 a L.C. Fiebiger IBTB b Vice President i'rlroRp��? Vice President ID 310 REV. 12/88 • • Page 10 FAITHFUL PERFORMANCE BOND BOND N0: 9 17,725 PREMIUM $ 17,725.00 "EXECUTED IN FOUR (4) COUNTERPARTS,$ KNOW AOL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 27, 1989 has awarded to VARKEL CONSTRUCTION, INC. hereinafter designated as the "Principal ", a contract for REMODEL LIFEGUARD HEADQUARTE -.S AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER (Building Improvements -Bid Items 2,9, 18 & 19) Contract No. 2736 -A 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, VARKEL CONSTRUCTION, INC. as Principal, and INDEMNITY COMPANY OF CALIFORNIA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of SEVEN HUNDRED NINE THOUSAND NINETEEN AND N01100 Dollars ($ 709,019.00 ), said sum being equal to 100% -of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, 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 4 • • Page 11 Faithful 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 instrument has been duly executed by the Principal and Surety above named, on the 7th day of DECEMBER , 19 89 (Seal) Name of Contrac� rT al) Authorize Signature and Title Authorized Signature and Title INDEMNITY COMPANY OF CALIFORNIA (Seal) Name of Surety 333 WILSHIRE IFORNIA 92801 C e and Title ot- Authorized Ai M. McLEAN , Attorney in Fact Address of Agent (714) 999 -1471 Telephone No. of Agent W a W Z a a F y CORPORATION STATE OF CALIFORNIA ORANGE I��s } SS. COUNTY OF On ur. 9 7 . before me, the undersigned, a Notary Public in and for said State, personally appeared PAULINE M. MCLEAN personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as Attorney - m -Fart on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Signature ICC 304 (REV. 2185) OFFICIAL SEAL N. AMYX NOTARY PUBLIC- CALIFORNIA ORANGE COUNTY My Commission Expres Apt. 26r 1941 Ibis area for Official Notarial Seal Page 11a FAITHFUL PERFORMANCE BOND BOND NO: 988055P Premium $ 3,416.00 "EXECUTED IN FOUR (4) COUNTERPARTS" KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 27, 1989 has awarded to JARKEL CONSTRUCTION, INC. herei-after designated as the "Principal ", a contract for REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW P.ESTROOM AT NEWPORT PIER ( Site Improvements -Bid Items 1,3- 8,10 -17) Contract No. 2736- B 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, VARKEL CONSTRUCTION INC. as Principal, and INDEMNTIY COMPANY OF CALIFORNIA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED THIRTY SIX THOUSAND SIX HUNDRED FIFTY TWO & 32/100 Dollars ($136.652.32 �. said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, 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 11b Faithful 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 instrument has been duly executed by the Principal and Surety above named, on the 7th day of DECEMBER , 19 89 VARKEL CONSTRUCTIJ)N, INC. ame of Contr i re a e Authorized Signature and Title Seal) 9 v40iL4./— ` (INDEMNITY COMPANY OF CALIFORNIA (Seal) �/ Name of Surety 333 WILSHIRE ANAHEIM, CALIFORNIA 92801 Address of Surety L,44'4 'wqqal� e Silgh4ture and Tit] e of u ho riftqr Xg-Fn—t- FAVJLNE M. McLEAN, Attorney in Fact Address of Agent (714) 999 -1471 Telephone No. of Agent 1. W W W a 4 Q CORPORATION STATE OF CALIFORNIA U.pSS. COUNTYOF UR ���AA1!'� E 1 J G On DEC -,before me, the undersigned, a Notary Public in and for said State, PAULINE M. MCLEAN personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as Attorney - in -Fact on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Signature ) '.,.-7i ICC 304 (REV, 2185) (/ // RMSEAL YX C- CA'_iFORNIA CGUtiiY res Apr. 26,1991 Seal GRANGER HANNA INS 2401 KATELLA STE 500 THIS CERTIFICATE llf ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE THIS IS TO CERTIFY THAT POLICIES OF INSURACE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER ANAHEIM CA 928 POLICY EXPIRATION OATE(MMIDOIYY) coIv -06 GENERAL _A_� D21265524 7/09/89 COMFpPANY g INSURED $ LE PER PRODUCTS COMPIOPS AGGREGATE $ VARKEL CONSTRUCTION (Ac 23141 LA CADENA UL t nOMPAW D LAGUNA HILLS CA 92653 $ OWNER'S d CONTRACTORSPRRSSl PPRROTECTIVE COMPANY ��tN LETTER R. - THIS IS TO CERTIFY THAT POLICIES OF INSURACE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE OATE(MMIOUiYY) POLICY EXPIRATION OATE(MMIDOIYY) ALL LIMITS IN THOUSANDS A GENERAL LIABILITY D21265524 7/09/89 7/09/90 GENERAL AGGREGATE $ PRODUCTS COMPIOPS AGGREGATE $ COMMERCIAL GENERAL �LIABILITY CLAIMS MADE L. )OCCURRENCE .--- PERSONAL B ADVERTISING INJURY $ EACH OCCURRENCE $ OWNER'S d CONTRACTORSPRRSSl PPRROTECTIVE FIRE DAMAGE (ANY ONE FIRE) $ MEDICAL EXPENSE (ANY ONE PERSON) _ $ AUTOMOBILE LIABILITY ANY AUTO CSL $ ALL OWNED AUTOS SCHEDULED AUTOS Bony. w:11Rr $ ecmEr r�mav ap"nDENT $ HIRED AUTOS NON -OWNED AUTOS " PRUatEIY MADE' $ GARAGE LIABILITY EXCESS LIABILITY EACH OCCURRENCE AGGREGATE $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION Is (EACH ACCIDENT) AND EMPLOYERS' LIABILITY $ (DISEASE-POLICY LIMIT) $ (DISEASE -EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS /LOCATIONS I VEHICLES/ RESTRICTIONS I SPECIAL ITEMS CERT HOLDER IS NAMED ADDITIONAL INSURED RE: REMODEL LIFE GUARD HEADQUARTERS & CONSTRUCT REST ROOM AT NEWPORT PEIR CONTRACT.,.. :2736 CITY OF NEWPORT BEACH P 0 BOX 1768 3300 NEWPORT BLVD NEWPORT BEACH CA 92658 -8915 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL [NDe*VORI MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE .- LEFT, EH:FF FARMFIE *9 MAN: SUB SAWMA! IMP AUTHORIZED REPRESENTATIVE - CATHYAS KENNED,y C RW AM 007 1� wcf � RM! AWMAH AARKAM NP Aj;SYAY M& AAYAMA HNOW 10 W OM 047T in MITHAMA "CIMUMPA07 AAAAV ov OVIRM tMUM. NTPN. K : Q COMM! MWO—TO", 11MAM W G". 5H NM 4 1 2ANAASU4311 OPAIll PIT) MOMSA WA- o2wNw9m A mm" Tgow - Dup,mm� Qviv vqcqwBw Dom AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit:• ( ) Multiple limits Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ ( ) Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 300,000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. NEWPORT PIER 5. Designated Contract: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT / (Project Title and Contract No.)Contract No. 2736 (A &E This endorsement is effective 12/19/89 at 12:01 A.M. and forms a part of Policy N0.050212391 BAP of Allstate Insurance Com an Company A fording Coverage Insured Varkel Construction Endorsement No. Producer Easy Atwood r- CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT Page 14 It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( ) Commercial ( ) Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW 7. Designated Contract: This endorsement is effective 12/18/89 Policy No. MFC D21265524 e at 12:01 A.M. and forms a part of Of INSURANCE COMPANY OF NORTH AMERICA Company Affording Coverage Insured VARKEL CONSTRUCTION COMPANY Producer GRANGER HANNA INSURANCE ASSOCIATES 2401 E. KATELLA AVE., STE 500 ANAHEIM, CA 92806 Endorsement No. 2 ii� /� Page 15 CONTRACT THIS AGREEMENT, entered into this day of 19 by and between the CITY OF NEWPORT BEACH, hereinafter ," and_ VARKEL CONSTRUCTION, INC. , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER (Building Improvements -Bid Items 2736 -A Title of Project e,9,i8 & 19) Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER (Building Improvements -Bid Items 2736 -A Title of Project ontract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of SEVEN HUNDRED NINE THOUSAND NINETEEN DOLLARS AND NO /100 CENTS----------- - - - - -- (0-0-9-.6-1-9-.1-0-0 . This compensation includes (11-any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am 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 I will comply with such provisions before commencing the performance of the work of this contract." l2- _ L7 Date Signature V14LL L CC v irk A CT Contractor REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER Contract No. 2736 Project Title and Contract Number r 4 • • Page 16 (f) Plans and Special Provisions for REMODEL LIFEGUARD HEADQUAR' AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER 2736 Title of Project Contract No. • (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss of, damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN .111TINESS iJHEREOE, the parties hereto have caused this contract to be executed th := day and year first above Written. ATTEST: APPROVED AS TO FORM: CITY OF NEWPORT BEACH By M or Authorized Signature and Title CITY J, • Page 16a CONTRACT THIS AGREEMENT, entered into thi s;3?ov!� day of by and between the CITY OF NEWPORT BEACH, hereinafter "C' ," and VARKEL CONSTRUCTION, INC. hereinafter "Contractor, " is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTR00M AT NEWPORT PIER ( Site Improvements -Bid Items 2736 -B Title of Project 1,3- 8,10 -17) Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER (Site Improvements -Bid Items 2736 -B Title of Project 1,3- 8,10 -17) Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of ONE HUNDRED THIRTY - iIX THOUSAND SIX HUNDRED FIFTY -TWO DOLLARS AND THIRTY -TWO CENTS ($136;652.30. This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) az� . r L_ 7 Page 16 b (f) Plans and Special Provisions for RFManpl IIFECnARD HEADQUARTERS ANn CONSTRNf.T NFW RFSTROOM AT NEWPORT PIER 9736 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: CITY OF NEWPORT BEACH CITY VAe� ce> s72vc T, o Aj, (1v c Name of ffontr cipal I� Authorized Signature and Title Authorized Signature and Title t CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 SPECIAL PROVISIONS INDEX SECTION PAGE I GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . 1 II. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . . . . 1 III. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. LOCATION AND SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 2 V. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 3 VII. BONDS. . . . . . . . . . . . . . . . . . . . . . . . . 4 A. Contract Bonds . . . . . . . . . . . . . . . . 4 B. Period of Faithful Performance Bond . . . . . . . . . . . . . . 4 VIII. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . 4 A. General Liability . . . . . . . . . . . . . . . . . . . . . . . 4 B. Automobile Liability . . . . . . . . . . . . . . . . . . . . . 4 IX. GUARANTEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 X. SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XI. CLEANUP AND DISPOSAL . . . . . . . . . . . . . . . . . . . . . . . 5 A. During the Work . . . . . . . . . . . . . . . . . . . . . . . . 5 B. Final Cleanup . . . . . . . . . . . . . . . . . . . . . . . . . 5 C. Disposal . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XII. PAYMENT. . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 A. General. . . . . . . . . . . . . . . . . . . . . . 6 B. Monthly Progress Payments . . . . . . . . . . . . . . . . . . . 6 C. Pay Items . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 XIII. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 XIV. FIELD ENGINEERING . . . . . . . . . . . . . . . . . . . . . . . . . 7 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 XV. INSPECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 XVI. WATER SERVICE . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 XVII. SEWERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 XVIII. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . . . 8 A. Security Fencing . . . . . . . . . . . . . . . ... . . . . . . 8 r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS • SP 1 of 8 REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 I. GENERAL CONDITIONS The parties to this contract are the City of Newport Beach, a municipal corporation, and the contractor. II. ADMINISTRATION OF THE CONTRACT A. The Public Works Director of the City of Newport Beach shall administer this contract for the City. B. The Standard Specifications of the City of Newport Beach shall govern contractual relationships between the parties to this contract. C. Any change order issued by the City must be in writing and signed by the Public Works Director. D. State law requires that prevailing wages must be paid to all workmen working on this project. In order to enable the City to determine that prevailing wages are being paid, the contractor and all subcontractors shall furnish certified payroll records to the City each week. III. SPECIFICATIONS A. The Standard Specifications of the City of Newport Beach are "Standard Specifications and Drawings for Public Works Construction," published by the Public Works Department of the City of Newport Beach. The Standard Specifications of the City of Newport Beach incorporate by reference "Standard Specifications for Public Works Construction," 1988 Edition, published by Building News, Over an Avenue, Los Angeles, California 90034. B. The architectural specifications for the Lifeguard Headquarters building are bound in with these contract drawings. • • SP2of8 C. The architectural specifications for the restroom are included with the plans. D. The specifications for site improvements are the "Standard Specifications and Drawinqs for Public Works Construction." IV. LOCATION AND SCOPE OF WORK A. The location of this project is near the base of the Newport Ocean Pier which is located near the southerly end of McFadden Place in the City of Newport Beach, California. B. The work to be done under this contract consists of the following: 1. Construction of a new public restroom. 2. Remodeling the existing Lifeguard Headquarters. 3. Remodeling the existing workshop located underneath the base of the Newport Pier. 4. Constructing a ramp for the handicapped from the Newport Pier to the second floor of the Lifeguard Headquarters building. 5. Reconstructing the parking lot and wooden protection fence for the Lifeguard Headquarters. 6. Miscellaneous utility relocation and site work around restroom C. The contractor must arrange for and pay for the following: 1. Telephone. 2. Security fencing. D. No landscape planting is included in this contract. E. Public restrooms and public telephones are available near the base of the Newport Pier. The contractor may not use the restrooms and telephones in the Lifeguard Headquarters building. F. The plans consist of three sets of drawings: 1. Remodel Lifeguard Headquarters Building. Drawing No. B- 5125 -S, consisting of 29 sheets, prepared by the Hill Partnership. 2. Construct new restroom at Newport Pier. Drawing No. B- 5126 -S, consisting of 18 sheets, prepared by Buchanan Architects & Associates. V 0 • SP 3 of 8 3. Construct site improvements. Drawing B- 5127 -S, consisting of one sheet prepared by the Public Works Department. The specifications are the Standard Specifications of the City of Newport Beach. F. Included in the scope of the contract is the payment of all fees and the securing of all permits that are normally required by governing public agencies; payment of connection charges normally charged by serving public utilities; and furnishing all materials, labor, and transportation necessary to complete the contract. G. The Contractor and all subcontractors must have valid City Business Licenses. AWARD OF CONTRACT A. Each bidder must submit a price for each of the items listed in the Proposal, and a total price for each of the four bid combinations listed in the Proposal. B. The City reserves the right to award the contract for anyone of the four bid combinations listed on the Proposal; i.e., for both the Lifeguard Headquarters building and the restrom with or without decorative exteriors; or for the Lifeguard Headquarters building only, with or without the decorative exterior. C. The City will compare the bid prices and determine the lowest bidder based on the total price bid for Items 1 through 17, inclusive, of the Proposal (Bid Combination No. I). D. 1. The City specifically reserves the right to delete the restroom an a re ate items o wor re ating to the restroom from the award of the contract. 2. The City specifically reserves the right to delete Bid Items 18 and /or 19 from the award of the contract. 3. If the City elects to delete Bid Items contract, it shall contract. VI. TIME OF CONTRACT to delete the restroom from the contract, or 18 and /or 19 from the award fo the so specify in the resolution awarding the The date of the contract is the date contract is awarded by the City Council. The contract shall be completed within 120 consecutive calendar days after award of the contract by the City Council. • SP 4 of 8 VII. BONDS A. Contract Bonds Payment bonds and faithful performance bonds required by Section 2 -4 of the Standard Specifications shall be issued by bonding companies that are acceptable as securities in accordance with the latest revision of U.S. Department of the Treasury Circular 570. The circular is published annually, as of July 1, in the Federal Register. B. Period of Faithful Performance Bond The faithful performance bond for the contract shall remain in force for one year after the acceptance of the contract by the City Council. VIII. LIABILITY INSURANCE Upon execution of the contract, the Contractor shall provide cer- tificate of insurance showing that he has liability insurance coverage. At the same time, the Contractor shall provide the insurance endor- sements on the forms provided as part of the contract documents. The liability insurance coverage shall include each of the following types of insurance. A. General Liability 1. Comprehensive Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products /Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury B. Automobile Liability 1. Comprehensive Form 2. Owned 3. Hired 4. Non -owned The limits of liability insurance are specified in Section 7 -3 of the Standard Specifications. IX. XI 0 GUARANTEES 0 SP5of8 Besides guarantees 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 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. SAFETY In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during per- formance of the work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety to the public and workers. CLEANUP AND DISPOSAL A. During the Work At all times during the project, the site shall be kept clean. All dirt, waste and rubbish shall be removed frequently and not allowed to accumulate. B. Final Cleanup In addition to keeping the buildings and site clean during construc- tion, the Contractor must thoroughly clean the new work, including fixtures, equipment, hardware, walls, ceilings, and doors. This shall include thorough cleaning of window and opening ledges and sills, horizontal projections, exterior steps and platforms, and other surfaces. Dust, dirt, stains, had marks, paint spots, plaster droppings, or other foreign material shall be completely removed from the surfaces. C. Disposal Under no circumstances shall rubbish or waste material of any descrip- tion be disposed of on the site. All debris, rubbish, and water or surplus material shall be disposed of off the site. Revised October 26, 194 • SP 6 of 8 XI1. PAYMENT A. General 1. 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. 2. The unit prices bid for constructing the various items of work listed on the Proposal shall be considered as full compensation for all labor, equipment, materials, services, and all other things necessary to complete the work in place, and no addi- tional allowance will be made therefor. 3. Payment for all items of work not separately provided for in the Proposal shall be included in the prices bid for other items of work listed in the Proposal. B. Monthly Progress Payments The City will make monthly progress payments for work completed per Section 9 of the Standard Specifications. For purposes of making progress payments, the City's estimates of the amount of work completed will be used. C. Pay Items 1. The unit price said for Bid Item No. 2 shall include full compensation for remodeling the Lifeguard Headquarters building with the exterior design shown on Sheets A3 -A7 of Drawing B- 5125 -S. 2. The unit price paid for Bid Item No. 9 shall include full compensation for constructing the restroom building with the exterior design shown on Sheets Al -A8 of Drawing B- 5126 -S. 3. The unit price paid for Item No. 18 shall be the incremental cost of remodeling the exterior of the Lifeguard Headquarters Building with the exterior design shown on Sheets A8.1 -AB.3 of Drawing B- 5125 -S. 4. The unit price paid for Item No. 19 shall be the incremental cost of construcing the exterior of the restroom building with the exterior design shown on Sheets AA1 -AA5 of Drawing 9- 5126 -S. 5. The cost of restoring pavement and surface improvements over sewers, water lines, buried telephone and electrical conduits, and other buried items shall be included in the lump sum prices paid for constructing those improvements. No additional compensation shall be paid for restoring pavement or other surface improvements over buried improvements. • SP7of8 6. The unit prices paid for constructing 4 inch thick and 6 inch thick p.c.c. pavement shall inc.lude the cost of constructing thickened edges where thickened edges are indicated on the site plan. No additional compensation will be paid for constructing thickened edges of slabs. 7. The cost of constructing steps to the pipe chase of the restroom shall be included in the lump sum price paid for constructing the restroom. No additional compensation will be paid for constructing steps to the pipe chase of the restroom. XIII. MATERIALS A. Materials for the buildings shall be as specified in the Architectural Specifications. Materials for site improvements outside of the building shall be as specified in Standard Specifications for Public Works Construction. XIV. FIELD ENGINEERING A. General 1. The contractor shall lay out the work from the drawings. The Contractor shall establish all additional bench marks, monu- ments, lines and levels necessary for the construction. 2. To lay out the work and to verify lines and elevations as the work progresses, the Contractor shall employ an experienced and competent Civil Engineer or Land Surveyor registered in the State of California. XV. INSPECTION All work will be inspected. All items covered or all stages of work that are not to remain observable must be inspected and approved before being covered up. The Contractor shall provide timely notice to the City when such inspection is needed. The architect will act as the agent of the City in inspecting the work. XVI. WATER SERVICE If the City elects not to build the restroom, the existing 2" water service for the Lifeguard Headquarters building shall be re -used. If the City elects to build the restroom: a. The existing 2" water meter that presently serves the Lifeguard Headquarters building shall be used for the restroom; except that the water line connecting the meter to the restroom shall be 2P copper, and Cl • SP8of 8 b. A new 2" water service per STD -503 -L shall be constructed by the contractor for the Lifeguard Headquarters building. Any fee charged by the Utilities Department for the water meter and /or water service shall be paid by the City. XVII. SEWERS A. If the City elects not to build the restroom, the existing sewer for the Lifeguard Headquarters building shall be re -used. B. If the City elects to build the restroom: 1. A new 6" sewer lateral shall be constructed for the restroom, and 2. A new 6" V.C.P. sewer lateral shall be constructed for the Lifeguard Headquarters building, complete with cleanouts as shown on the site plan. XVIII. TEMPORARY FACILITIES A. Security Fencing The contractor shall furnish and maintain security fencing around the construction area. The limits of the area to be fenced is shown on the site plan. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODELING LIFEGUARD HEADQUARTERS CONTRACT 2736 ARCHITECTURAL SPECIFICATIONS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER CONTRACT NO. 2736 TABLE OF CONTENTS CONSTRUCTION SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01060 Applicable Codes and Standards 01100 Alternatives 01400 Quality Control 01510 Utilities DIVISION 2 - SITE WORK 02100 Demolition DIVISION 3 - CONCRETE 03220 Reinforcing Steel See S -1 for Specs 03300 Cast -in -Place Concrete See S -1 for Specs 03345 Concrete Finishes DIVISION 4 - MASONRY 04220 Concrete Unit Masonry See S -1 for Specs DIVISION 5 - METALS 05500 Structural Steel See S -1 for Specs DIVISION 6 - WOOD AND PLASTIC 06100 Rough Carpentry See S -1 for Specs 06200 Finish Carpentry 06400 Architectural Casework 06600 Plastic Fabrications DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07210 Insulation 07310 Asphalt Shingles 07510 Built -Up Roofing 07570 Elastomeric Decking 07600 Sheet Metal 07810 Skylights 07900 Sealants and Caulking DIVISION 8 - DOORS AND WINDOWS 08210 Wood Doors 08300 Roll -Up Doors 08700 Finish Hardware 08800 Glass and Glazing DIVISION 9 - FINISHES 09110 Lath and Plaster 09250 Gypsum Wallboard 09310 Ceramic Tile 09400 Terrazzo 09660 Resilient Flooring 09680 Carpeting 09900 Painting DIVISION 10 - SPECIALITIES 10160 Toilet Partitions 10500 Lockers DIVISION 15 - MECHANICAL 15010 General Provisions 15400 Plumbing 15800 HVAC See M -1 for Specs. DIVISION 16 - ELECTRICAL 16000 Electrical SECTION 01060 - APPLICABLE CODES AND STANDARDS 1.1 REFERENCE STANDARDS Wherever reference is made in the Specification Sections to standard specifications of nationally recognized organizations, trade associations and government agencies, the edition in effect on date of this Specification shall govern unless otherwise indicated. Where specific articles, sections, divisions or headings are not given, such specifications shall appy in full, except as herein modified. All documents and publications (such as, but not limited to, manuals, handbooks, codes, standards and specifications) which are cited in these Contract Documents for the purpose of establishing requirements applicable to equipment, materials or workmanship under this Contract, shall be deemed to be incorporated herein as ful;y as if printed and bound into the Specification of this Contract. 1.2 CERTIFICATE Furnish, if requested, in specific sections of specifications or by Architect, certifications from manufacturers to the effect that projects provided for this work comply with their referenced requirements specified. 1.4 ABBREVIATIONS For reference, standards may be used in the documents as follows: AA Aluminum Association AABC American Air Balance Council AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AIA American Institute of Architects AIMA Acoustical and Insulation Materials Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ANSI American National Standards Institute APA American Plywood Association ASHRAE American Society of Heating, Refrigerating & Air Conditioning Engineers 01060 -1 3 7 SECTION 01100 ALTERNATES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED. • A. This Section identifies each Alternate and describes the basic changes to be incorporated into the work, only when that Alternate is made a part of the work by specific provision in the Owner - Contractor Agreement. 1.02 RELATED REQUIREMENTS. A. Bidding and Owner- Contractor Agreement: Owner reserves the right to accept or reject any or all proposals for such alternate work. Contractor shall furnish proposals for each Alternate which may be added to or deducted from the bid to establish the Contract price. B. Referenced sections of the Specifications stipulate pertinent requirements for products and methods to achieve the work stipulated under each Alternate. C. Coordinate pertinent related work and modify surrounding work as required to properly integrate the work under each Alternate, and to provide the complete construction required by the Contract Documents. 1.03 DESCRIPTION OF ALTBRNATES. A. Alternate No. 1: 1. Provide the molded plastic shapes in the sizes and profiles indicated in accordance with the requirements of Section 06600. B. Alternate No. 2: 1. Change the exterior building finish to the composition vinyl siding with soffits as specified in Section 07460. 2. Alternate exterior finish system shall be applied to the wood furring as detailed. LIFEGUARD HEADQUARTERS CITY OF NEMPORT BEACH 11 Alternates 01100 -1 C. Alternate No. 3: 1. Provide the metal roof louvers as specified in Section 10210. 2. Refer to Section 07900 for caulking required in installation of vents. LIFEGUARD HUDQUARTERS CITY OF NEWPORT BEACH S END OF SECTION Alternates 01100 -2 0 0 SECTION 01400 - QUALITY CONTROL 1.1 GUARANTEE The Contractor hereby unconditionally guarantees that the building work will be done in accordance with the require- ments of the contract, and further guarantees the building work of the contract to be and remain free of defects in workmanship and materials for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is required elsewhere in these special provisions. The Contractor hereby agrees to repair or replace any and all building work, together with any other adjacent work which may be displaced in so doing, that may prove to be not in accordance with the requirements of the contract or that may be defective in its workmanship or material within the guar- antee period specified, without any expense whatsoever to the City of Newport Beach, ordinary wear and tear and unusual abuse or neglect excepted. 1.2 PERFORMANCE BOND The Performance Bond for the contract, or a portion thereof in a sum equal to at least one -half of the contract price of the building work, shall remain in full force and effect during the guarantee period. 1.3 PROJECT DEFECTS The Contractor further agrees, that within 10 calendar days after being notified in writing by the City of any building work not in accordance with the requirements of the contract or any defects in the building work, he will commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, and to complete the work within a reasonable period of time, and in the event he fails to comply, he does hereby authorize the City to proceed to have such work done and charges therefor upon demand. The City shall be entitled to all costs and expenses, including reasonable attorney's fees, necessarily incurred upon the Contractor's refusal to honor and pay the above costs and charges. 1.4 MEASURMENT AND PAYMENT The contract lump sum price paid for building work shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the building work, complete in place, as shown on the plans and these special provisions and as directed by the Owner's Representative. Full compensation for all extensions of utilities, or commections to utilities, including intermediate equipment, shall be considered as included in the contract lump sum price paid for building work and no separate payment will be made therefor. Full compensation for any incidental materials and labor, not shown on the plans or specified, which are necessary to complete the buildings and appurtenances shall be considered 01400 -1 (' 12 1.4 I (con't.) as included in the contract lump sum price paid for building work and no additional compensation will be allowed therefor. 01400 -2 13 SECTION 01510 - UTILITIES 1.1 UTILITY CONNECTION All sewer work shall comply with the requirements of the Uniform Plumbing Code as amended in the Newport Beach Municipal Code. The Contractor shall make all arrangements and obtain all permits and licenses for the extension and connection of each utility service appli- cable to this project. The Contractor will arrange with the serving utilities to complete ser- vice connections to permanent utilities and the Contractor will pay all costs and fees required by the utilities. 1.2 TEMPORARY UTILITIES The Contractor may obtain electrical power and water from existing City electrical power and water outlets within the contract limits free of charge for contract operations where such utilities exist, provided that such utility services are in service and are not required by the City for other purposes. The Contractor shall make his own arrangements to obtain any additional electrical power and water or other utilities required for his operations and shall make and maintain the necessary service connections at his own expense. When existing utility systems are being modified, periods of shutdown will be determined by the Owner's Representative. The Contractor shall,provide and pay for telephone service he may require. City telephone facilities are not available. 1.3 SANITARY.FACILITIES City sanitary facilities in the existing public restrooms are available for use by the Contractor's employees. Tools shall not be cleaned nor shall cleaning liquids be disposed of in City sanitary facilities or sewers. 01510 -1 ir /5 SECTION 02100 DEMOLITION PART i - GENERAL 1.01 DESCRIPTION A. Work included: 1. Demolition and removal of building walls, slabs, paving and finishes, as necessary to prepare for new construction. 2. Cleanup and disposal of rubbish debris and salvage. 3. Temporary shoring and bracing of structure as required. 4. Protection and barricades to protect personnel and premises. 5. Noise and dust abatement. B. Related Work Specified Elsewhere: 1. Removal of mechanical, plumbing and electrical work - Division 15 and 16. 1.02 PROTECTION A. Contractor shall be responsible for all existing improvements within our outside working area. Repair or replace existing improve- ments damaged during work of the Section with material of same kind, quality and size. Material or equipment temporarily removed for protection and not damaged shall be reinstalled. B. Provide warning signs, lights, barricades, safety rails and all other protective devices required to assure safe practices. Comply with provision of the State of California Construction Safety Orders, latest Register (Cal /OSHA), and all requirements of the State Division of Industrial Safety. C. Take precautions to guard against movement, settlement or collapse of any adjacent portions of the building, services, sidewalks, or utilities. Adequate bracing and shoring shall be provided to safeguard the building and personnel. 1.03 UTILITIES. A. Active utilities shall be protected by and at expense of the Contractor. Keep any required utility or sewer in operating condition during entire period of work. B. Inactive or abandoned utilities, if any, shall be disconnected, removed to, or plugged or capped, five feet (5') outside building lines of proposed buildings, subject to the local governing ordinances. DEMOLITION 02100 -1 9 17 C. Refer to Divisions 15 and 16 for any required removal, repair and rehabilitation work required to adapt to new construction. 1.04 DUST AND NOISE ABATEMENT. A. Dust, dirt and debris shall be confined to the construction area. Exercise all possible precaution to keep dust from circulating and contaiminating this and adjacent building operations and store areas. B. Provide dust barrier of temporary wood- framed partition covered with 6 mil PVC and sealed with pressure sensitive tape. Provide to separate openings in building from construction procedures prior to commencement of work. Barrier shall also protect against moisture incursion. C. Selection and disposition of power equipment shall be such as to provide least possible interference due to airborne noise. D. During entire period of work and during loading keep area and materials being loaded sprinkled to reduce dust in air and annoyance to premises. 1.05 SALVAGE A DISPOSAL A. Salvage: Any salvage material or equipment to be retained by Owner will be indicated on drawings. All other material shall become the property of the Contractor. Store neatly and remove from site promptly. B. Contractor not to dispose of salvage at site by sale or gift in any manner to general public. Contractor may dispose of salvage at site to duly licensed contractor or material men. C. Burning of combustible rubbish on site is prohibited. D. Haul rubbish and debris away from site promptly and legally dispose of off -site. PART 2 - PRODUCTS - NOT APPLICABLE PART 3 - EXECUTION 3.01 DEMOLITION. A. Intent is for building to remain open for use during construction period. Contractor shall select demolition and contruction pro- cedures and equipment which cause the least possible interference to operations. B. Workmanship: Removal of indicated materials and finishes shall be by skilled and properly equipped workmen. Materials and equipment to be salvaged shall be removed under the direction of or by the craftsmen who would normally install the materials. Carefully remove all items to be removed leaving the building sound and with all other items and finishes undamaged. DEMOLITION 02100 -2 X) /b C. Method: All cutting and demolition shall be done with equipment most suitable for the work without introducing harmful vibrations in the building or excessive noise. Cuts shall be made neatly and carefully to provide good appearance and joining and patching to present acceptable finish wherever such cutting appears in the finish work. D. Demolition and Cutting: Perform all cutting, breaking and removal as necessary to provide for the new work. Demolish concrete and masonry in small sections; carefully remove framing. E. Finishes: Remove existing finishes are required for new construc- tion. Cut back neatly to straight lines to provide for patching and refinishing acceptable to Architect. DEMOLITION 02100 -3 /( 19 0 SECTION 03345 CONCRETE FINISHES PART 1 - GENERAL 1.01 DESCRIPTION. A. Work Included: 1. Finishing of all concrete surfaces as indicated including slab and wall finishes. 2. Sealing compounds for exposed concrete slabs. B. Related Work Specified Elsewhere: 1. Concrete work. 2. Painting and wallcovering. 3. Floor finish materials. 1.02 QUALITY ASSURANCE. A. Applicable Code: 'Refer to sheet T -1. 1.03 SUBMITTALS. A. Submit manufacturer's printed data and specifications for all manuf- tured products proposed for use. 1.04 PRODUCT DELIVERY. A. Deliver manufactured products in manufacturer's original containers with manufacturer's labels intact, containing manufacturer's name and product designation. PART 2 - PRODUCTS 2.01 MATERIALS. A. Concrete Slabs: For concrete floor slabs designated to receive sealer use a non - yellowing sealer /hardener, equal to "Spartan- Cote" manufactured by The Burke Company. CONCRETE FINISHES 03345 - 1 �. .zu PART 3 - EXECUTION 3.01 SLAB FINISHES. A. Finishing: After leveling and floating finish slabs as indicated with the following finishes. Follow finishing immediately with application of specified long -term curing systems. 1. Steel Trowel Finish: Apply to slabs to receive applied flooring materials and other areas not specifically identified for special finish. Steel trowel surface to a uniform texture and appearance, dense and smooth and free from defects that would telegraph through floor covering system. 2. Rotary Sweat Finish: Apply to building slabs to be exposed in the finish work. Provide a final hand troweling to produce a fine rotary sweat finish. 3. Broom Finish: Apply to exterior slabs as indicated. Immediately after applying trowel finish, slightly roughen the concrete surface by brooming with a fiber bristle broom; broom perpendicular to main traffic route. Texture is subject to approval by Architect. 3.02 FINISHING EXPOSED CONCRETE SURFACES. A. These provisions apply to all formed concrete exposed in the finish work, exterior or interior, unless specifically detailed otherwise. Perform procedures prior to application of any curing compounds. B. All Surfaces: Thoroughly clean of all stains, spatter and loose material. C. Fins, Ridges, High Spots: Hone smooth with abrasive power grinders while concrete is green, immediately after form removal. D. Form Tie Holes and Deep Depressions: Flush thoroughly with clean water and tamp to overfull with drypack. Cure 10 days and hone flush and smooth. E. Rock Pockets, Honeycomb, Sand Streaks, Debris and Voids: Cut out at least 1 inch deep with sides perpendicular to surface. Flush out with clean water, coat surface with neat cement paste and tamp to overfuil with drypack in at least two layers. Cure for 10 days and hone flush and smooth. CONCRETE FINISHES 03345 - 2 4f ao 0 3.03 FINISHING SMOOTH ARCHITECTURAL CONCRETE SURFACES. A. Perform on all architectural concrete indicated to have a smooth (sacked) finish. Perform as concrete has hardened sufficiently to preclude damage from these operations and prior application of any curing compound. Apply to surfaces already prepared as specified in Paragraph 3.02. B. Procedure: 1. Use filler mixture consisting of 1 part Portland cement, 1/2 part water and sufficient 30 mesh silica sand to provide consistency of thick paint. 2. Wet surfaces thoroughly. 3. Brush specified filler mix evenly over surface, completely filling all voids. 4. Scour surface vigorously with firm sponge rubber float immediately after application, then allow to set. 5. Continually moist cure using fine, mist -type fog spray during hardening. 6. After filler mix has hardened sufficiently, remove excess with edge of trowel without removing filler from pits and holes. 7. Allow surface to dry thoroughly. 8. Rub vigorously with dry, clean burlap to remove cement haze. 3.04 DEFECTIVE CONCRETE. A. Concrete containing the following defects shall be repaired or replaced to the satisfaction of the Architect, at no additional expense to Owner. 1. Not meeting minimum strength. 2. Not formed properly as indicated. 3. Not true, plumb or level. 4. Cracks detrimental to performance or appearance. 5. Containing shavings, debris, honeycombs or voids. B. Placement of defective concrete by Contractor shall include all expense of additional testing and inspections required as a result of such defective concrete. END OF SECTION CONCRETE FINISHES 03345 - 3 SECTION 06200 FINISH CARPENTRY PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 0 1. Architectural millwork and trim. 2. Door and window frames. 3. Miscellaneous carpentry items not otherwise provided for. 4. Installation of wood doors and finish hardware. B. Related Work Specified Elsewhere: 1. Rough carpentry. 2. Wood doors. . 3. Finish hardware. 4. Painting and finishing. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. S. Applicable Standards: Unless noted otherwise, latest edition, issue or revision applies. 1. Woodwork Institute of California (WIC) "Manual of Millwork." 1.03 SUBMITTALS A. Submit samples of lumber proposed for use showing full range and variance of defects and characteristics. 1.04 PRODUCT DELIVERY, HANDLING AND STORAGE A. Store millwork in enclosed areas having proper temperature control and adequate ventilation. Maintain temperature prior to and during installation. Do not work until all "wet" work is done. B. Submit WIC Certified Compliance Certificate for all material. Finish Carpentry 06200 - 1 is 83 9 0 PART 2 - PRODUCTS 2.01 MATERIALS A. Finish Wood for Moulding, Planking and Trim: Select Redwood, WIC Custom Grade. Wood shall be seasoned, sound stock, kiln dried to a moisture content of 6 -12 percent. B. Finish Wood for Doors and Window Frames: Ponderosa or Sugar Pine, WIC Custom Grade. Wood shall be seasoned, sound stock, kiln dried to a moisture content of 6 -12 percent. C. Plywood: Conform to U.S. Product Standard P.S -1 -74. Plywood shall be grade marked by the American Plywood Association (APA) for exterior use. Thickness as indicated. 1. Use rough -sawn textured panels without grooves. Provide with tongue and groove edge. D. Builders Rough Hardware: All new materials of standard manufacture as designated on the drawings. 1. Nails: Common wire nails conforming to Fed. Spec. FF -N -1058. Use finish or casing nails for all siding and trim. Use galvanized nails for all exterior, exposed nailing. 2. Screws: Flathead wood screws, chrome brass for exposed work. E. Backing Paper: 15 -1b. asphalt- saturated felt or waterproof building paper conforming to Fed. Spec. UU- B-790. 2.02 FABRICATION A. All work shall be in accordance with WIC "Custom Grade." Machine cut, sand and, insofar as practical, assemble in the shop. B. Neatly assemble with minimum of joints. Joints shall be made with concealed fastenings. Use waterproof glues. Joints shall be secured to prevent separation. C. Scribing, mitering and jointing shall be accurately and neatly done. Corners shall be mitered. D. Checked, grooved or poorly sanded stock is not acceptable. E. Door Frames: Fabricate in accordance with WIC Manual of Millwork, Section 12, for painted finish. F. Window Frames: Fabricate in accordance with WIC Manual of Millwork, Section 21, for painted finish. Sash type and design shall be as shown on drawings; provide vented units as shown. Finish Carpentry 06200 - 2 1(O 9 PART 3 - EXECUTION 3.01 INSTALLATION OF TRIM AND FRAMES 0 A. Install in accordance with WIC Manual of Millwork, Section 26. Install trim straight, plumb and level with closely fitted joints. B. Use blind nailing to extent practical. Set face nailing and top with non- staining putty to match finish. Use screws for attachment to metal; set and stop screws as required for nails. C. Stagger joints and conceal or place in unobjectionable locations. D. Cope molded work at returns and interior angles and miter at external corners. At intersections of flat work, shoulder to ease any inherent change in plane. 3.02 PLYWOOD A. Textured Plywood: Layout and nail as indicated. End joints shall occur over framing supports with face grain running perpendicular to supports except as otherwise indicated. Nail with casing head nails and set nails. Insure that plywood is level across joints. 3.03 INSTALLATION OF WOOD DOORS A. Do not start work until frames have been properly installed and accepted. B. Accurately fit each door to its frame and hardware with clearances as follows: 1. At lock and hang stiles and top: 1 / *" maximum. 2. Bottom: 1/4" maximum except as otherwise indicated or as required to clear carpeting. C. Drill pilot holes for all screws. Screw home all screws; hammer driving is not acceptable. Neatly and accurately drill for and attach surface mounted hardware. D. Doors are to operate freely, but not loosely, without sticking or binding, without hinge -bound conditions and with hardware properly adjusted and functioning. Finish Carpentry 06200 - 3 /? 35 3.04 INSTALLATION OF FINISHED HARDWARE A. Properly prepare all work to receive hardware. B. Fit hardware into place before painting and finished work is done and, except for prime coated butts, remove and replace in original cartons. After finish painting or staining, reset hardware and leave in proper working order. C. Securely fit and adjust hardware. Avoid injuring adjoining work. Cover knobs, handles and similar projecting parts with suitable protective material until completion of job. END OF SECTION Finish Carpentry 06200 - 4 (8 � SECTION 06400 ARCHITECTURAL CASEWORK PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Architectural casework. 2. Plastic laminate finish. 3. Relaminate existing counters. B. Related Work Specified Elsewhere: 0 1. Finish carpentry. 2. Miscellaneous metal support, angles and bracket. 3. Lockers. 1:02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards: 1. Woodwork Institute of California (WIC) Manual of Millwork. 1.03 SUBMITTALS A. Shop Drawings: Submit shop drawings for all casework, identifying location in building and showing all materials and species, connections, fabrication details, installation details and hardware. Show casework in plan elevation and section and in scale as required to fully detail work. Shop drawings shall bear the WIC Certified Compliance Grade Stamp indicating the grade specified. B. Submit samples of plastic laminate showing full range of manufacturer's color, patterns and textures. Each sample chip shall bear manufacturer's name and color designation. Architectural Casework 06400 - 1 9 3L 1 0 0 1.04 PRODUCT DELIVERY AND STORAGE A. Deliver casework to job only after installation of all plaster, tile and other "Wet" work and when there is no danger of damage due to excessive moisture conditions. B. Store all casework indoors protected from all wet conditions. Maintain temperature at 60 °F minimum after delivery of all casework. Protect casework adequately against moisture, dust, paint and other damaging elements prior to and during installation. PART 2 - PRODUCTS 2.01 LAMINATED CASEWORK A. Casework shall be laminated plastic covered conforming to WIC Manual of Millwork, Section 15 and 16. Casework shall be WIC Custom Grade of flush overlay construction. Casework shall be of the sizes and configurations shown on the drawings. B. Laminated plastic finish shall be applied to all exposed surfaces including counters, faces of doors and drawer fronts, exterior faces of cabinet ends, backs or fixed panels exposed after installation, bottoms of all wall hung upper cabinets, tops of units not-more than 5' -9" in height above floors and interior portions of open shelving, including both faces of shelves and dividers and visible edges of shelves and dividers. C. Semi - exposed surfaces shall be finished with a low pressure, polyester overlay cabinet liner. Such areas shall include drawer sides, backs and bottoms, interior faces of doors and lockers, all interior portions of closed shelving and flat tops of cabinets more than 5' -9" above the floor. D. Hardware: All hardware for casework including hinges, pulls, catches, locks and adjustable shelf brackets shall be furnished with casework. Conform to hardware types as shown on drawings. Architectural Casework 06400 - 2 a, 39 i PART 3 - EXECUTION 3.01 CASEWORK INSTALLATION • A. All work shall be assembled at the mill insofar as is practical in sections and lengths as required to be accessible to locations in the building. Deliver casework to the job ready to set in place. B. Install casework plumb and level in accordance with WIC Manual of Millwork, Section 26. Shim as necessary using concealed shims. C. Anchor wall units securely. Indicate methods on shop drawings. D. Casework secured to floor shall be attached to blocking which has been secured to floor. E. Accurately scribe and closely fit all face plates, filler strips and trip strips to irregularities of adjacent surfaces. Caulk at perimeter as required for flush installation. F. Re- laminate counters with plastic laminate in accordance with WIC Manual of Millwork, Sections 16 and 26. Architectural Casework 06400 - 3 ';V 4c SECTION 06600 PLASTIC FABRICATIONS PART 1 - GENERAL 1.01 DESCRIPTION. A. Work Included: 1. Fiberglass forms of shapes indicated. B. Related Work Specified Elsewhere: 1. Concrete formwork. 2. Plastic laminate casework. 3. Lath and plaster. 4. Camposition siding. C. Bid Alternate: Work of this Section comprises a bid alternate to the base bid. Refer to Section 01100 for additional requirements. 1.02 QUALITY ASSURANCE. A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS. A. Submit manufacturers product literature and specifications for all materials proposed for use. B. Submit Shop Drawings showing all materials and installation methods. C. Submit samples of fiberglass, minimum size 12" a 12" showing finish and color to be provided. PART 2 - PRODUCTS 2.01 MATERIALS. A. Decorative fiberglass forms shall be equal to products manufactured by DEC, Inc., (213) 537-9500. Equal products by other manufacturers are acceptable upon written approval by the Architect. B. Forme; shall be composed of a polyester resin reinforced with glass fibers. Forms shall have a Class I flame retardancy. LIFEGUARD HEADQUARTERS Plastic Fabrications CITY OF NEWPORT BEACH 06600 -1 a.t C. Provide fora in the shapes and molds as detailed. Provide with finish texture and color as selected by Architect. PART 3 - EXECUTION 3.01 INSTALLATION. A. Install in locations detailed, as recommended by manufacturer and as shown on the Shop Drawings. LIFEGUARD iENWARTERS CITY OF AMPORT BEACH 93 END OF SECTION Plastic Fabrications 06600 -2 SECTION 07210 BUILDING INSULATION PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Glass fiber building thermal insulation. 2. Rigid insulation board. B. Related Work Specified Elsewhere: 1. Wood wall framing. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards: 1. Unless noted otherwise, latest edition, issue or revision applies. 2. American Society for Testing and Materials (ASTM) Specifications. 1.03 SUBMITTALS A. Submit complete manufacturer's printed date for all types of insulation proposed for use. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered to the job in their original, unopened packages, bearing manufacturer's label and product designation. 'B. Store materials off ground in a suitable location providing protection from damage and exposure to elements. Wet or damaged material shall not be used. Building Insulation 07210 - 1 aY � f 0 • PART 2 - PRODUCTS 2.01 MATERIALS A. Glass Fiber Insulation at Exterior Walls: Insulation shall be foil faced fiber glass material in roll or batt from 3 -1/2 inches thick minimum complying with ASTM C -665 and having an R -value of 11. B. Rigid Insulation Board: Shall be a foil- faced, glass fiber reinforced, polyisocyanurate foam core board equal to Celolex "Thermax." Board shall be 1 -inch thick. Side exposed to exterior shall have a coated, heavy gauge, foil facer. PART 3 - EXECUTION 3.01 INSTALLATION A. All installation shall conform with manufacturer's printed . instructions and as outlined herein. Install properly to permanently prevent insulation from sagging or settling. B. Glass Fiber Insulation at Exterior Walls: Insert flanged blankets between framing members, vapor barrier facing inward. Flanges shall be attached to framing members as recommended by manufacturer. Avoid gaps or bulges. Fit insulation around penetrations by cutting, not piercing. Insulation shall fit all framing spaces to form a complete insulated blanket. C. Rigid Insulation Board: Install at existing walls as detailed. Use PVC strips and T strips at board joints or recommended by manufacturer. Heavy gauge facer shall face to exterior side. Building Insulation 07210 - 2 .aS 43 0 SECTION 07310 ASPHALT SHINGLES PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Asphalt roofing shingles. 2. Felt underlayment. B. Related Work Specified Elsewhere: 1. Rough carpentry and roof deck preparation. 2. Flashing and sheet metal. 3. Built -up roofing. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards: Unless noted otherwise, latest edition, issue or revision applies. 1. Underwriter's Laboratories, Inc., (UL) Classification as specified herein. 1.03 SUBMITTALS A. Submit complete manufacturer's printed data and specifications for products proposed for use. B. Submit samples of products proposed for use for color selection. Samples shall be actual shingles, submitted in sufficient quantity to show manufacturer's full color range. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver all materials to the job in their original un- opened packages bearing manufacturer's label intact and legible. B. Store all materials off ground in a suitable location providing protection from damage and exposure to elements. Store rolled materials on end. Wet or damaged materials shall not be used. Asphalt Shingles 07310 - 1 � t5' PART 2 - PRODUCTS 2.01 MATERIALS A. Asphalt Roofing Shingles: Shall be equal to GAF "Timberline" shingles; color designation "Charcoal Blend? Shingles shall weigh 325 -lbs. per square. Exposure shall be 5 -5/8 inches. Shingles shall have a U.L. classification for external fire exposure and wind resistance; Class "A" label. Provide all hip and ridge shingles and accessories as required for a complete job. B. Underlayment: Standard 15 -1b. roofing felt; manufactured by same manufacturer as shingles. PART 3 - EXECUTION 3.01 INSPECTION AND PREPARATION A. Inspect roof deck prior to commencing work. Deck shall be smooth, dry, broom clean and securely nailed. Cover large cracks with sheet metal. B. Sheet Metal Work: All sheet metal flashing shall be securely installed prior to commencing work. 3.02 INSTALLATION A. Install underlayment and shingles in accordance with manufacturer's printed instructions. Nail according to manufacturer's and U.L. requirements. Asphalt Shingles 07310 - 2 .7-7 40 r PART 1 - GENERAL 1.01 DESCRIP 0 0 SECTION 07460 A. Work Included 1. Solid vinyl siding and soffits. 2. Accessory materials. B. Related Work Specified Elsewhere 1. Lath and plaster. 2. Finish carpentry. 3. Plastic fabrications. 4. Rough carpentry and furring. C. Bid Alternate: Work of this Section comprises a bid alternate to the base bid. Refer to Section 01100 for additional requirements. 1.02 QUALITY ASSURANCE. A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS. A. Submit manufacturer's complete printed data and specifications for products proposed for use. B. Submit samples of siding showing finish texture and color. Sample size shall be panel width x 12 ". PART 2 - PRODUCTS 2.01 MATERIALS. A. Siding and soffit materials shall be equal to products manufactured by CertainTeed Corp. Equal products by other manufacturers are acceptable upon written approval by the Architect. LIFEGUARD HEADQUARTERS CITY OF NEWPORT BEACH AS Composition Siding 07460 -1 B. Siding and soffits shall be solid vinyl composition made from extruded PVC, complying with ASTM D3679. Provide in the shapes and profiles as follows: 1. Siding: Single 8: horizontal siding, 12' -6" lengths, 8" exposure. 2. Soffits: 16" vented, 12' lengths. C. Provide accessory materials of same composition as siding. Provide the shapes and profiles detailed, including window and door casing trim and outside corners. D. color: Provide the finish colors as follows: 1. Siding and soffits: Pebble Gray. 2. Accessory trim shapes: Colonial White. PART 3 - EXECUTION 3.01 INSTALLATION. A. Install siding and trim members in strict conformance with manufacturer's directions. LIFEGUARD HEADQUARTERS CITY OF NEWPORT BEACH ap END OF SECTION Composition Siding 07460 -2 0 SECTION 07510 BUILT -UP ROOFING PART 1 - GENERAL 1.01 DESCRIPTION. A. Work Included: J 1. Built -up roofing over plywood decks where indicated. B. Related Work Specified Elsewhere: 1. Plywood roof deck. 2. Sheet metal flashing. 1.02 QUALITY ASSURANCE. A. Applicable Code: Refer to Sheet T -1. B. Applicator Qualification: Roofing applicator shall be officially listed and approved by manufacturer of roofing materials. 1.03 SUBMITTALS. A. Submit manufacturer's printed date and specifications describing all materials proposed for use and application instructions. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING. A. Deliver all materials in their original, unopened packages and con- tainer with seals unbroken and manufacturer's label and product identification clearly legible on each package. B. Store materials off ground in a suitable location providing protection from damage and exposure to elements. Store rolled materials on end. Wet or damaged materials shall not be used. PART 2 - PRODUCTS 2.01 MATERIALS. A. In order to designate quality and types and amounts of materials required, these specifications are based upon Flintkote Company "AAA -4 -1 Gravel Surfaced Roof System" with U.L. approved, U.L. NO. R1190 "N ", class A as specified in the Flintkote Company Specification Manual. Products and roofing systems of other manufacturers equal to those specified will be accepted upon written authorization of the Architect. B. Provide the following materials per 100 square feet of roof area: Built -Up Roofing 07510 - 1 3 o p7 Glasbase Base Sheet (3 plies) ....................... 75 lbs. Type III Asphalt Moppings (2 @ 24 lbs. ea........... 50 lbs. Flood coat of Type III Asphalt ...................... 60 lbs. Gravel surfacing (or slag).. ................. 400 lbs. Approximate Total Finished Weight 585 lbs. C. Asphalt: Apply asphalt at a temperature between 400 °F and 450 °F. Flood coat shall be applied to provide a coating of uniform thickness. D. Cants: In angles of roof deck and vertical surfaces, the roofing contractor shall furnish and install a fiber cant strip with a minimum 3" face. E. Gravel: Surfacing shall be opaque, clean and thoroughly dry. Gravel shall be a 50 -50 ratio 4 -5 screen crush, 1/4" to 1/2 ". PART 3 - EXECUTION 3.01 INSPECTION OF SURFACES. A. Roof Deck: Roof deck shall be smooth, dry, clean and securely nailed. Cover large cracks with metal. Properly grade surfaces to outlets. B. Outlets: Drainage outlets shall be installed below roof deck surface to permit free flow of water and to prevent forming water dams at rims. 3.02 PREPARATION. A. Sheet Metal Work: All metal flashings shall be primed with asphalt primer and allowed to dry before roofing materials are applied. B. Cants: Nail cants 2' o.c. to roof deck. The cants shall fit flush at ends and to vertical surfaces. 3.03 APPLICATION. A. Outlets: Set base ply at drains in flashing compound 9" wide around ring and flange. After membrane is applied, and while hot, install clamp rung and tighten. B. Valleys: Reinforce valleys with an additional ply of base sheet 36" wide, extending 12" up inclines. Apply in direction of slope of valley, lapping 4" on ends. Solid mop to base ply. X. Projections: Where projections extend through the roof surface, install flashing with a 4" wide continuous flange. Set flange in flashing compound on base ply. Flange must also be nailed 3" o.c. 3/4" from perimeter. Seal flange with a 6" wide strip of "Yellow Jacket" glass fabric, set in asphalt. Follow with a collar of base ply to fit around projections and overlap flanges 6" on all sides, applied in asphalt. AFter membrane is applied, form a cant of flashing compound around the base. Built -Up Roofing 07510 - 2 3/ `6 0 I Roofing Membrane: Cut plies in lengths not to exceed 18' and allow to flatten. Longer lengths may be used when rolled or machined and broomed into place. Apply base ply lapping 2" on sides. Attach base ply at side laps 9" o.c. and 18" o.c. staggered in two rows 12" from each edge with approved fasteners. Nailing shall conform to T22- 94455(c)(4). Solid mop base ply with asphalt and embed two additional plies, single method, lapping 19" on sides, mopping between plies. All end laps shall be 4" and not less than 3 feet apart, diagonally staggered. All side and end laps of each ply shall be staggered and offset from preceding plies. E. Base Flashings: Over the completed membrane at vertical surfaces, install base flashings consisting of one ply of base sheet and one ply of "Flintglas" cap sheet, applied in asphalt. Nail to edge 9" o.c. through tin discs. F. Final Surfacing: After all plies are installed, apply a flood coat of aslphalt and embed the gravel surfacing. Roofing system shall be installed in a continuous application. Built -Up Roofing 07510 - 3 3,X !' SECTION 07570 ELASTOMERIC DECKING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Waterproof exterior decking B. Related Work Specified Elsewhere: 1. Decking substrate 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicator Qualifications: The decking shall be the product of a manufacturer of the material for at least five years and who can provide reference of five satisfactory installationsin which the material proposed for use has been in service for at least five years. C. Design Criteria: Decking shall consist of a felt divorcing sheet; a flexible, elastic reinforced waterproof membrane composed of a synthetic latex elastomer, an integral flashing; and a synthetic latex mastic traffic surface. Minimum acceptable physical quali- ties for the decking are as follows: 1. Binder and rubber emulsions for this elastomeric surfacing shall be compounded with neoprene liquid latex and shall have a minimum neoprene solids content of 37% when tested by the "dry cup" method. 2. The deck covering shall withstand a water pressure of 50 psi for a period of sixty (60) minutes without water transmission or rupture of the membrane. 3. The tensile strength shall be greater than 600 psi. 4. Decking shall elongate an average of .5 inches in one foot. 5. The deck covering shall meet fire rating requirements as set forth under ASTM E -108, Test Method C, Class A. 6. The total thickness of the deck covering application shall be a minimum of 3/16 ". ELASTOMERIC DECKING 07570 -1 33 s/ 0 0 7. All raw materials shall be noncombustible and shall not emit solvents or other recognized pollutants into the atmosphere. 8. Compositions of oxychloride cement, epoxies, urethanes, PVC's, PVA's, silicones, solvent based neoprene or hypalon or combinations thereof are not acceptable. 1.03 SUBMITTALS A. Submit complete manufacturer's data and specifications for materials proposed for use. B. Submit samples of manufacturer's standard colors. Manufacturer to have a minimum of 15 standard colors for selection. 1.04 PRODUCT DELIVERY A. Deliver all materials in unopened bags and pails clearly labeled with manufacturer's name and product designation along with date of manufacture. B. All materials shall be completely factory pre - packaged and pre - blended. 1.05 GUARANTEE A. Provide manufacturer's written guarantee against faulty workmanship and materials for a period of two (2) years. PART 2 - PRODUCTS 2.01 MATERIALS A. Decking shall be a Neoprene Latex Mastic deck covering. Decking shall conform to the properties herein specified. Deck shall be as described in Finish and Color Schedule, Sheet A -1. PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Decking substrate shall have a clean, smooth, uniform surface free of depressions and ridges and properly pitched for drainage as shown. 3.02 INSTALLATION A. Apply felt divorcing sheet, bondcoat and reinforced synthetic rubber membrane, flashing, latex mastic traffic surface and colorseal in strict accordance with manufacturer's printed instructions. ELASTOMERIC DECKING 07570 -2 :?q Q 9 i SECTION 07600 SHEET METAL PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Flashing and counterflashing 2. Scuppers 3. Gutters and downspouts 4. Any other required sheet metal work B. Related Work Specified Elsewhere: 1. Ductwork 2. Plumbing work 3. Painting 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards: 1. Unless otherwise noted, latest edition, issue or revision applies. 2. ASTM (American Society of Testing and Materials) as referred to herein by number. 3. SMACNA (Sheet Metal and Air Conditioning Contractors National Association) "Architectural Sheet Metal Manual." 1.04 SUBMITTALS A. Submit shop drawings showing all materials, fabrication and connec- tions proposed for use. Scale drawings to clearly and completely define work to be done. B. Submit samples of materials proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Galvanized Sheet Metals: Conform to ASTM A 525, thickness as required for specific conditions, minimum 24 gauge. B. Copper: ASTM B -370, soft temper. Minimum weight shall be 16 oz. per sq. ft. SHEET METAL 07600 -1 3S 1 C. Solder: Conform to ASTM B -32. D. Flux 1. Galvanized steel - muriatic acid 2. Copper - non - corrosive soldering salts E. Fasteners: Use rivets, nails, sheet metal screws, machine screws, self- tapping screws of types and size best adapted to conditions of use. Use material to match sheet metal type. PART 3 - EXECUTION 3.01 FABRICATION AND INSTALLATION . A. Workmanship: Conform to SMACNA Standards and details. Finish sheet metal work water and weathertight throughout. Conceal required reinforcements within finished assembly. B. Form and fabricate work to adequately provide for thermal expansion and contraction and building movement, without overstressing materials, breaking connections or producing distortions in finished surface. C. Soldering: Solder slowly heating the seams thoroughly and completely filling them with solder. Finish surfaces neatly, full - flowing and smooth. Wash acid flux thoroughly. D. Caulking: Caulk joints in sheet metal and between sheet metal work and adjacent construction in accordance with Caulking and Sealants Section. E. Finishing: Do not shop prime any work under this Section. All painting to be executed in accordance with Painting Section. F. Gutters: Gutters shall be formed in sections 8 feet in length minimum. Joints shall be riveted or soldered except at expansion -type slip joints. Gutters shall be supported by hangers spaced at 36 inches on center. Hangers shall be of same metal as gutters. G. Downspouts: Downspouts shall be provided in 10 foot minimum lengths. End joints shall telescope 1 -1/2 inches minimum; joints shall be locked. Provide copper wire ball strainers at gutter outlets. Downspouts shall be kept away from wall 1 inch minimum; fasten at top and bottom and 5 ft. on center minimum. Fastener straps shall be of same material as downspouts. SHEET METAL 07600 -2 30 55 • SECTION 0781J • SKYLIGHTS PART 1 - GENERAL 1.01 DESCRIPTION. A. Work Included: 1. Acrylic pyramid skylights. B. Related Work Specified Elsewhere: 1. Membrane roofing. 2. Flashing and sheet metal. 3. Sealants and caulking. 1.02 QUALITY ASSURANCE. A. Applicable Code: California Administrative Code, Title 22 and Title 24, Part 2, latest Register. B. Guarantee: Provide manufacturer's written guarantee against leaking for ten (10) year period. 1.03 SUBMITTALS. A. Submit manufacturer's printed data, catalogue sheets and specifications for products for use. B. Submit samples of acrylic showing full range of manufacturer's colors. PART 2 - PRODUCTS 2.01 MATERIALS. A. In order to designate quality of materials required, specifications are based upon products of Bristol Fiberlite Industries. Products of other manufacturers equal to the specified are acceptable upon approval by Architect. B. Skylight shall be pyramid skylight of size indicated on drawings. Acrylic pyramid shall be fused to its own counter flashing fiberglass skirt, eliminating gaskets and seals at skylight edge. C. Acrylic color shall be as selected by Architect. Skylights 07810 -1 37 57 PART 3 - EXECUTION • 3.01 INSTALLATION. A. Install skylights in strict accordance with manufacturers printed instructions and as detailed. END OF SECTION Skylights 07810 -2 38 A4 SECTION 07900 SEALANTS AND CAULKING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: Caulking specified in this Section includes, but is not necessarily limited to the following major items requiring caulking. 1. Sheet metal work 2. Door frames 4. Class and glazing 5. Joints in concrete and masonry 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards: 1. Unless noted otherwise, latest edition, issue or revision applies. 2. American Society for Testing and Materials (ASTM) Specifications as noted herein by number. 3. Federal Specifications as referred to herein by number. 1.03 SUBMITTALS A. Submit manufacturer's literature and specification on products proposed for use. B. Submit samples of each type of caulking material proposed for use. C. Submit items under each of the various sections under which these materials are used. PART 2 - PRODUCTS 2.01 MATERIALS A. General: Sealant shall be able to be easily applied by caulking gun, putty knife or trowel. Sealant shall not sag or flow when applied in vertical or overhead installations and shall cure under normal temperature conditions to a flexible, firm rubber. Sealants shall be non - staining. SEALANTS AND CAULKING 07900 -1 37 00 Exterior Joints in Horizontal Wearing Surfaces: Two -part self leveling urethane sealant conforming to Fed. Spec. TT- S- 00227E, Type I, Class A and ASTM C -920. Reference products: 1. Pecora Urexpan NR -200 2. Tremco THC 900 3. Vulkem 255 C. All Other Exterior Joints: Includes perimeters of exterior openings (and interior of exterior openings), expansion and control joints and sheet metal joints and sheet metal to facade joints. Use one part, non -sage polysuflide sealant conforming to Fed. Spec. TT- S- 00230C, Type II, Class A and ASTM C -920. Reference products: 1. Pecora Synthacalk GC -9 2. Sonneborn Sonolastic 3. PRC 5000 All Interior Work: One part, construction grade silicone sealant conforming to TT- S- 001543A, Class A, and ASTM C -920. Reference products: 1. Pecora 863 2. Dow 999 3. G.E. 1200 E. Colors: Colors selected will be required to match or contrast with adjacent material as required. Non - standard colors will be required where necessary for color matches. Primer: Provide primers supplied by manufacturer of sealants that have been tested in combination with the sealant for staining and durability. Filler and Backing: Use non - absorbent, closed cell polyurethane foam, polyethylene foam or butyl, free from oil or other staining elements. Oakum and other types of absorptive materials shall not be used, including materials impregnated with solvent or bituminous materials. Filler and backing materials shall be of a compressive nature. PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. General: Surfaces against which sealants are to be applied shall be clean, dry to touch and free from moisture, oil, wax, lacquer, paint or other foreign material that would tend to impair or destroy adhesion. Remove loose particles and blow out joints with oil -free air. Concrete: Cure and dry fresh concrete before primer is applied. Wash away and surface dry alkaline seepage from fresh concrete. SEALANTS AND CAULKING 07900 -2 4!0 (o/ n U E C. Masonry:. Cure masonry a minimum of 10 days under normal weather conditions. Remove dirt, dust and efflorescence by bristle brush (wire brushing not permitted); provide sound clean and dry surfaces. D. Metal: Remove corrosion by sandblast, wire brush, grinder or chemical corrosion remover. Remove coatings from coated metal surfaces. E. Primer: Use primer in accordance with manufacturer's recommendations. F. Joint Filler: Provide filler or backing by tightly packing the back of joints over 1/2 inch in depth with specified material. 3.02 APPLICATION A. Apply sealant in accordance with manufacturer's instructions. Apply sealants uniformly smooth and free of wrinkles and tooled sufficiently convex to result in a flush joint when cured. B. Firmly press sealant into joint to insure complete wetting of bonding surface. C. Caulk around entire perimeter of each opening. D. Seal all exterior joints if they continue a potential source of leakage or weather incursion. E. Sealant shall not be used when-it become too gelled to be discharged in a continuous flow from gun or when poured. Modification of caulking compound by addition of liquids, solvents or powders is not permitted. 3.03 PROTECTION AND CLEANING A. Protect areas adjacent to joints to be caulked from smearing by sealant. Masking tape may be used if removed within one hour. B. Upon completion of caulking all smears, stains and other soiling resulting from from caulking shall be thoroughly cleaned; leave work in clean condition. SEALANTS AND CAULKING 07900 -3 #/ (02 0 SECTION 08210 WOOD DOORS PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Solid core wood doors 2. Factory fittings and finishing B. Related Work Specified Elsewhere: 1. Wood door frames 2. Finish hardware 3. Finish painting 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS E A. Furnish cutaway corner samples of each door showing construction, face veneer and factory finish. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Package in individual kraft paper cartons to prevent damage from shipping, handling and stacking. B. Store doors flat, of floor in dry well ventilated environment. 1.05 GUARANTEES A. Furnish lifetime written warrantee for doors for interior use; 2 years for exterior use. PART 2 - PRODUCTS 2.01 MATERIALS . A. Provide solid core flush wood doors. 1. Face Veneers: Sound grade hardwood. 2. Crossbands: Hardwood veneer, 1/16 inch thick, extending full width of door with grain at right angles to face veneer. Laminate crossbands and faces to cores with exterior resin glue by hot plate process. 3. Cores: Single panel 3 -ply particle board or low- density staved wood blocks. WOOD DOORS 08210 -1 Ka 6¢ 4. Top and Bottom Rails: 1 -1/4 inch wide. 5. Exposed Stile Band: Continuous full length to match face. B. Provide glazed openings and louvers as required at factory. C. Finish: Completely shop prime and sand. 2.02 FACTORY FITTING A. Furnish doors factory pre -fit to net required size, beveled and machined for all hardware requiring routing and mortising. Machine prior to factory finish. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Section 06700. WOOD DOORS 08210 -2 q3 %s 0 0 SECTION 08300 SPECIAL DOORS PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Rolling service doors. B. Related Work Specified Elsewhere: 1. Electrical wiring and hook -up. 2. Miscellaneous metal angles, jambs and supports. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS A. Submit manufacturer's printed data and specifications on doors proposed for use. B. Furnish shop drawings showing materials, details of manufacturer, construction and installation, hardware, fastenings and finish. PART 2 - PRODUCTS 2.01 MATERIALS A. Curtain: Provide curtain of interlocking slats of size, configuration and gauge as required by door size and wind loads. Fabricate slats from hot - galvanized strip steel bearing a zinc coating of 1.25 ounces per square foot. Bondarize slats for paint adhesion and factory prime with baked -on coat of epoxy primer followed by baked -on top coat of enamel. B. Barrel: Provide barrel of steel pipe or casing of sufficient size to limit deflection to not over .03 inches per foot of span. Main bearings to be ball bearing of ample capacity to carry fully suspended load. Special Doors 08300 - 1 YN 07 C. Hood: Fabricate hood from hot - galvanized sheet steel, 24 gauge minimum. D. Guides, Brackets and Other Items: Fabricate from heavy steel plate and angles of sufficient size and thickness for door size. E. Provide jamb strips, hood baffles and weatherstripping to protect against wind- driven sand and dust. F. Shop prime all exposed parts, except curtain, with one (1) coat of rust inhibitive primer. 2.02 OPERATION A. Doors are to be electrically operated. Provide complete packaged power unit consisting of high- torque hoist -type motor. B. Motor is to be worm -gear unit fully enclosed and running in oil bath. Motor to have sufficient capacity to operate door at approximately one foot per second. C. Provide emergency hand chain operator. D. Provide three button, push- button station, marked "Open," "Close" and "Stop." E. Motor is to be removable for servicing without affecting hand chain use. PART 3 - EXECUTION 3.01 INSTALLATION A. Install new door in strict accordance with manufacturer's printed instruction and shop drawings. Special Doors 08300 - 2 KS �Ig i 6 . SECTION 08700 FINISH HARDWARE PART i - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Finish hardware including hinges, locksets, closers and other items. 2. Seals and thresholds. 3. Other accessories as required for complete assemblies. B. Related Work Specified Elsewhere: 1. Doors and frames. 2. Rolling steel doors. 3. Finish painting. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards: 1. Unless otherwise noted, latest edition, issue or revision applies. 2. ANSI (American National Standards Institute) as referred to herein bynumber. 1.03 SUBMITTALS A. Submit hardware and key schedules listing each type of door opening and identifying each component by catalog number of the proposed manufacturer. B. Submit manufacturer's literature including product description, peformance and test data and reference standards. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Provide all hardware with necessary screws, bolts and fastenings required for proper installation wrapped and packed with hard- ware. B. Label each package clearly indicating manufacturer and portion of work for which it is intended. PART 2 - PRODUCTS 2.01 MATERIALS A. Conform to the following American National Standards for the components indicated. FINISH HARDWARE Kro 08700 -1 70 1. Hinges: ANSI A -156.1 2. Exit Devices: ANSI A- 156.31 3. Cylindrical Type Locksets: ANSI A -156.2 4. Door Closers: ANSI A -156.4 B. Provide oprating trim, protective plates, door stops, thresholds and seals of suitable material and as required for job conditions. C. Hardware types and manufacturers and finishes shall match exist- ing. Locks shall match existing system; keying as directed by Owner. 2.02 HARDWARE SCHEDULE HARDWARE SET NO. 1 1} pair butt hinges 4} x 41 model and finish to match existing 1 lockset to match entry door 1 closer to match existing hold open devise 1 threshold 1 door stop HARDWARE SET NO. 2 11 pair butt hinges 31 x 3; 1 privacy latch set locking from inside HARDWARE SET NO. 3 2 pair butt hinges 4} x 41, finish to match existing 1 latchset to match existing 1 astrigal 2 closers with hold open devise PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to section 06700 &t7 SECTION 08800 GLASS AND GLAZING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Reflective glass 2. Clear glass 3. Glazing accessories B. Related Work Specified Elsewhere: 1. Wood window frames 2. Sealants and caulking - Section 07900 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS I A. Submit samples of each type of glass proposed for use. B. Label samples clearly indicating manufacturer and product name or grade and quality of glass. PART 2 - PRODUCTS 2.01 MATERIALS A. Reflective Glass (Replacement Areas): Provide reflective glass equal to PPG "Solarcool Gray" meeting the following requirements: Glass shall be heat strengthened. 1. Thickness: 1/4 inch 2. Visible Light Transmittance: 17% 3. Indoor and Outdoor Reflectance: 35% 4. "U "- Valve" 1.13 winter night; 1.13 summer day 5. Shading Coefficient: 0.51 B. Double Glazed Units (For glass at new additions): Provide insulating glass units consisting of two lights of 1/4 inch glass separated by a 1/2 space, hermetically sealed. All glass shall be heat strengthened. Units shall be equal to PPG "Solarcool Gray T Window" Units; units shall meet the following requirements: 1. Glass thickness: 1/4 inch 2. Aesthetic affect: Dark Gray 3. Visible light transmittance: 16% Glass and Glazing 08800 - 1 Y8 73 4. Reflective: Out - 10%; In - 37% 5. U- Valve: 0.49 winter night; 0.58 summer day 6. Shading Coefficient: 0.38 7. Relative Heat Gain: 83 BTU hour /square foot C. Clear Glass: Provide clear glass meeting the following: 1. Thickness: 1/4 -inch 2. Weight: 3.2 lbs. per square foot. D. Where required by code and where shown on the drawings, glass shall be tempered for safety to meet ANSI Z- 971.1. E. Gaskets, Blocks and Spacers: Neoprene F. Caulking: Comply with Sealants and Caulking Section. Glass and Glazing 08800 - 2 �f9 SECTION 09110 LATH AND PLASTER PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Lathing materials. 2. Cement plaster work. 3. Sandblasting, re- coating and repair of existing plaster. B. Related Work Specified Elsewhere: 1. Acoustic spray -on texture. 1.02 SUBMITTALS A. Submit manufacturer's complete product data and specifications for all materials proposed for use. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver manufactured materials in original, unopened packages or containers; keep dry at all times. Remove wet and deteriorated materials from site. B. Store cement and lime off ground, under cover and :sway from damp surfaces; keep dry at all times. Remove wet and deteriorated materials from site. 1.04 JOB CONDITIONS ' A. Provide, install and maintain all forms of protection required to preserve other work from damage due to plastering operations. B. Do no lathing until all framing and mechanical and electrical services have been inspected by Engineer and governing authorities. Lath and Plaster 09110 - 1 PART 2 - PRODUCTS 2.01 LATHING MATERIALS A. Waterproof Building Paper: Asphalt saturated felt, free from holes or breaks, weighing not less than 15 -lbs. per square foot; conform to ASTM D -226. B. Woven Wire Fabric: No. 17 gauge galvanized steel wire woven into 1 -1/2 inch Hexagon mesh. C. String Wire: No. 18 gauge galvanized steel wire. D. Lathing Nails: 12 gauge galvanized with 3/8 -inch diameter heads and 5/8 -inch diameter wads. E. Lathing Alternate: As an alternate, use welded wire fabric with self - furring base and waterproof backing equal to Aqua -K -Lath, Type SFB. Welded wire shall be galvanized or fabricated from galvanized wire. F. Metal Accessories: 1. Corner Reinforcement:" Fabricated from expanded metal with large openings or from woven copper- bearing steel wire, 18 gauge minimum galvanized. 2. Base Screen: 26 gauge galvanized metal. 3. Expansion Joint: 24 gauge galvanized metal of profile indicated. 4. Casing head: 24 gauge galvanized metal. G. Anchorages: Tie wires, nails and other approved metal supports of type and size to suit application and to rigidly secure lathing materials in place; galvanized or rust inhibitive coated. 2.02 PLASTER MATERIALS A. Portland Cement: Conform to ASTM C-150, Type I or II. B. Aggregate (Plaster Sand): Conform to ASTM C -144, graded for plaster work. C. Hydrated Lime: Conform to ASTM C -207, Type "S ". D. Finish Coat: Standard manufacture factory mixed coating. Material shall be a packaged blend of Portland cement, hydrated lime and properly graded aggregate. Color as selected by the Architect. E. Water: Clean, fresh and suitable for domestic consumption. Lath and Plaster 09110 - 2 s PART 3 - EXECUTION 3.01 INSTALLATION OF LATHING MATERIALS A. Woven Wire Fabric and Building Paper: 1. At stud walls, apply continuous horizontal string wire at 6- inches on center. Attach to each furring member with 4d blued nails. Draw wire tight. Omit at sheathed walls. 2. Apply building paper over string wire. Lap successive strips 3- inches over lower ones; lap ends 6- inches. Attach with large head galvanized nails. 3. Woven Wire Fabric: Apply from top with lower width lapping upper. Form a continuous taut network over entire surfaces to be plastered. Lap sides 2- inches and tie between supports. Lap ends 3- inches and stagger between widths. Attach using furring nails to hold fabric 1/4 -inch from backing. B. Lathing Alternate: Install Aqua -K -Lath as directed by manufacturer. Commence lathing at top of surface; lap edge of lower sheet over upper. Make laps at bearings only; stagger ends to avoid continuous joint on same support. Attach with suitable nails spaced 5- inches on center maximum. C. Accessories: Set accessories plumb and level; shim as required. Use maximum practical lengths; make joints tight. Nail or wire in place 12- inches on center and only at edges. Apply corner beads to exterior corner angles. Apply casing bead where plaster stops at or abuts dissimilar materials. 3.02 PLASTER APPLICATION A. Scratch Coat: Apply base coat with sufficient material (minimum 3/8 ") to completely embed lath. Scratch in one direction to provide key for following coat. Keep at optimum moisture content for 24 -hours minimum before second coat is applied. B. Brown Coat: Apply not less than 3/8" thick. Bring to an even surface and leave rough, ready to receive finish coat. Keep moist for three (3) days and cure for 10 - 14 days. C. Apply finish coat to a minimum of 1/8 -inch and fill out to a true even plane. Machine apply to create a light dash texture. D. Lay out plaster work so that stoppages occur only at natural breaks such as corners, expansion joints or other metal trim. E. Remove excess plaster from beads, screens, base, trim and adjoining work. Lath and Plaster 09110 - 3 • a 3.03 PLASTER CURING A. After application of each coat of plaster shall contain sufficient moisture to insure hydration. B. If necessary to moisten plaster, avoid soaking and apply water in fine fog spray. Do not apply plaster to surfaces which contain surface water. 3.04 PLASTER, RE- FINISHING AND PATCHING AT EXISTING WORK A. Sandblast existing exterior plaster to remove finish coat as required for application of new finish coat. Sandblasting shall leave solid plaster base as required to receive new finish coat. Provide substantial masking of surfaces adjacent to plaster being sandblasted. B. Apply new finish coat over existing plaster base as outlined in Paragraph 3.02. C. Neatly patch or replace damaged plaster surfaces, damaged during remodel work. D. Cut out broken or damaged plaster on straight lines with clean, sharp edges. Cut out cracks to minimum width of 1 -inch. Patch with same materials and methods as original work. Match adjoining work in plane, finish and texture without perceptible joints. Lath and Plaster 09110 - 4 S3 T SECTION 09250 GYPSUM WALLBOARD PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Gypsum drywall construction. 2. Joint and corner reinforcing. 3. Drywall accessories. 4. Acoustic spray -on texture. B. Related Work Specified Elsewhere: 1. Lath and plaster. 2. Painting. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards: 1. Unless noted otherwise, latest edition, issue or revision applies. 2. Conform to Drywall Industry Trust Fund, "Drywall Construction Manual." 3. American Society for Testing and Materials (ASTM) Specifications as referred to herein by number. 1.03 SUBMITTALS A. Submit manufacturer's printed data and specifications for all materials proposed for use. Gypsum Wallboard 09250 - 1 �r 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered in the original packages, containers or bundles, bearing the brand name and name of the manufacturer. B. All materials shall be kept dry and shall be stored in enclosed areas under roof and fully protected by weather. C. Gypsum board shall be neatly stacked flat avoiding undue sagging or damage to edges, ends and surfaces. PART 2 - PRODUCTS 2.01 MATERIALS A. Gypsum Wallboard: Gypsum board shall be 5/8 -inch, tapered edge, mill fabricated, conforming to ASTM C -36, Type "X ". Use 1/2" thick for attachment over existing ceiling tiles where shown. B. Water- Resistant Gypsum Wallboard: Conform to ASTM C -630 with chemically treated paper. Provide 5/8" tapered edge. C. Fasteners: Use Type "W" bugle -head drywall screws; length as required to provide sufficient penetration into supports. D. Corner Beads, Casing Beads and Edge Trim: Standard wallboard accessories, manufactured of galvanized steel with perforated flanges. E. Joint Treatment Materials: Joint tape, adhesives or compounds as manufactured and recommended by the wallboard manufacturer conforming to ASTM C -475. F. Acoustic Spray -On Texture: Standard manufacturer; factory mixed and packaged blend; white spray texture material with aggregate suitable for a fine finish. Gypsum Wallboard 09250 - 2 SS i2 PART 3 - EXECUTION 3.01 WALLBOARD APPLICATION U A. Cut or saw all openings. Do not score or punch. Sand cut edges and ends where necessary to obtain neat joining when wallboard is erected. Stagger joints in the board with abutting ends occurring over supports. To minimize end joints, use wallboard sheets of maximum practical lengths. B. Fasteners: Space fasteners at 12- inches on center int he field and 8- inches on center staggered along abutting edges. While fasteners are being driven, hold the wallboard in firm contact with the underlying support. Proceed from the central portion of the wallboard toward ends and edges, using power screwdriver recommended by the wallboard manufacturer to drive screws. Drive home with heads slightly below wallboard surface in a dimple formed by the fastener's head. Take care to avoid breaking the paper face. Place fasteners not closer than 3/8" from ends or edges of wallboard. 3.02 JOINT TREATMENT A. Field Joints: Apply a 3" wide uniform coating of adhesive centered on the joint; center tape over the joint and embed into the adhesive. Allow to dry and sand smooth. Apply two (2) coats of adhesive over the tape, extending each coat slightly beyond the preceding one. Allow each coat to dry and sand smooth. Treat screw dimples in a like manner. Taping and spotting shall be sanded smooth, free of defects and wallboard surfaces shall be ready for painting. B. Inside Angles: Treat inside corners and angles as for field joints, except fold the tape in the middle to provide a clean, sharp corner, fully embedded. C. Outside Angles: Use metal corner beads and accessories standard with the wallboard manufacturer set and finished with adhesive as for joints. D. Intersections with Other Materials: Where Gypsum board abuts concrete and other material, trim edge with metal trim. Gypsum Wallboard 09250 - 3 S(p 8? 1 � 3.03 REPAIR OF GYPSUM WALLBOARD A. Repair and patching of Gypsum wallboard shall be made with full size sheets; patching with pieces smaller than full size is not allowed. B. Cut back damaged Gypsum drywall to provide for attachment of new wallboard to framing members. 3.04 APPLICATION OF ACOUSTIC SPRAY -ON TEXTURE A. Prime Gypsum wallboard surfaces to receive spray -on texture with white alkyd flat paint. Refer to Section 09900 for requirements. B. Apply spray -on texture in strict conformance to manufacturer's instructions. Apply with texture gun to achieve a fine finish. Gypsum Wallboard 09250 - 4 I SECTION 09310 CERAMIC TILE PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Ceramic wall tile B. Related Work Specified Elsewhere: 1. Gypsum wallboard 2. Terrazzo 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Applicable Standards 1. Unless noted otherwise, latest edition, issue or revision applies. 2. American Society for Testing and Materials (ASTM) Specifications as referred to herein by number. 3. American National Standards Institute (ANSI) Specifications as referred to herein by number. 4. Tile Council of American (TCA) "Handbook for Ceramic Tile Installation." C. Provide a Master Grade Certificate bearing the certification mark of Tile Council with each carton of tile. 1.03 SUBMITTALS A. Submit manufacturer's printed data and specifications for all material proposed for use. B. Submit samples of tile showing full range of manufacturer's colors, textures and finishes. Samples shall be marked with manufacturer's name and color designation. 1.04 PRODUCT DELIVERY, STORAGE & HANDLING A. Deliver all products to jobsite in manufacturer's unopened cartons and containers with manufacturere's label and product designation intact. B. Store all tile cartons in a dry place. CERAMIC TILE 09310 -1 0 0 PART 2 - PRODUCTS 2.01 MATERIALS 0 A. General: All ceramic tile shall meet or exceed the requirements of ANSI 137.1. B. Glazed Wall Tile: Refer to Color Schedule, Sheet A -1. C. Trim Tiles: Shall be of the type appropriate for the specified installation method. Trim size, color and shade shall match field tile. All exterior corners, jambs and closings to other surfacing materials shall use the proper trim units to complete a finished installation. D. Organic Adhesive: ANSI A- 136.1, Type I E. Grout: Latex - Portland Cement; white in color. PART 3 - EXECUTION 3.01 INSPECTION A. Inspect gypsum wallboard to insure proper application. B. Seal surface of taped joints to prevent water damage. 3.02 INSTALLATION A. General: Lay out tile so field of pattern is exactly centered so that maximum size border tile may be used. Do cutting along outer edges. Cut and drill without marring tile; smooth edges with fine stone. Fit carefully around pipes, outlets and similar items so cover plates or trim will cover cut holes. B. Install wall tile in accordance with ANSI A -108.4 according to TCA Installation Method W223, W242 and 8415. C. Grout: Grout tile flush with face of tile making a neatly finished surface even with top edge of the tile. Force grout into joints and compact at least three - quarters of joint depth or until it meets bond coat. D. Caulk around penetrations through tile using caulking compound compatible with grout color. 3.03 CLEANING A. Remove surplus mortar and clean tile. Use neutral cleaners as recommended by the tile manufacturer. CERAMIC TILE 09310 -2 3A SECTION 09400 TERRAllO PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included 1. Placing Terrazzo 2. Grinding Terrazzo 3. Gleaning, finishing, curing sealing B. Related Work Specified Elsewhere: 1. Flooring Substrates 2. Ceramic Tile 1.02 QUALITY ASSURANCE A. Applicable Codes: Refer to Sheet T -1. B. Applicable Standards: 1. ASTM as referred to herein by number and title. 2. National Terrazzo & Mosaic Association, Inc., Arlington, Virginia: "Terrazzo Specifications, Details and Technical Data." C. Design Criteria: 1. Provide dense, hard, mosaic floor surface composed of marble particles in a matrix of Portland cement, applied in a plastic state and after hardening, is finished by grinding, polishing and sealing. D. Tolerances: 1. As recommended by the National Terrazzo and Mosaic Association. 1.03 SUBMITTALS A. Samples of divider strips. B. Samples of marble chips -- complete grading range and color range for each pattern, texture or color area. TERRAllO 09400 -1 40 PART 2 - PRODUCTS • • 2.01 SETTING BED MATERIALS A. Portland Cement: ASTM C -150, Type I or II. 8. Sand: Concrete Sand, ASTM C -33. C. Water: from domestic sources. D. Reinforcing Mesh: Welded wire mesh, ASTM A -185. 2.02 TERRAllO TOPPING MATERIALS A. Portland Cement: ASTM C -150, Type I or II, White or Gray as required. B. Marble Chips: Clean, hard, crushed natural marble chips conforming to color and texture requirements as selected by Architect. Grading of chips according to National Terrazzo and Mosaic Association Standard Grading as follows: 1. Standard Texture: No. 1 and No. 2 chips in equal parts. 2. Non -slip Terrazzo: Standard texture with 10 to 20 percent silicon carbide added to mix. C. Coloring Agents: Pure mineral pigments, alkali- resistant and non - fading, colors as selected. 2.03 DIVIDER STRIPS A. Zinc Strips: Conform to ASTM B -209. 2.04 RELATED MATERIALS A. Cleaner: Neutral liquid, free from harmful alkali or acid, metallic salts or other strong ingredients that would harm Terrazzo. B. Sealer: Penetrating type, specially compounded for Terrazzo; crystal clear. To consist of Ethyl and Butyl methacrylates. C. Cleavage membrane: 6 mil polyethylene sheeting. PART 3 - EXECUTION 3.02 PREPARATION A. Examine substrates. Do not commence work until any defects have been reported and corrected. Substrate should be broom clean plywood. Apply cleavage membrane. Terrazzo 09400 - 2 0 B. Do not start work until work of other trades which passes through, beneath, or behind terrazzo is completed. 3.02 PLACING UNDERBED A. Place underbed mixture and screed to the level required to allow for the specified depth of finished topping. B. Set divider strips into semi - plastic underbed so that they are straight and at the level required. Trowel firmly along the edges of the strips to assure their anchorage in the underbed. C. Except where otherwise shown or specified for special designs, orient divided strips in floors so that they are perpendicular and parallel to walls. D. Extend divider strips across borders at right angles. E. Allow underbed to set firmly, at least overnight, before placing topping. 3.03 PLACING TERRAllO FLOOR TOPPING A. Place topping mixture in areas bounded by divider strips and bring to the level of the strips. Springle topping surface with additional chips to meet requirements of the sample. Trowel the sprinkled chips uniformly over the finish. B. Roll the topping with heavy metal rollers until excess water is extracted and surface is covered with cement paste. Hand - trowel. to an even surface. C. Place in thickness as recommended by Terrazzo Assocation. 3.04 FINISHING TERRAllO FLOORING A. Grinding 1. Flood the grinding area with water during all grinding. 2. Do not grind terrazzo floors or bases until they have developed sufficient strength to prevent chips from pulling out. 3. For first grinding, use a 24- to 60 -grit carborundum stone; follow immediately with a second grinding using a 80- to 120 - grit stone. 4. After each grinding, thoroughly wash the surface with water and clean residue from holes and recesses. Remove excess water with a vacuum or squeegee. B. Grouting 1. After the second grinding, trowel patching grout onto the surface and work it into voids. Remove excess grout with a trowel. Do not apply dry cement to wet terrazzo. TERRAllO 09400 -3 91 4.3 0 • 2. When patching grout begins to set, rub surface with burlap pads to consolidate grout in voids and to remove excess. 3. Cover the entire surface with curing material and allow to cure for as long as possible to protect surface from staining. 4. finish surface with an 80 -grit or finer stone and water, no sooner than 3 days after grout was applied. C. Cleaning and sealing 1. Thoroughly clean terrazzo after final grinding with a solution of the neutral cleaner to remove all dust and fine material; then rinse. 2. When the surface is dry, apply the sealer according to the manufacturer's recommendations. TERRAllO 09400 -4 12 SECTION 09660 RESILIENT FLOORING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: I. Vinyl composition the flooring 2. Rubber base B. Related Work Specified Elsewhere: 1. Slab finishes 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS A. Submit for review manufacturer's data and specifications for material proposed for use. B. Submit samples of material proposed for use showing full range of manufacturer's colors, patterns and surface textures. 1.04 EXISTING CONDITIONS A. Do not install flooring until all plastering and painting of ceilings and walls have been completed. B. Maintain areas to receive flooring at a temperature not less than 65 °F for 48 hours prior to installation. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Finish and Color Schedule, Sheet A -1, for product designation for all flooring materials including color selection and locations. B. Rubber Base: Provide pre - molded corners for all right angle external and internal corners. C. Adhesives: Use adhesives as manufactured or recommended by flooring manufacturers. RESILIENT FLOORING 09660 -1 6S 94 D. Primer: As recommended by flooring manufacturers. Primer shall be specifically designed to minimize moisture and seal porous or dusty concrete. E. Underlayment: Latex -base mastic as recommended by flooring manu- facturer. F. Cleaner: Neutral cleaner as recommended by flooring manufacturer. PART 3 - EXECUTION 3.01 INSPECTION AND PREPARATION A. Prior to installation of flooring, verify that concrete subfloor is thoroughly dry, broom -clean and free of grease, oil, paint or any foreign matter that would impair adhesion or telegraph through the finished floor. All existing floor the shall be completely removed. B. Fill cracks, holes, depressions and other irregularities in the concrete slabs with underlayment material. C. Prime all concrete surfaces as recommendations for tile installation. 3.02 VINYL TILE INSTALLATION A. Conform to manufacturer's recommendations for tile instlalation. Mix tile from a sufficient number of boxes to uniformly distribute pattern and color variations. B. Lay tile with layout planned so that tiles at perimeter of room are of equal width. Avoid tiles of less than one -half width except at irregularly shapped spaces. C. Spread adhesive with a notched trowel. Apply only enough adhesive to hold tile without rising through tile joint. Area covered by one application of adhesive shall not exceed maximum working area recommended by manufacturer. Install flooring within recommended time limit. D. Make all joints tightly butted, straight and aligned parallel with walls. Neatly trim materials abutting other work to form true, clean joints. Complete flooring installation before installing any topset base. • E. Lay tile in pattern and in grain direction as directed by Architect. 3.03 BASE INSTALLATION A. Neatly and accurately set base at all intersections of flooring and vertical surfaces. B. Install using longest practical lengths. Produce hairline joints. Use only preformed corners; mitered corners are not acceptable. RESILIENT FLOORING 09660 -2 to 6 P6;" 9 0 C. Completed. base shall be accurately aligned, in tight contact with surfaces, and free from exposed adhesive. 3.04 CLEAN -UP A. Finished floor shall be smooth and free from buckles, cracks, waves and projecting edges. B. Upon completion of work, remove scraps and debris and clean adhesive from adjacent work. C. Thoroughly clean resilient floors with a neutral cleaner. Polish with an electric floor buffer. . 61 RESILIENT FLOORING 09660 -3 '%P 0 0 SECTION 09680 CARPETING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Carpeting B. Related Work Specified Elsewhere: 1. Resilient flooring 2. Topset base 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Installer: Carpet installer shall be fully qualified and approved by carpet manufacturer to install specified carpet by glue -down installation method. 1.03 SUBMITTALS A. Submit complete manufacturer's specifications and data for all materials proposed for use. B. Submit samples of carpet proposed for use. Samples shall identify manufacturer, carpet designation and color. C. Provide to Owner copies of manufacturer's maintenance manual for carpet installed. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Finish and Color Schedule, Sheet A -1, for carpet product designations to be used including color and pattern and location of installation. . B. Adhesive: As recommended by carpet manufacturer. C. Vinyl Edging Strips: Refer to Finish Schedule notes. PART 3 - EXECUTION 3.01 PREPARATION A. Examine surfaces to receive carpet. Surfaces to receive carpet shall be dry and free of dust, dirt, oil, wax or other foreign matter. Commencement of installation indicates acceptance of surfaces. CARPETING b� 09680 -1 98 B. Any ridges or high spots in concrete surfaces to be carpeted shall be ground smooth. C. Holes, cracks and low spots shall be filled with latex emulsion filler compatible with the adhesive. 3.02 INSTALLATION A. Carpet shall be glued directly to the floor, using adhesive specified. B. Instllation shall be in strict accordance with manufacturer's recommendations. Particular attention shall be made to the manufacturer's recommendations for seaming and application of adhesives. All spots and smears of adhesives shall be removed immediately. C. Adhesives shall be applied uniformly with a "V" notched trowel. D. Seams of carpet shall be cleanly cut and carefully glued. E. Cut evenly along walls, cut and fit evenly around all projections and into edging strips. Fit closely and evenly to and through thresholds where carpet joins together in doorway. F. All seams and cross seams shall be selvage edge trimmed. Cross seams shall be held to an absolute minimum. G. All carpet shall be lined up so that all lines of carpet match as woven, width and length. H. Fill strips shall be not less than 9" in width and at least 36" in length. I. The finish installation shall be free from scraps, carpet ripples, scallops and puckers. 3.03 CLEAN -UP A. After installation is complete, clean up all dirt and debris and clean carpet of all spots with proper remover as recommended by the manufacturer. Remove all loose threads with sharp scissors and clean entire installation with an upright vacuum (brush type). The entire installation shall be left clean and in a condition acceptable to the Architect. CARPETING j 09680 -2 '77 • • SECTION 09900 PAINTING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Painting of all surfaces including, but not necessarily limited to the following: a. Concrete block b. Exterior plaster c. Exterior ferrous metlas d. Interior gypsum wallboard surfaces e. Exterior and interior wood finish f. Painting factory prime coated equipment g. Exposed piping, conduits and ductwork B. Work Specified in Other Sections: 1. Shop prime coats 2. Factory finishes 3. Painting work specified as work of other sections C. Materials Not to Be Painted: 1. Following surfaces are not to receive painter's finishes: a. Work having complete factory finish other than prime coat. b. Aluminum, stainless steel, brass, bronze, and plated finishes (not zinc or cadmium) c. Finish hardware, except prime- coated items d. Walking surfaces e. Working specified not to be painted under other sections 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS A. List of Paint materials: Prior to submittal of color and gloss samples, submit for approval complete list of paint materials proposed for use, identifying each material by manufacture's name, product name and number, including primers, thinners and coloring agents, together with manufacturer's catalog data fully describing each material as to contents, recommended usage, and preparation and application methods. Identify surfaces PAINTING 09900 -1 it /o/ to receive various paint materials. Make no deviations from approved list. Provide a comparison chart for certification of manufacturer's numbers as herein specified. B. Color and Gloss Samples: Obtain color and gloss selections and instructions from Engineer. Using materials from approved list, prepare and submit six (6) 8 -1/2" x 11" samples of each complete paint finish. Thin each undercoat and paint coat as specified hereinafter. For stain and natural finishes, submit samples on type and quality of wood as used on the project. C. Wall Samples: When color and gloss samples are approved, apply paint finishes to sample wall areas as directed. 1.04 DELIVERY, CERTIFICATES AND STORAGE A. Delivery of Materials: Deliver to site in original, unopened containers with manufacturer's label intact, describing contents with manufacturer's name, product name and number. B. Storage: Provide suitable storage space fo materials. Empty containers, and remove oily rags from building at end of each day's work. Take every precaution to prevent fire. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials of standard manufacture of types as specified in Finish and Color schedule. Materials not specified are to be of best grade currently produced for intended use. Paint Systems: Unless otherwise specified or approved, use paint products of one manufacturer. In any case, primers and intermediate and finish coats in each paint system must be products of same manufacturer, including thinners and coloring agents. Factory Mixing: To each paint material cation. PART 3 - EXECUTION 3.01 CONDITIONS OF SURFACES maximum extent practicable, factory mix to color, gloss and consistency for appli- A. Examination of Surfaces: Examine surfaces to be finished under this Section and see what work of other trades has been left or installed in satisfactory condition to receive paint, stain, or specified finishes. Before starting work notify Architect of any surfaces unsatisfactory for proper paint finish. Applica- tion of first coat of any finishing process constitutes acceptance of surface by painter. PAINTING 09900 -2 1 x /02 0 0 Gypsum Wallboard: Fill cracks, holes, and other imperfections with proper patching compound, finish to match adjoining surface, and allow to thoroughly dry. Remove glaze on surfaces by sanding. After first or primer sealer coat is applied, touch up visible suction spots before next coat is applied; work must not proceed until suction spots are sealed. Shop Coated Metal: Thorougfhly degrease and clean all foreign matter. Clean and spot paint field connections, welds, soldered joints, burned or abraded portions with same material used in shop coats. Woodwork: Sand defects and dust clean. Carefully putty nail holes, cracks or other defects. Plaster: Fill cracks, holes and other imperfections with proper patching plaster. Finish to match adjoining surface and allow to thoroughly dry. Remove glaze on surfaces by sanding. After first coat is applied, touch up visible suction spots before next coat is applied; work must not proceed until suction spots are sealed. Uncoated Ferrous Metal: Thoroughly degrease and clean dirt, rust, mill scale and foreign matter, using rotary brushes solvent or sandblasting as necessary. Remove pits and welding slag, and clean to bright metal before priming. Apply primer within three (3) hours after preparation. G. Galvanized Metal and Zinc Alloy: Thoroughly degrease and clean off foreigh matter. Apply phosphoric metal etch or vinyl -type was coat of type recommended by primer manufacturer, allow to dry and immediately apply primer paint. H. Fixtures, Equipment and Hardware: Cooperate with other trades and coordinate removal of fixtures, equipment, and hardware items as required for painting work. I. Surfaces not Mentioned: Prepare as per paint manufactuer's recommendations and as approved. 3.03 WORKMANSHIP A. Application: Unless otherwise specified, apply materials in accordance with manufacturer's instructions by brush or rollers. Spray painting is not allowed without specific approval in each case. Apply each coat at proper consistency, free of brush or roller marks, sags, runs, or any other evidence of poor workmanship. Avoid lapping paint on glass, hardware, and other surfaces not to be painted; apply masking as required, sand between enamel coats. Protection: Protect floors, fixtures, equipment and like surfaces impervious protective covers or drop cloths. Exercise care to prevent paint from being splattered onto surfaces not to be painted. Paint or repaint surfaces from which such paint cannot be satisfactorily removed, as required to produce acceptable finish. PAINTING 09900 -3 -73 /03 • 0 C. Contrasting Colors: Where painting is executed in contrasting colors, cut to meet true lines. Holidays and re- strikes on painted surfaces are sufficient cause for necessitating re- coating entire surface involved. D. Barricades: Maintain barricades and wet paint signs for duration of need. 3.04 COATS AND COLORS A. Numbers of coats specified to be applied are minimum. First coat may be omitted on surfaces already painted; spot or undercoat with specified first coat as necessary to achieve specified results. Insure acceptable paint finishes of even, uniform color, free from cloudy or mottled appearance in surfaces and evident thinness of coating on arises. 3.05 CLEAN AND TOUCH -UP WORK A. Make detailed inspection of paint finishes after painting work is completed. Carefully remove spatterings of paint material from adjoining work of others, trim, tile and finish metal surfaces and make good any damage thereto. Repair any abraded, stained or otherwise disfigured painting work and leave entire painting work in new condition. K $11 EIi,`tIU[dpl9,9AdRIL4 A. Paint and finish surfaces as indicated by the following schedule. Paint Schedule Frazee Paint numbers are used to establish quality required, for each type of paint, unless noted otherwise. Refer to Finish Schedule on drawings for number designation of colors selected. EXTERIOR: A. Redwood Trim - Two coast Olympic Redwood Stain, semi- transparent. B. Other Wood Trim - First Coat - 372 Finish Coats (2) - 221 C. Ferrous Metal - First Coat - 664; Undercoat - 381 Finish Coat - 221 Painting 09900 - 4 9Y ,,. 7S 0 0 D. Galvanized Metal - First Coat - 661; Undercoat - 381 Finish Coat - 221 E. Concrete Block - First Coat - 262 Finish Coats (2) - 202 INTERIOR: A. Gypsum Wallboard - First Coat - Finish Coats B. Wood Trim - First Coat - Finish Coats C. Ferrous Metal - First Coat - Finish Coat 061 (2) - 021 367 (2) - 021 661; Undercoat - 367 021 Painting 09900 - 5 0 s SECTION 10160 TOILET PARTITIONS PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Metal toilet partitions. B. Related Work Specified Elsewhere: 1. Required supports in partitions and ceiling. 2. Toilet accessories. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. B. Bid Option: Contractor shall base his bid on either of the two (2) alternatives: 1. Provide new metal toilet partitions as specified herein. 2. Refurbish existing toilet partitions to like -new condition. 1.03 SUBMITTALS A. Toilet Partition Shop Drawings: If new partitions are provided, submit complete drawings showing layout of stalls based on job measurements, all materials and methods of construction and all hardware and fastening devices. B. Submit color samples showing full range of manufacturer's standard colors for color selection. PART 2 - PRODUCTS 2.01 TOILET PARTITIONS - NEW (IF PROVIDED) .A. Pilasters: 1. Pilasters: 1 -1/4" thick and constructed of two sheets of stretcher leveled, 20 -gauge minimum bonderized, galvanized steel with fiberboard sound deadener cemented uniformly to the metal. Pilaster anchoring devices are to be of 11 -gauge steel formed to provide maximum strength and cadmium plated after fabricating for corrosion resistance. Toilet Partitions 10160 - 1 7(p 496 El B. Doors: n L Shall be 1 -inch thick with two sheets of 22 -gauge minimum galvanized steel enclosing a sound deadening core. All formed edges shall be welded at 18- inches on center maximum and enclosed with a surrounding locking strip, mitered, welded and finished at the corners. Panels: Shall be 1-inch thick with two sheets of 22 -gauge minimum galvanized steel enclosing a sound deadening core. All edges shall be sealed with a surrounding locking strip, mitered, welded and finished at the corners. D. Pilasters: Shall be 1 -1/4 inch thick with two.sheets of 18 -gauge minimum galvanized steel. Pilasters shall be secured to overhead supports by 1/16 -inch bolts. E. Hardware and Fittings: 1. Each door shall be equipped with chrome plated cast alloy coat hook and bumper, a concealed latch with bolt of stainless steel permitting exterior access, a one -piece chrome plated stop and keeper and concealed controlled power bearing gravity hinge. 2. Top hinge pin shall be secured at three (3) points with all door hinge fittings fully flush with face of door. 3. Ceiling connections shall be concealed with a one -piece 304 stainless steel plinth. F. Finish: All units shall be mechanically cleaned by means of vapor degreasing. Finish shall consist of a prime coat and finish color coat of thermo- setting acrylic enamel applied electrostatically and baked -on to produce a uniform, smooth finish. 2.02 REFURBISH OF EXISTING PARTITIONS (CONTRACTOR'S OPTION) .A. Refurbish existing partitions to like -new condition. Remove all rust, corrosion and other unsound conditions. Restore base metal to sound condition. Refinish with new baked -on color coat. Adjust hardware and recondition as required. Toilet Partitions 10160 - 2 77 FA 7_5 7' SECTION 10210 METAL ROOF VV—M PART 1 1.01 DESCRIPTION. A. Work Included: 1. Formed metal roof vents and frames. 2. Screen and frame. B. Related Work Specified Elsewhere: 1. Flashing and sheet metal.. 2. Sealants and caulking. 3. Door louvers. 4. HVAC ductwork. C. Bid Alternate: Work of this Section comprises -a bid alternate to the base bid. Refer to Section 01100 for additional requirements. 1.02 QUALITY ASSURANCE. A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS. A. Submit Shop Drawings showing profiles, materials, details of fabrication and installation. PART 2 - PRODUCTS 2.01 MATERIALS. A. Blades and frames shall be fabricated free 14 gauge sheet steel galvanized with a G -90 coating. B. Screen: 1/2" mesh, 16 gauge screen in steel frame. 2.02 FABRICATION. A. Form vents to the profiles indicated on the Drawings. Vents shall be completely assembled by welding. B. Slade spacing and depth shall be as indicated on Drawings. Blade angle shall be as shown. LIFEGUARD HEADQUARTERS Metal Roof Vents CITY OF NEWPORT BEACH 10210 -1 C. Fabricate vents with continuous blades to present uninterrupted horizontal lines; vertical mullions shall be invisible. D. Minimum free area of each louver shall be 50%. PART 3 - EXECUTION 3.01 INSTALLATION. A. Install vents as shown on the Drawings and in accordance with Shop Drawings. B. Completely caulk around entire perimeter of each vent. Refer to Section 07900 for caulking requirements. . , LIFEGUARD HEADQUARTERS CITY OF NEMPORT BEACH F11, END OF SECTION Metal Roof Vents 10210 -2 SECTION 10500 LOCKERS PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Wardrobe lockers of sizes indicated. B. Related Work Specified Elsewhere: 1. Required supports in stud wall partitions. 1.02 QUALITY ASSURANCE A. Applicable Code: Refer to Sheet T -1. 1.03 SUBMITTALS A. Submit manufacturer's printed data and specifications for products proposed for use. B. Submit shop drawings showing layout of lockers based upon field dimension and installation methods. Show all accessory materials including base and filler panels. C. Submit manufacturer's standard color chart showing full range of colors for color selection. PART 2 - PRODUCTS 2.01 LOCKERS A. Lockers shall be equal to Custom Wood Lockers as manufactured by Hollman, Inc. (800) 433 -3630. Refer to drawings for locker sizes and mounting details. B. Equipment: Lockers shall be furnished with coat hooks, two hidden, heavy -duty steel hinges and heavy -duty cam keyed lock. Provide closed base in same finish as lockers. Provide side filler panels as necessary to provide a finished installation. Furnish lock with two (2) keys per lock. Lockers 10500 - 1 V / ebq I 6 6 C. Construction: Lockers shall be fabricated from wood, doweled and glued assembly. Interiors shall be faced with 5/8" high- density Kortron. Doors and panels shall be 5/8" high grade core with 1/32" high pressure plastic laminate. Color as selected by the Architect. Exposed edges shall be entirely finished in 5mm PVC edge-banding in complimentary color. PART 3 - EXECUTION 3.01 INSTALLATION A. Install in accordance with the shop drawings and as detailed. B. Provide spacers and filler panels as necessary for a finished installation. Provide all necessary clips and hardware. Conceal all fasteners. Use suitable anchors for secure anchorage. END OF SECTION B.Z- Lockers 10500 - 2 DIVISION 15 - MECHANICAL SECTION 15010 - GENERAL PROVISIONS 1.1 GENERAL The mechanical work consists of plumbing systems; including all equipment, piping, valves, fittings, devices, accessories and appurtenances necessary for proper operation of said systems. This portion of the special provisions entitled "Mechanical" also covers the mechanical work incidental to and necessary for the proper installation and operation of systems and items of equipment specified elsewhere in these special provisions. Earthwork, foundations, painting, electrical, and all other work incidental and necessary to the proper installation and operation of the mechanical work shall conform to the requirements for similar type work elsewhere in these special provisions. 1.2 MISCELLANEOUS . In addition to the requirements of the plans and these special provisions, all work shall conform to the manufacturer's recommendations and instructions. Steel gauges are United States Standard. 1.3 CODES All work, including equipment, materials and installation, shall conform to Calfiornia Administrative Code, Title 24, Building Standards (CAC Title 24) and to California Administrative Code, Title B, Chapter 4, Division of Industrial Safety (DIS). 1.4 SUBMITTALS 1. Descriptive Data: Complete description, information and performance data covering materials and equipment specified herein shall be submitted for approval within 15 days after approval of the contract. Submittals shall include but not be limited to the following: Hose bibs Water closets Floor drains Water hammer arrestors Showers Lavatories Cleanouts 2. Miscellaneous: Prior to-installation, 5 bound iden- tified copies of complete description, catalog and rough -in dimensions on plumbing fixtures and trim shall be submitted for approval 15010 -1 113 //2 6 0 3. Manuals: Before completion of project, 5 bound iden- tified copies of operation and maintenance instructions and parts lists for equipment furnished, including parts lists for flush valve and plumbing trim, shall be delivered to the Owner's Representative at the jobsite. Manuals that are inadequate or incomplete will be returned and the Contractor shall resubmit adequate and complete manuals. 4. Warranties and Guarantees: Manufacturer's warranties and guarantees furnished for materials or equipment used in the work shall be delivered to the Owner's Representative at the jobsite prior to acceptance of the contract. 1.5 PERMITS TO OPERATE The Contractor shall provide any required permits per local control district regulations. The Contractor shall pay costs and perform tests required. Permits shall be posted. 1.6 BUILDING PENETRATIONS All openings for equipment supports, steel shapes, pipes, and vents passing through roofs or outside walls shall be made waterproof with flashings and storm collars or counter - flashings. 1.7 EXECUTION COORDINATION: Mechanical work shall be coordinated with other work. PROTECTION, CARE AND CLEANING: Materials and equipment shall be protected against moisture, dirt and damage. Fixtures, piping, valves, equipment, fittings, devices, accessories and appurtenances installed under this contract shall be cleaned. Piping to be tested with water shall be cleaned of foreign matter, drained and flushed. 1.8 TESTING AND ADJUSTING SYSTEMS PRE -TEST REQUIREMENTS: Before starting or operating systems, the Contractor shall flush and clean equipment and check for proper installation, lubrication and servicing. GENERAL REQUIREMENTS: The Contractor shall test and start up mechanical systems upon project completion as hereinafter specified. Final adjustments of the systems shall be performed so they will operate as specified. The Contractor shall replace or revise any equipment, systems or work found deficient during tests. 15010 -2 8y 115 0 The Contractor shall repair, or replace with new equip- ment, any equipment damaged during shipment, after delivery, during installation, and during testing. PROJECT COMPLETION TESTS: The Owner's Representative shall be notified at least 3 days in advance of starting these tests. Upon completion of mechanical work and pre -test require- ments, or at such time prior to completion as determined by the Owner's Representative, the Contractor shall operate and test installed mechanical systems for at least one 8 hour day:to demonstrate satisfactory overall operation. 15010 -3 Ss' r • SECTION 15400 - PLUMBING 1.1 GENERAL. Pipe sizes shown are nominal inside diameters. No increase or decrease of the pipe sizes shown on the plans will be permitted except by written approval of the Owner's Rep- resentative. Copper tubing systems shall use IPS red brass pipe for connections to faucets, flush valves, compression stops or similar items requiring rigid piping. Brass pipe shall extend from the fixture to the point where the pipe can be fastened to %the building construction. 1.2 PRODUCTS PIPE AND FITTINGS Domestic water Type L hard copper tubing; (CW & HW) in ASTM Designation: B 88. buildings Wrought copper or cast bronze solder joint pressure fit- tings, stop type couplings and threaded adapters. Domestic water in Type K hard or soft copper ground to 5' OR tubing; ASTM Designation: beyond building B88. Wrought copper or cast bronze brazed joint pressure fittings, stop type couplings and threaded adapters. Gas piping Gas piping shall be same as used for existing system. Contractor shall verify with gas company. 15400 -1 86 ii5 "Ring Tite ", Flintkote "Bell Joint ", Vis Queen "Bell Ring ", or equal. For pipe sizes 14 inch and smaller, plain end pipe with solvent welded fit- tings; ASTM Designation: D 2241, Type 1, Grade 1, SDR 21, rated for 200 psi may be used. Sanitary vent Schedule 40 galvanized steel piping above ground pipe ASTM Designation: A 120 in building size or A 53. Black cast iron 2h inch or less recessed drainage fittings or hubless cast iron soil pipe as specified below. Sanitary dram and Hubless cast iron soil pipe vent piping above with neoprene gaskets, cor- ground in building rugated stainless steel shields and and stainless steel clamps; Cast Iron Soil Pipe Institute's Sanitary drain and Standard 301. Joint materials vent piping below shall be furnished by pipe ground in building manufacturer. Horizontal and and to 5' 0" beyond vertical hubless piping shall be securely supported and braced to prevent swaying or sagging or flexing of joints. Sanitary drain Vitrified clay sewer pipe and piping below ground fittings; ASTM Designation: beyond 5' 0" from C 700, with resilient cold building joint ends; hot pour joint ends; or hubless type with neoprene gaskets, stainless steel clamps and hexagon head bolts. Cold joints shall be made with interlocking, res- ilient, machanical compression joint, formed on pipe at factory, ASTM Designation: C 425, Type 1. When clay pipe is to join cast iron soil pipe, joints shall be made between bell end of clay pipe and spigot end of cast iron soil pipe using gasket and bit - umastic joint compound as specified for hot pour joints. 15400 -2 97 • s Polyvinyl chloride (PVC) plastic pipe and fittings; ASTM Designation: D 3033 or D 3034, Standard Dimension Ration 35. 1.3 PIPE FITTINGS Unions for steel pipe shall be 250 pound, threaded malleable iron, ground joint, brass to iron seat, galvanized or black to match piping. Unions for copper or brass pipe shall be 150 pound cast bronze, ground joint, bronze to bronze seat with silver braz- ing threadless ends or 125 pound cast brass, ground joint, brass to brass seat with threaded ends. Unions for brass waste and flush pipes may be either slip or flange joint unions with soft rubber or leather gaskets. Unions shall be placed on the fixture side of the traps. Insulating Connections: Insulating connections at locations specified or shown on the plans shall be insulating flange, or unions, as applicable, F.H. Maloney, Walter Service Engineers, Central Plastics, Corro -Ban Products, Epco, or equal, constructed so that the 2 pipes being connected are completely insulated from each other with no metal to metal contact, and suitable for service on which used. In- sulating couplings shall not be used. Water Hammer Arrestor: Water hammer arrestor shall be rated at 250 psi working pressure and shall have stainless steel body with bellows. Arrestor compression chambers shall be charged with an inert gas. Water hammer arrestors shall be sized in accordance with Plumbing and Drainage Institute Standard PDI -WH 201. Water Meter: The water meter and any other ancillary equipment necessary for the connection to the City of Newport Beach Water Supply shall conform to their standards. Valves: Valves shall be of types specified, or equal, and full size of line in which installed, unless otherwise shown. 1. General Service Valves: General service valves shall be as follows, or equal: Nibco Type Size Crane Scott Jenkins Gate 3 inch * *Globe All Check 3 inch and smaller 438 7 and larger 373 15400 -3 T -113 370 T- 235 -S /W 106A F -918 624 98 ii7 ! jr * *Globe valves shall be furnished with composition discs suitable for service on which used. Optional: valves 3 inches and smaller in nonferrous water piping systems may be solder joint type with bronze body and trim, as follows, or equal. Type Mueller Nibco Scott Jenkins Gate V 1009 A 113 1240 Globe V 1013 S 211SW 1200 2. Compression Stops: Each fixture including hose faucets, shall be equipped with stop valve installed on water supply lines to permit repairs without shutting off water mains. a. Exposed Compression Stops for Lavatories and Water Closets: Specified with fixture. Full free waterway, ground joint union, non - rising stem, moulded rubber seat, and wheel handle or shall be a globe valve. b. Exposed Water Supplies to Fixtures: California Brass No. 122LK, Chicago 45 -LK or equal, polished chromium plated, loose key stop. Stops installed outdoors may have rough brass finish. 3. Hose Faucets: Hose faucets shall be compression type, angle pattern, loose key, 3/4 inch hose end; Acorn, Chicago, Price Pfister, or equal, similar to P.P. No. 87 -280, rough brass finish. 1.4 HANGERS AND SUPPORTS Hangers for piping supported from overhead shall be Elcen Figure 90, Grinnell Figure 269, Super Struct C711, or equal. Materials for holding pipe in place shall be compatible with piping material. 1.5 FLOOR, WALLS, AND CEILING PLATES Pipes passing through floors, walls, or ceilings shall be fitted with chromium plated steel or plastic plates having screw or spring clamping devices and concealed hinges. 1.6 CLEANOUTS 1. Cast Iron Soil or Waste Lines: Wade No. W- 8550 -R, Zurn No. Z- 1440 -A, J.R. Smith No. 4405, Greenberg No. P -2308, or equal. 2. Floor Level Access Plates: Wade W -8200, Zurn Z- 1420 -2 Series, J.R. Smith 4025, or equal. Floor level access plate and frame shall be round pattern. Where floors are constructed with a membrane, access frames shall be provided with membrane clamping flange. 15400 -4 if //b E . 3. Lines in Ground Outside Buildings: Cleanout plugs for lines in ground outside buildings shall be Wade No. W- 8550 -5, Zurn No. Z -1440, J.R. Smith No. 4400, or equal. 1.7 VALVE BOXES Except as otherwise shown on the plans, all valve boxes shall be Brooks Products Company No. 3TL, Christie No. B3, Fraser No. 3, or equal, with cover marker "WATER" or "CO -SS" as applicable. Extension shall be provided as required. 1.8 FIXTURES The color of all fixtures except drinking fountains shall be white. Exposed supply and drain piping in toilet rooms shall be chrome finished. 1.9 EXECUTION INSTALLING PIPING: Piping shall be installed in accordance with the requirements in the latest edition of the Uniform Plumbing Code with additional requirements specified. Vitrified clay pipe shall be installed in accordance with ASTM Designation: C 12, Class C. Concealed and Exposed Piping: Piping shall be exposed except in areas for public use. Piping shall not be run in floor fill, except as shown on the plans. Layout: Piping shall be installed parallel to walls. All obstructions shall be cleared, headroom preserved and openings and passageways kept clear whether shown or not. Piping shall not interfere with other work. 1. Water Lines: Water lines shall erally level, free of traps and bends, form to the building requirements. Exposed supply and drain piping in be chrome finished. 15400 -5 be installed gen- and arranged to con- toilet rooms shall 9'' „y 2. Vent Lines: Forty -five degree bends shall be used where offsets are required in venting. Vent pipe headers shall be sloped to eliminate any water or condensation. Soil stacks connected to water closets shall extend a minimum of 8 inches above the roof. All vents passing through roofs shall be flashed at the roof and shall be watertight. 3. Sanitary Lines: Horizontal sanitary pipe inside buildings shall be installed on a uniform grade of not less than k inch per foot unless shown otherwise on the plans. Drainage pipe shall be run as straight as possible and shall have easy bends with long turns. "Wye" fittings and 1/8 or 1/16 bends shall be used where possible. Long sweep bends and combination "Wye" and 1/8 bends may be used only for the connection of branch lines to fixtures and on vertical runs of pipe. Water Mains Near Sewers: When a sewer crosses 2 feet or more below a water line, no extra protection will be required. When a sewer crosses less than 2 feet below a water line, the sewer shall be constructed of cast iron pipe with leaded or mechanical joints, or other approved pipe, for at least 6 feet in both directions from the crossing, or the sewer shall be encased in concrete of 6 inch minimum thickness for the same distance. When a water line must cross under a sewer, a vertical separation of at least 18 inches between the bottom of the sewer.and the top of the water line shall be maintained with support provided for the sewer to prevent settling. The sewer shall be constructed of cast iron pipe with leaded or mechanical joints, or other approved pipe, for at least 6 feet in both directions from the crossing, or the sewer shall be encased in concrete of 6 inch minimum thicknesses for the same distance. Pipe Sleeves: Pipe sleeves shall be provided where each pipe passes through concrete floors, walls or ceilings. Inside diameter of sleeves shall be at least one inch larger than outside diameter of pipe. Sleeves shall be installed to provide at least 4 inch space all around pipe the full depth of.concrete or masonry. On walls below grade of floor slabs, permanent sleeves of clay pipe, concrete pipe or asbestos cement pipe shall be provided. Space between pipes and pipe sleeves shall be caulked watertight. 15400 -'6 9/ Cutting Pipe: All pipe shall be cut straight and true and the ends shall be reamed to the full inside diameter of the pipe after cutting. Damaged Piping: Pipe that is cracked or otherwise damaged shall be removed from the work. Pipe Joints and Connections: Joints in threaded steel pipe shall be made with a pipe joint compound that is non - hardening and noncorrosive, placed on the pipe and not in the fittings. The use of thread cement of caulking of threaded joints will not be permitted. Threaded joints shall be made tight. Long screw or other packed joints will not be permitted. Any leaky joints shall be remade with new material. Exposed polished or enameled connections to fixtures or equipment shall be made with special care, showing no tool marks or threads. Cleaning and Closing of Pipe: The interior of all pipe shall be cleaned before installation. All openings shall be capped or plugged as soon as the pipelines are installed to prevent the entrance of any materials. The caps or plugs shall remain in place until their removal is necessary for completion of the installation. Securing Pipe: Pipe in the buildings shall be held in place by iron hangers, supports, pipe rests, anchors, sway braces, guides or other special hangers. Allowances shall be made for expansion and contraction. Horizontal copper or steel pipe lea inches and larger in diameter shall have hangers or supports every 5 feet and pipe one inch or less in diameter shall have hangers or supports every 5 feet. Hubless cast iron soil pipe shall be supported at lu foot centers. Ver- tical pipes shall be supported with clamps or straps. Thrust Blocks and Anchors: On all asbestos cement or plastic pipe lines in the ground, anchors, clamps and rods, or thrust blocks shall be provided at changes in direction of piping, connections or branches from mains 2 inches and larger, and capped connections. Anchor or thrust blocks shall be formed by pouting concrete . between pipe and trench wall. Thrust blocks shall be adequate size and so placed as to take all thrusts created by maximum internal water pressure unless otherwise shown on the plans. Thrust blocks for asbestos cement pipe and plastic pipe shall be sized and placed according to manufacturer's recommen- dations. 15400 -7 97- 121 1.10 INSTALLING FITTINGS Unions: Unions shall be installed where shown and at each threaded or soldered connection to equipment. Unions shall be located so piping can be easily disconnected for removal of equipment. Unions shall be omitted at compression stops. Insulating Connection Locations: Insulating connections shall be provided where shown and at the following locations: 1. In metallic water, into building; within 5 feet of building wall. Insulating connections shall be installed adjacent to shut -off valve or cock, and above ground where possible. 2. At points of connections of copper water lines to steel lines. Bonding at Insulating Connections: Interior water piping and other interior piping that may be electrically energized and are connected with insulating connections shall be bonded in accordance with the National Electrical Code. Bonding shall be coordinated with electrical work. Hose Faucets: Faucet shall be installed with outlet 18 inches above finished grade. Cleanouts: Cleanouts of the same diameter as the pipe shall be installed in soil and waste lines as shown on the plans. Cleanouts shall be run up to grade and terminate with cleanout plug. A concrete pad shall be provided for full width of trench, 18 inches long, 4 inches thick, under Wye branch. Cast iron soil pipe and fittings shall be used from Wye to surface. Cleanouts outside building shall be installed in precast concrete valve box. Cleanout plug shall be located in box to provide sufficient room for rodding. Cleanouts inside building shall have floor level access plates. 1.11 FLUSHING COMPLETED SYSTEMS All completed systems shall be flushed and blown out. 15400-8 .ig /22 0 • 1.12 TESTING AND BACKFILLING After the pipe below grade has been installed, it shall be tested before backfilling. TESTING General: The Contractor shall test piping at completion of roughing in, before backfilling, or at other times as directed by the Owner's Representative. The system shall be tested as a single unit, or in sections as approved by the Owner's Representative. The Contractor shall furnish necessary materials, test pumps, instruments and labor and notify the Owner's Representative at least one day in advance of testing. After testing, the Contractor shall repair all leaks and retest to determine that leaks have been stopped. Surplus water shall be disposed of after testing in a nearby drainage system as directed by the Owner's Representative. The Contractor shall take precautions to prevent joints from drawing while pipelines and appurtenances are being tested. The Contractor shall repair damage to pipes and appurtenances or to other structures resulting from or caused by tests. General Tests: The Contractor shall test systems according to the following schedule for a period of not less than 4 hours. Systems shall show no loss in pressure or visible leaks except as otherwise noted. Test Schedule Piping System Tested Sewers, wastes, drains, vents Water Test Pressure Test With prig 5 Water 150 Water 1. Water Systems Outside of Building with Caulked Mech- anical, or Gasketed Joints: Valves shall be closed and pipe- line filled with water. Provisions shall be made for release of air. Test pressure of 150 psig shall be maintained for a,period of not less than 4 hours. System shall show no visible leaks and leakage rate shall not exceed 1.0 gallon per 24 hours, per inch pipe diameter, per 100 feet of line. 2. Sanitary Sewer System Outside of Building: Sewers shall be cleared of obstructions before testing for leakage. The test shall be made for obstructions by balling and 15400- 9 9y 123 flushing the lines with an approved commercial sewer clean- ing ball. The ball shall be moved slowly through the sewer with a tag line. The Contractor shall remove or repair any obstructions or irregularities. Sewer lines shall be tested for leakage for a period of not less than 4 hours by filling with water to an elevation of 4 feet above average invert of sewer or to top of manholes where less than 4 feet deep. The system shall show no visible leaks and leakage rate shall not exceed 3.5 gallons per 24 hours, per inch diameter, per 100 feet of line. The sewer may be tested in sections with testing water progressively passed down the sewer as feasible. Water shall be released at a rate that will not create water hammer or surge in plugged sections of sewer. 15400 -'10 fS /2¢ 0 SECTION 16000 - ELECTRICAL PART 1 - GENERAL DESCRIPTION OF WORK: U Work Included: All labor, materials, appliances, tools, equipment, aci � it s, transportation and services necessary for and incidental to performing.all operations of the work of this section, complete, as shown on the drawings or specified herein. Work includes, but is not limited to, the following: Examine all other sections for work related to those other sections and required to be included as work under this section. Distrubution system including connection to main switchboard, feeders, panelboards, branch circuit wiring, outlets and circuit devices. Wiring and connections to motors and other electrical equipment for plumbing, heating and ventilating and air conditioning, including control wiring and connections, and furnishing of starters and standard control devices, except where specifically excluded from this section. Furnishing and installation of lighting fixtures including lamps. Systems of conduit, outlets for telephones and dictation system. Hangers, anchors, sleeves, chases and supports for electrical materials and equipment in compliance with all applicable codes. Electrical equipment identification. Excavation, backfill and concrete envelope required to complete items of this section. Cleaning, patching and repairing. Shop drawings. Record drawings. Tests. Permits and code inspection fees. ye ELECTRICAL 16000 -1 /9.& Related Work Specified Elsewhere: Telephone wiring, equipment and instrument. Lighting fixture enclosures for recessed fixtures where required to maintain fire rating of ceiling. Painting except shop finishes. Construction temporary service wiring. QUALITY ASSURANCE: R_egulat�ion and Codes: All work, equipment and materials shall conT mho a atest rules of the National Board of Fire Underwriters wherever standards have been established and adopted by local authorities and the City of Newport Beach. Regulations of the Fire Narshal, OSHA, Regulations of Serving Electric Power and Telephone Companies, and to all applicable national, state and local codes and regulations of authorities having jurisdiction. Nothing in these specifications shall be construed to permit work not conforming to the most stringent of codes. Where drawing or specification requirements exceed code requirements, the drawings or specifications shall govern. Sho D��rawin��s: Submit in completed groups of materials (i.e., all i9htlTing ixtures or all panelboards, etc.). Bind catalog cuts, descriptive bulletins and drawings 11" X 17" or smaller in sets with covers neatly showing tiles: The contractor shall verify dimensions of equipment and be satisfied as to Code compliance for fit prior to submitting shop drawings. Include all information required by the specifications. Submit shop drawings and technical data for the following equipment: 1. Panelboards 2. Lighting Fixtures 91 ELECTRICAL 16000 - 2 /27 Current Limiting Devices: Submit technical data to substantiate a�Icequate protectionoi equipment cascaded downstream. Record As -Built Drawings: A complete set of electrical contract p a nts shall be provided as maintained in good order on site. All changes to electrical work shall be clearly recorded on this set. At the end of the project, the Contractor shall transfer all changes to a set of ozalid transparencies for submission to the Architect. All sheets shall be indicated "as built" and initiated by the Contractor as being a complete and accurate record of the installation. Instructions and 0 erational Data: A qualified representative of the Contract s a urns full instructions to Owner's personnel regarding operation and 'maintenance of all equipment installed under the work of this contract and deliver three. (3) sets of all manuals, drawings or other material relating to this equipment where otherwise directed. Equipment and parts list, wiring diagrams and operations and maintenance details shall be provided. JOB CONDITIONS: Verification of Existin Conditions: Information has been incorporate into e elect r1p drawings to show the existing locations and conditions as accurately as possible. However, prior to submitting bid, visit the site and include any cost adjustments deemed necessary due to existing conditions. Mork Responsibilities: Drawings indicate diagrammatically desired of cations or arrangement of conduit runs, outlets, equipment, etc. Proper judgement must be exercised in executing work so as to secure the best possible installation in the available space limitations or interference of structural conditions. following approval of the material submissions obtain all rough -in data required for all equipment to be provided and /or connected to the electrical system. Relocations or outlets requested prior to installation and not requiring additional materials shall be made without additional cost to the Owner. Conflicts: 17% Report immediately to the Architect any conflicts in ELECTRICAL 16000 - 3 i 2f$ W the drawings and specifications with any code or between the electrical work and the work of other trades. No work shall be commenced where a conflict exists prior to receiving proper instructions. Any work or materials shown on the drawings and not mentioned in this division, or vice - versa, shall be executed the same as if specifically mentioned by both. Locations: Install all electrical equipment, outlets, junction and pull boxes in accessible locations, avoiding obstructions preserving headroom, maintaining legal clearances and keeping openings and passageways clear. Make minor adjustments in the location of equipment, where necessary, providing such adjustments do not adversely affect functioning of equipment substantially different from that shown on the drawings, submit a shop drawing of the proposed changes for approval). Sue_rv�isi�on: Furnish the services of a competent and experienced electrical superintendent who shall be constantly in attendance throughout the electrical installations. In addition to directing the installation, superintendent shall be capable of coordinating with others so as to expedite the completion of the job as a whole. Workmanship of the entire job must be first -class in all respects. Only experienced and competent workmen will be allowed on the job. All work exposed to view shall be plumb, level and square as applicable. Run exposed conduit work parallel to or at right angles to building structural members and close thereto to preserve space and headroom. Boxes, coverplates, etc., shall fit closely and evenly to the surface of the structure where so intended. Fasten all work securely in place. Structural Items: Provide the necessary sleeves, inserts, angers, anchor bolts and related structural items. Install at the proper time. Anchor bolts and inserts shall be galvanized and of adequate size and strength for installation of electrical work and shall be placed in forms before concrete is poured. Expansion shields shall be used only with specific approval of the Architect. Wooden or soft metal plugs shall not be used. All supports and anchors shall be furnished and installed in accordance with the drawings. Conduits: Install conduits passing through slabs on grade before the concrete is poured. Conduit sleeves are to be provided through grade beams, concrete walls and suspended slabs before concrete pour. Flashing: Wherever conduit extends through the roof, furnish and ELECTRICAL 16000 - 4 al 0 • install flashings. Roof jack is to extend 6" out on roof and up on conduit at least 8 ". Installation of flashing shall be coordinated with roofing installation to permit roofing contractor to mop the flange in between roofing plies. Cuttirt and Patching: Electrical Subcontractor shall perform a)) n tag, cutting and patching of the general construction which may be required for the proper installation of the electrical work. All patching shall match and be of the same material, workmanship and finish as the surrounding work. Excavation and backfill required for electrical work shall be done by this section in accordance with the requirements of Division 2 and the following. Pits and trenches shall be of the minimum size required. Provide shoring and bracing as required to prevent caving of banks. Provide necessary guardrails, barriers and warning lights. Schedule work in such a manner that excavations are open for a minimum period. Electrical devices or equipment locations or where exposed to the weather shall be weather- resistant. Enclosures shall comply with NEMA Type 3 requirements. Surface - mounted outlet boxes shall be cast metal with threaded hubs. Pull or junction boxes shall be cast metal with bolted or gasketed covers and shall also comply with Article "Outlet, Junction, and Pull Boxes ". Outlet box covers shall be of a suitable weather -proof type with gaskets, packing glands, weather -proof doors or other required means to prevent entry of moisture. Furnish lighting fixtures with suitable gaskets. Protection: All work, materials and equipment shall be protected from and shall be provided adequate and proper storage facilities during progress of the work to insure proper safety and good condition of all work until final acceptance. Cleaning E ui meat, Materials and Premises: All parts of equipment sha be thorough y cleaned of dirt, rust, cement, plaster, etc., and surfaces where paint has been scraped off or which has been scratched shall be touched up with spray paint to match the original condition. STRUCTURAL CONDITIONS: Locations as indicated on the drawings snow the arrangements desired for the principal apparatus, fixtures, etc., and shall be followed as closely as possible. Proper judgement shall be exercised in carrying on the work to secure a neat arrangement of the systems and to overcome local difficulties and interference of structural conditions wherever encountered. ELECTRICAL 16000 - 5 iov /30 /o/ • • Piping and conduit, where hung in groups, shall have the hangers, hanger spacing, hanger locations and hanger loadings approved by the Architect. Costs caused by relocation of hangers or additional structural supports required shall be paid for by the Contractor.. GUARANTEES: All materials and equipment furnished and installed under this contract shall be new, free from any defects and shall be guaranteed for a period of one year (except ballasts for lighting fixtures shall have a two -year guarantee) from the acceptance of the work or as otherwise noted. Should any trouble develop during this period due to faulty workmanship, material or equipment, the Contractor shall furnish all necessary material and labor to correct the trouble without cost to the Owner. MATERIALS AND SUBSTITUTIONS: Materials and equipment herein specified shall be new and furnished in accordance with Specifications and Standards of the IEEE, NEMA, and NEC. Provide all necessary interconnecting wiring, conduits, gutters, pull boxes, terminal boxes, terminal strips, disconnect switches and other devices as indicated or as necessary for the satisfactory and practical operation of all specified and necessary equipment. Standard of Quality: The use of manufacturers' names and catalog numbers in the specifications and on drawings is not intended to restrict the purchase of equipment and material to specified brands but is intended to establish standards of quality. Items of equal quality may be submitted for approval as substitutes. GROUNDING: Building grounding system shall be installed as required by local codes. Good contact to grounding system shall be made at all panelboards, outlet boxes, junction boxes and wherever a conduit run is interrupted. All conduit, fixtures, transformer enclosures and other equipment shall be grounded to the grounding system as required by applicable codes. Connections to Equipment and Control Wiring: Electrical ELECTRICAL 16000 - 6 131 0 9 connections to equipment which is furnished under other sections or furnished by Owner shall be part of the electrical work, to extent specified herein or shown on the electrical drawings. TESTS: Upon completion of all electrical work and adjustment of equipment, test all circuits and all systems to demonstrate that each piece of equipment furnished, installed or connected under the provision of these specifications functions electrically in the manner required. All tests shall be completed prior to final inspection and acceptance of the project. Shorts and Grounds: All systems shall test free from short circuits and grounds shall be free from mechanical and electrical defects and shall show an insulation resistance between phase conductors and between phase conductors and ground not less than the requirements of the National Electrical Code. Test all circuits for proper neutral connections and phase rotation. CONNECTION: After all requirements of the specifications and drawings have been fully completed, representatives of the Owner will inspect the work. Provide competent personnel to demonstrate the operation of any item or system to the full satisfaction of each respresentative. PART 2 - PRODUCTS RACEWAYS: Materials: Ri id Steel Conduit: Zinc - coated or sherardized heavy wall as man t ac turedby— elpublic, Triangle or equal. RRii,iid Aluminum Conduit: Heavy wall as manufactured by Kaiser, Alcoa or equal. Intermediate Metal Conduit (IMC): Zinc - coated as manufactured by el public, Iriangle or equal. Electrical Metallic Tubing (EMI): Zinc - coated thin wall as manufactured ured by Republic, Iriaangle or equal. Flexible Metallic Conduit: Galvanized steel as manufactured by Triangle, Republic or equal. Rigid Polyvinyl Chloride Conduit (PVC): Neavy wail Schedule 4U as ELECTRICAL 16000 -7 t0 Z /32 i 103 • • manufactured by Carlon Electrical, Visqueen or equal. Conduit Fittings: Rigid metal conduit fittings for heavy wall conduit shall be of the threaded type. Any other type of fitting shall be used only when specific approval is given. EMT Fittin s: Concrete -tight set screw type. Indenter fittings not accepts e. Flexible Metallic Conduit Fittin s: Specifically designed to screw into flexible conduit an sha I have smooth rounded ends for wire protection. PVC Conduit Fitt_i�ngs_: Recommended by the company whose conduit is used, ti Sze s nt cement joints for all fittings and make all joints watertight. Provide adapters for connections to metal components. Installation: No conduit shall be less than 1/2" trade size. No conduit shall be larger than 5" trade size. Runs: All conduits to run concealed, except: 1. Mechanical and electrical equipment roams 2. Unfinished spaces 3. Where indicated on drawings General: Utilize factory manufactured elbow 1 -1/4" trade size and arger. Make all cuts square with no reduction in trade size and ream out all burrs. Make all joints tight, no running threads are acceptable. if necessary, use ERICKSON type couplings. Locknut and Bushin s: Provide for termination of heavy wall conduit. ushlng shall be insulated 1 -1/4" trade size and above. Expansion Fittings: Provide for conduits corssing building expansion net. Cap conduits with conduit pennies or other approved fittings until wires are pulled in. Taping is not acceptable. Wall: All conduits exposed to mechanical injury shall be heavy wa T. Conduits concealed in accessible spaces shall be sized according to Code. ELECTRICAL 16000 - 8 /33 1041 Conduits in grade slab shall be rigid hot -dip galvanized steel or Schedule 40 PVC. Nonmetal conduit may be used underground or where encased in concrete. Seal off all conduits with appropriate fittings penetrating foundation walls, hazardous areas or refrigerated area. Exposed conduit shall run straight at right angles and parallel with building lines. Stub -ups or sleeves through concrete slab shall be rigid steel. Equipment requiring motion or noise separation to be terminated with flexible metallic conduit. No aluminum conduit shall be embedded in concrete or earth. Steel conduits installed in wet areas or underground shall be coated with bituminous paint or shall be PVC coated. Support conduits with straps, hangers, clamps to provide a rigid installation. Ali supports to be independent from other equipment and in a manner not to impede the ready removal of other pipes. Flexible Conduit: Where shown and where noise or motion separation is necessary, install flexible conduit as required by Code. Flexible conduit used for telephone or other systems shall be installed in a manner identical to that required for electrical systems. Ground Wire: Provide in plastic conduit where used for power wiring g C easing conduit size as required. Provide in conduits where shown. Empty Conduits: Provide with appropriate pulling cord or wire. Conduits installed in concrete shall not displace structural steel or be routed to cause structural weakness. �Workm��anshiz�: Conduits shall be installed with acceptalbe workmanship, pleasing in appearance and practical in applications. Fastenings, supports and bracing shall be furnished in accordance with applicable codes. CONDUCTORS: ELECTRICAL 16000 - 9 0 0 Tie: All conductors shall be 98% minimum conductivity soft, properly refined copper - solid #10 AWG & smaller - stranded #8 AWG and larger. Minimum size conductor for power and light circulating shall be 612 AWG. Minimum size conductor for control wiring shall be #14 AWG. Conductors Y4 AWG, and larger, may be aluminum. Insulation: Conductor insulation shall be rated for bUU volt, unless ss otherwise noted. Utilization of insulation shall be as follows: 1. Lighting and appliance Branch Circuiting 2. Main and subfeeders 3. Fixture wires 4. Direct burial or Underground TW, THW THWN, XHHW THW, XHHW, THWN TFN, TFFN, SF RHH, THHN RHW -USE, XHHW WF . RR Exterior of wires shall be color coded. Color coding shall clearly indicate the difference between the phase wires of different voltage systems and the grounding system wire. In sizes and insulation types where factory applied colors are not available, colored plastic tape in overlapping turns shall be applied at all terminal points and in all points of splicing. Tape shall be applied at a minimum of 6" along the wires and cables. 480 volt color coding shall be brown - yellow- orange, 208 volt coding shall be black- red -blue. Neutrals shall be gray for 480 volt systems and white for 208 volt systems. Grounds shall be green. Installation: All conductors shall be continuous from outlet to outlet. Avoid unnecessary splicing. Leave sufficient slack on all runs to permit secure connection of equipment. provide recently manufactured wires -and cables and submit evidence that they are new. All conductors shall be installed simultaneously in a single raceway. Delay pulling in until the project progresses to a point where conductors -shall not be exposed to injury and moisture. Swab conduit prior to installing conductors and pull mandrel, with 85% ball, through all conduits 2" and larger. Use only specifically manufactured lubricant for wire pulling purposes. ELECTRICAL 16000 - 10 fo5- i 3s- 0 0 Dress and lace wires and cables in all cabinets and pull boxes and use necessary insulated support to prevent shifting. Identify feeders at each pull box and cabinets with permanent non - metallic band or tag. Splice and terminate conductors as follows: Maintain splices and joints in accessible enclosures, where easy inspection is available. Join solid conductors with expandable type insulated coiled steel spring connections, 3M Scotchlok or equal. Joint, tap and terminate stranded conductors #6 AW(i and larger by means of pressure indent type connectors, taps and lungs. Exclude connectors and lugs of the types which apply set screws directly to conductors. Apply pressure indent type connectors, taps and lugs utilizing tools manufactured specifically for the purpose and having features preventing their release until the full pressure has been exerted on the lug or connector. Insulation: Except where insulated connectors are used, build up insulation over conductor joints to a value, equal both in thickness and dielectric strength, to that of the factory applied conductor insulation. Insulation of conductor taps and joints shall be by means of half - lapped layers or rubber tape, with an outer layer of friction tape or by means of half - lapped layers of approved plastic electric insulating tape. OUTLET AND JUNCTION BOXES Boxes shall be manufactured from galvanized industry standard gauge steel, cast -iron or cast aluminum. Ty�yk�es: All boxes shall be of proper code size for the number of tyres or conduits passing through or terminating therein, but in no case shall any box be less than 4" square, unless specifically noted as smaller on the drawings, except boxes at end of a run and containing a single device may be of the "Handy Box" type. Boxes in concrete shall be a type which will allow the placing of conduit without displacing the reinforcing bars. Uutlet boxes shall be used as pull boxes wherever possible and junction boxes or pull boxes shall be installed only as required by the drawings or specifications or as directed. provide plaster and switch extension rings or covers as required Floor Boxes: Steel, concrete- tight, adjustable units. Where noted', provide multiple gang units equipped with barriers. Where outlets are specified inside box, use flush hinged cover type. ELECTRICAL 16000 - 11 lob • 0 Match drilled openings in boxes for conduit entrance to size of conduit entering. Provide plaster and switch extension rings or covers as required. Floor Boxes: Steel, concrete- tight, adjustable units. Where noted, provide multiple gang units equipped with barriers. Where outlets are specified inside box, use flush hinged cover type. Match drilled openings in boxes for conduit entrance to size of conduit entering. Provide carpet rings as required. Furnish fittings for telephone and power as called for on the drawings. Include all accessories and fittings required for the telephone or device being served. Lighting outlet boxes shall be equipped with fixture - supporting device, as required by the unit to be installed. Exposed boxes in mechanical areas and exposed to weather shall be cast metal, weatherproof, with grounding terminal, threaded hubs and gaskets. Telephone outlets shall be a minimum of 4" square or as required by telephone company. Switch Outlets: Use solid gang boxes for three or more switches or mounting behind a common single plate. Installation: All boxes shall be installed in accessible areas with removable covers. Where exposed to public view, locations shall be approved by Architect. Provide covers or plates to match adjacent surfaces. All boxes shall be firmly supported from the building structural members. All outlet boxes shall be set with plaster ring or front of box flush with the surface of the wall, floor or ceiling in concealed installation. All boxes installed shall conform to the criteria governing the displacement and bending radius of wires and cables contained within them. Provide separate boxes or proper barriers where different services or systems are following the same routing. ELECTRICAL 16000 - 12 1 °7 137 0 • Include all boxes required for a complete system regardless of indication on the drawings. Provide pull or junction boxes to limit conduit runs to the equivalent of 270 degree bends and to facilitate wire pulling. Close up all unused openings in boxes with approved fittings. Provide an outlet box for each individual wiring device, lighting fixture and communication component unless otherwise noted. Multiple devices indicated at a single location shall be gang mounted under common cover. Where outlets are indicated as. back -to -back in interior walls, offset sufficiently to allow 12" space between outlet boxes. WIRING DEVICES: General: Receptacles shall conform to NEMA configurations for one voltage and one current rating for each configuration. Switches: Specification grade meeting NEMA performance standards. Receptacles shall be as described hereinafter. See paragraph Opiates" for finish. 1. General use duplex and single convenience receptacles shall be grounded type, 125 volts, side and back wired with two current- carrying parallel contacts and one U- shaped grounding contact internally connected to the frame with gound material for external ground. Units shall be specification grade as manufactured by Hubbell or Sierra or equal. Ratings shall be 15 or 20 amperes or as indicated on the Plans. Circuit switches shall be ivory, silent or quiet type, 277 volt, 15 ampere totally enclosed, bakelite or composition base, toggle type with "T" rating for A/C loads. Specification grade of the following manufacturers are approved: Sierra and Hubbell or equal. For finish, see "Plates ". ELECTRICAL 16000 -13 log I / -Z* Plates: Provide plates for all switches, receptacles, junction o� xes, telephone and other outlets. 1. All outlets, except standard 120 volt, single phase receptacles and switches or general lighting, shall have a coverplate or nameplate engraved with logical information for the device concerned. Coverplates for wall outlets shall be plastic, heavy duty, ivory color. 2. Metal: Where mounted in backsplashes, at countertops or in ssfiiTar locations, plates shall be stainless steel, Hubbell 97000 Series or equal. 3. Weatherproof: Where outlets are indicated to be weath— erpro provide a Type 302 stainless steel Sierra No. WPD -8 with double hinged covers. 4. Galvanized steel plates shall be square or rectangular and hot- dipped galvanized or sherardized, beveled edges and 0.040" thick. 5. Openings: Provide plates equipped with close fitting openings _ for the exact device to be used. Provide. plates for telephone outlets equipped with bushed openings. Synthetic plates shall be manufactured by Sierra or equal. Installation: Mount switches, convenience and telephone outlets vertically in all locations unless indicated otherwise. Boxes: When more than one switch is shown at a location, switches sha1T be ganged in one box. Door swings shall be confirmed before switch outlets are installed. Heights, Prior to installing outlets for electrical drinking o� untains, etc., the requirements regarding mounting heights, type of outlet, etc., shall be verified by reference to shop drawings or as otherwise necessary. Bonding: Code sized ( #12 minimum) bonding jumber shall connect grounded outlet box to receptacle grounding terminal on all flush mounted units. Comply with code where a grounding wire is to be installed with circuit conductors. Properly align and plumb all devices and plates. Plates shall fit flat against wall and tight against device surface without strain on plate. Each class of device shall be furnished by one manufacturer for ELECTRICAL 16000 -14 /e' /3y //0 • 9 total project. Mixing devices of different suppliers will not be permitted. MANUAL MOTOR STARTERS: Starters shall be of the flush or surface type as designated on plans, with number of poles and size of thermal overload heaters required for motor protect I on.Starters shall be horsepower rated. Manual motor starters without overload heaters shall be used as disconnecting devices for motors where motor has integral running protection. Starters shall have provision for locking in the off position when installed as disconnecting devices. PANELS AND SWITCHBOARDS: Panels shall consist of complete deadfront assemblies including: 1. Back pan. 2. Bus bars. 3. Switching and overcurrent units. 4. Sheet metal cabinet. 5. Trim and door. Sheet metal cabinets shall be minimum 20" wide fabricated from Industry standard gauge galvanized sheet steel with corners lapped and fastened by approved methods. Paint surface mounted cabinets with factory applied rustproofing and one finished coat to which field applied paint will adhere. Trim and doors shall be suitable for the required mounting. When installed, the whole assembly shall present a smooth flush appearance. Provide combination catch and lock with two (Z) sets of keys. All panels within the facility shall be keyed alike. Mount a clear plastic cover and metal frame with a typewritten directory - identifying each circuit - inside of panel door. Trims shall be fastened with adjustable screw clamps and self- supporting on cabinets if screws are removed. Overlap flush cabinets at least 112" all around. The inside and outside of trims and doors shall be painted with factory applied rustproofing and one finished coat to which field applied paint will adhere. Switching and overcurrent units shall be circuit breakers or fuses as shown on drawings. The short circuit ratings shall not be less than the available fault current to which they may be subjected - 10,000 amperes minimum. All circuit breakers shall be bolt -on type - no plub -in will a acceptable. Bus bars for panels shall have current capacities as indicated and sized for such capacities in accordance with Underwriters' Laboratories standards. The bussing shall be braced throughout to ELECTRICAL 16000 - 15 /Iliv //I conform to industry standard practice. Phase bussing shall be full height and tapped for sequence phasing of the branch circuit devices. Unless otherwise noted full size neutral bus bar shall be included. Provide correct number, size and type of lugs or connectors for each phase bus, neutral bus, main device and branch circuit. Panelboard shall be provided with the following bus design: 1. Lighting and power panels bussing shall be high conductivity copper. 2. All bussing to be bolted. 3. Provide ground bus in panels feeding outlets requiring a ground wire brought in with circuit conductors. Voltage, number of phases and wires, size of main lug or main device (ampacity), number of branch circuit and their rating and th number of spares and spaces are noted on drawings. Plates: Provide micarta laminated identification plate for each paneT6oard. Acceptable manufacturers are Westinghouse Electric, General Electric, Square D Company or equal. Installation: Install panels with adequate support independent of the connecting raceways. Mount all panels level and plumb. Flush panels not to extend beyond the face of the wall. Protect panels during construction with adequate covering. Flush Mounted Panels: Provide with one 3/4" conduit terminating above an accessible ceiling space for each five spaces of fraction thereof shown on the panel schedule. DISCONNECT AND SAFETY SWITCHES: Disconnect Switches: Disconnect switches shall meet the latest edition of Fed. Spec. W -5 -865. Where used as a disconnecting means, switches shall be rated on horsepower at least equal to the size of the motor being served or as otherwise provided under Section 430 -109 of the National Electrical Code. Provide all disconnect switches with devices enabling the switch to be locked in the open and closed position. Safety Switches: In other than finished areas, provide externally operable safety ELECTRICAL 16000- 16 /4/ 0 9 switches with quick -make, quick -break mechanism, capable of switching 10 times switch rating and with cover interlocks with defeat mechanism for maintenance. Provide switches with number of poles, amperage, voltage and Hp ratings, types of enclosures and fusible or nonfusible as indicated and as required for the particular application. Disconnect switches shall be normal duty type unless otherwise indicated. Provide NEMA -1 enclosures for indoor locations and NEMA -3R enclosures for exterior locations, unless otherwise indicated. Switches having dual rating when used with dual element fuses shall have rating so indicated on the metal plate. Fuses, where required, shall be as specified in Section 16181 and indicated on the drawings. Switch shall be labeled to restrict fuses to type indicated. Acceptable Manufacturers: General Electric, Square D, Westinghouse or equal. Installation: Install switches as shown and in accordance with applicable codes. Fuses: Current limiting characteristic fuses shall be with interrupting rating as indicated on the plans. The fuses shall protect devices on the load side from indicated or available fault currents which are in excess of rating of device. Fuses shall be Bussman or equal. Fusible switches including those in switchboards shall be equipped with a permanent label describing the type and size of fuse to be installed. Provide one set of fuses for each switch or other protective device in accordance with electrical drawings. In addition, three additional fuses of each size and type used on the project shall be turned over to a representative of the Owner upon completion of work. A letter indicating the types and quantities of spare fuses furnished shall be forwarded for approval by the Electrical Engineer. GROUNDING: Neutrals shall be grounded to the system at one point. All metallic structures, enclosures, raceways, junction boxes, outlet boxes, cabinets, machine- frames and other conductive items in close proximity with electrical circuits shall be grounded for personnel safety and to provide a low impedance path for possible ground fault currents. ELECTRICAL 16000 - 17 (f L SUBMITTALS: n u Submit certified test reports of ground resistance to the Project Engineer for approval. Certifications: Two weeks prior to final inspection, deliver to the Project Engineer four copies of the following: Certification that the installation is in accordance with the drawings and specifications and has been properly installed. Applicable Publications: The following specifications and standards, except as hereinafter modified, are incorporated herein by reference and form a part of this specification to the extent indicated by the references thereto. Except where a specific date is given. the issue in effect (including amendments, addenda, revisions, supplements and errata) on the date of Invitation for Bids shall be applicable. In text such specifications and standards are referred to by basic designation only. 1. National Fire Protection Association (NFPA) Publications: No. 70 .............National Electrical Code (NEC) Grounding Wires: Shall be UL and NEC approved types, copper with TW insulation color identified green, except where otherwise shown on the drawings or specified. Wire size shall not be less than required by the NEC. Grounding shall be in accordance with the NEC as shown on the drawings and as hereinafter specified. Connect the secondary service neutral to the ground bus in the service equipment. Ground all metallic conduit systems. Non - metallic conduit systems shall contain a grounding conductor. Conduit provided for mechanical protection and containing only a grounding conductor shall be bonded to that conductor at the entrance and exit from the conduit. Feeders and Branch Circuits: Install green grounding conductors ELECTRICAL 16000 -I8 113 /q2 0 0 with all feeders and branch circuits as follows. 1. All Feeders 2. All receptacle outlets 4. All motors and motor controllers 5. All fixed equipment and appliances 6. All items of equipment where the final connection is made with flexible metal conduit shall have a grounding wire 1. All additional locations and systems as shown on the drawings. Boxes, Cabinets, Enclosures and Panelboards: 1. Bond the grounding wires to each pull box, junction box, outlet box, cabinets and other enclosures through which the ground wires pass. 2. Provide lugs in each box and enclosure for ground wire termination. 3. Provide ground bars in Panelboards, bolted to the housing, with sufficient lugs for terminating the ground wires. Motors and Starters: 1. Provide lugs in motor terminal box and starter housing for ground wire termination. Receptacles: Receptacles not approved for grounding through their mounting screws shall have a ground wire from green ground terminal to the outlet box bround screw. Li htin Fixtures: Shall be grounded through the conduit systems. ixtures connected with flexible conduit shall have a green ground wire included with the power wires from the fixture through the flexible conduit to the first outlet box. Electrical A li es anc and Equipment: Fixed electrical appliances an equipment Ls Ma— ave a ground lug installed for termination of the green conductor. Bond all conductive piping systems in the building to the electrical system ground. Bonding connection shall be made as close as practicie to the water pipe ground or service equipment ground bus. The grounding system shall be tested to insure that the ground resistance does not exceed 5 ohms. LIGHTING FIXTURES: General: ELECTRICAL 16000 - 19 t'y /4125 Lighting fixtures shall be furnished and installed complete with lamps. Manufacturer's catalog numbers are listed to indicate the type of lighting fixture required and the quality desired and are not intended to restrict fixtures to the manufacturer and catalog numbers stated. Furnish fixtures in accordance with the description shown on the fixture schedule on the plan. Pendent or surface - mounted fixtures shall be furnished and installed with required mounting devices and accessories and shall include hickeys, stud extensions, ball - aligners, canopies and stems. Junction boxes attached to lighting fixtures shall be approved by Local Codes for the number of conductors indicated on the drawings. Supplementary junction boxes shall be installed where required to comply with Codes. Ballasts for fluorescent fixtures shall be high power- factor type and shall have sound rating of "B" or better unless otherwise stated. Ballasts shall bear the UL and ETL label certifying the ballasts comply with CBM Specifications and Standards. All ballasts shall have voltage ratings suitable for the branch circuits to which they are connected. Ballasts shall be General Electric, Watt -Mizer II or equal. Descriptive literature included with the shop drawings for any lighting fixtures proposed for substitution in place of those specified shall include complete photometric data along with other information necessary for proper evaluation. Lamps shall be furnished and installed in all lighting fixtures in accordance with the characteristics, type and wattage given under each fixture description. INSTALLATION: In equipment and mechanical rooms and similar areas where conflicts can occur, the locations of all lighting fixtures shall be carefully coordinated to clear equipment, duct work, etc. Where necessary, the installation of fixtures shall be made after the duct work or equipment is installed or other relocations made so that proper lighting and coordination is obtained. All necessary wires and other components as indicated on the plans or as .otherwise required for support of lighting fixtures shall be furnished and installed by the Electrical Sub - contractor. Electrical 16000 - 20 ��s J W 0 TO: CITY COUNCIL FROM: Public Works Department Ovember 27, 1989 CITY COUNCIL AGENDA EM N0. F -3(c) "Y °P "d iY OUN L T OI w :ND01T UEAC;; NOV 2 7 1989 [APP-ROYED ._._ SUBJECT: CONSTRUCT NEW RESTROOM AND REMODEL LIFEGUARD HEADQUARTERS (C -2736) RECOMMENDATIONS: 1. Award Contract No. 2736 to Varkel Construction, Inc., of Laguna Hills, in the amount of $845,671.32 for the buildings with decorative exteriors (Bid Combipation II). 2. Approve budget transfers in the Tide and Submerged Land Fund and the General Fund to combine the various accounts for the Lifeguard Headquarters remodel and the Newport pier restroom construction into one account for each fund entitled Construct Restroom and Lifeguard Headquarters Improvements at the Newport Pier. 3. Authorize the Mayor and City Clerk to execute the contract. DISCUSSION: At 2:00 P.M. on November 9, 1989, the City Clerk opened and read two bids for the subject contract: Base Bidder Bid 1. Varkel Construction 753,350.32 Inc., Laguna Hills 2. A.R. Willinger Co., 979,377.70 Inc., Newport Beach Engineer's estimate 695,600.00 Additive Total Bid Items Bid 92,321.00 845,671.32 100,000.00 1,079,377.70 145,000.00 840,600.00 The low bid for the basic bid plus additive items (both buildings with decorative exteriors) is less than 1% above the Engineer's estimate. The plans for the Lifeguard Headquarters remodel were prepared by the Hill Partnership, Inc., of Newport Beach. The plans for the restroom were prepared by Buchanan Architects, of Newport Beach. The estimated date of completion is May 15, 1990. After the new restroom is placed in service, the old restroom will be demolished under another contract. The low bidder is currently constructing a new restroom for the City at 58th Street in the West Newport Park. He is properly licensed and bonded. Subject: Construct New9estroom and Remodel Lifeguard Aquarters (C -2736) November 27, 1989 Page 2 •The plans for both buildings have a basic plan and an alternate plan with decorative exterior features that will tie into the proposed McFadden Plaza design which relates to the period around 1900. Attached are sketches of the conceptual plan for the plaza and sketches indicating the alternate exterior designs for the buildings. The alternative exteriors cost $92,321 more than the basic exteriors. The Lifeguard Headquarters portion of the project consists of adding 926 square feet of floor space; adding a ramp from the pier for the handicapped; remodeling 500 square feet of existing floor space; replacing deteriorated carpets, drapes and light fixtures; reconstructing the parking lot; constructing a 400 amp electrical service; and reconstructing and adding to the workshop located underneath the pier. The estimated construction cost for the Lifeguard Building portion of the contract is: Remodel building $349,854.00 Remodel workshop 52,555.00 Parking lot and site improvements 58,528.76 • Total basic Lifeguard building $490,937.76 Add decorative exterior $ 68,372.00 Total Lifeguard Bldg, w /decorative exterior $559,309.76 The estimated construction cost for the restroom portion of the project is: Construct restroom building $236,844.00 Utilities and site work 28,568.56 Total basic restroom $262,421.56 Add decorative exterior $ 23,949.00 Total restroom with decorative exterior $286,361.56 Total contract cost $845,671.32 • Since this project includes remodeling work which could encounter unknown construction problems that would require extra work it is recommended that an additional $25,000 be appropriated to cover any required extra work. This brings the total project appropriation to $870,671.32. Subtotal $294,250 General Fund: Newport Pier Restroom Construction 02- 7795 -475 $523,000 Restroom Replacement Program 02- 7797 -331 56,000 Subtotal $579,000 isTo simplify the accounting for the project budget transfers be made to combine the six accounts project description of "Construct Restroom and Lifeg Improvements at the Newport Pier." The new accounts Tide & Submerged Lands Fund: Restroom & Lifeguard Headquarters Imprv. General Fund TOTAL $873,250 it is recommended that into 2 accounts with a ward Headquarters would be as follows: 23- 2897 -056 $294,250 Restroom & Lifeguard Headquarters Imprv. 02- 7795 -516 $579,000 TOTAL $873,250 The total funds currently budgeted for both the Lifequard Headquarters remodel and the restroom reconstruction are sufficient to fund the contract if the surplus funds from the restroom portion of the project are used for the lifeguard headquarters remodel. The decorative features for both the lifeguard • headquarters and the restroom add a total of $92,321 to the project. These features are important to the McFadden Plaza reconstruction and will give the area added character. It is recommended that the contract be awarded to Varkel Construction, Inc. for $845,671.32 which includes the decorative exteriors for both the lifeguard headquarters and the restroom. In a memorandum to the City Council dated October 9, 1989, the subject Contract No. 2736 was erroneously referred to as No. 2721. Subject: Construct New9estroom and Remodel Lifeguard h4quarters (C -2736) November 27, 1989 Page 3 •The 1989 -90 budget contains unencumbered funds for the project as follows: Tide and Submerged Lands Fund: Lifeguard Headquarters Bldg. Imprv. 23- 2895 -025 $ 13,350 Lifeguard Headquarters Remodel 23- 2897 -026 244,000 Lifeguard Headquarters Apron Paving 23- 2877 -046 25,300 Lifeguard Headquarters Storage Area 23- 2897 -055 11,600 Subtotal $294,250 General Fund: Newport Pier Restroom Construction 02- 7795 -475 $523,000 Restroom Replacement Program 02- 7797 -331 56,000 Subtotal $579,000 isTo simplify the accounting for the project budget transfers be made to combine the six accounts project description of "Construct Restroom and Lifeg Improvements at the Newport Pier." The new accounts Tide & Submerged Lands Fund: Restroom & Lifeguard Headquarters Imprv. General Fund TOTAL $873,250 it is recommended that into 2 accounts with a ward Headquarters would be as follows: 23- 2897 -056 $294,250 Restroom & Lifeguard Headquarters Imprv. 02- 7795 -516 $579,000 TOTAL $873,250 The total funds currently budgeted for both the Lifequard Headquarters remodel and the restroom reconstruction are sufficient to fund the contract if the surplus funds from the restroom portion of the project are used for the lifeguard headquarters remodel. The decorative features for both the lifeguard • headquarters and the restroom add a total of $92,321 to the project. These features are important to the McFadden Plaza reconstruction and will give the area added character. It is recommended that the contract be awarded to Varkel Construction, Inc. for $845,671.32 which includes the decorative exteriors for both the lifeguard headquarters and the restroom. In a memorandum to the City Council dated October 9, 1989, the subject Contract No. 2736 was erroneously referred to as No. 2721. Subject: Construct Ne *estroom and Remodel Lifeguard O dquarters (C -2736) November 27, 1989 Page 4 •In January 1989 the Council rejected bids for the construction of the restroom westerly of the pier and for the lifeguard headquarters remodel. The lowest responsible bid for that contract was $1,178,722.50 and breaks down as follows: Remodel Lifeguard Headquarters building $542,612.50 Construct new restroom 630,110.00 Demolish existing restroom 6,000.00 When those bids were rejected the Council directed the staff to look at other locations for the restroom and provide a design that would cost less than $450,000. At a subsequent meeting the staff was directed to provide a restroom design easterly of the pier adjacent to the lifeguard headquarters. This project provides for that design at a cost of $286,361.56. The design of the lifeguard headquarters is essentially the same as that bid a year ago except for the new decorative exterior. Without the decorative exterior the current bid for the lifeguard headquarters is approximately $50,000 less than that bid a year ago. With the decorative exterior the lifeguard headquarters was bid at $559,309.76. is (2 Y4-4/0911 Benjamin Nolan / Public Works Director KP:so Attachments • ' • • • • r _ oa aodm —. =-- S31W70S41tQS5V1��S31VY[ ... JJ °4b . °�PP°]�W !Iii I Nwu a�.c • • r J Authorized to Publtah AdverttNmentf Of all kt s tndludl Public notices by Decree of the Superior Court of Orange County, California, Number A -6211, dated 29 September. 1961. and A- 24e31, dated 71 June. 1963 STATE OF CALIFORNIA County of Orange a„dK wte�K. •ewniwq cow�e .,m l0 . pc. 1 � .am 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for 2 consecutive weeks to wit the issue(s) of October 12 , 1989 October 19 , 1989 198— 198— �I I declare, under penalty of perjury, that the foregoing is true and correct. Executed on October 19 198 9 at Costa Mesa, California. '0Z. � Signature PROOF OF PUBLICATION i �I 1 L X77 Ptober 9, 1989 (3�j TY COUNCIL AGENDA ;,Y 4 lily iOUN CIT" it .' -Ne03T Ue M N0.— - F -12 -- T0: CITY COUNCIL OCT 91959 __. • FROM: Public Works Department "- . AfTWYE,D_ SUBJECT: CONSTRUCT NEW RESTROOM AND REMODEL LIFEGUARD HEADQUARTERS CONTRACT NO. 2721 RECOMMENDATIONS: 1. Approve the plans and specifications, 2. Authorize the City Clerk to for bids to be received and opoced.ii.7+GGoA�#ke�ow- x°'4999: DISCUSSION: In January 1989 bids for the restroom westerly of the pier and the Lifeguard Headquarters remodel were rejected by the City Council. The staff was given the direction to design a new restroom to be placed behind the Lifeguard Headquarters easterly of the pier at a cost of less than $450,000. The Lifeguard Headquarters plans also have had minor revisions. The plans for both the restroom and Lifeguard Headquarters have been prepared with a base plan and an alternate plan. The alternate plans provide • additional decorative features that will tie into the new McFadden Plaza design relating to the period around the turn of the century. Attached are copies of sketches for the plaza area showing a conceptual plan and rendering. The alternate design for each building provides for roof line modifications and other aesthetic amenities which will improve the appearance of the buildings. Attached are drawings showing the elevations for both buildings and both alternatives. Some of the amenities provided in the alternate design for the Lifeguard Headquarters include 2 cupolas (one with an illuminated clock) dormers, vinyl siding, cornice fascia trim, ornamental roof support brackets, and a decorative railing. The alternate is estimated to cost $95,000 more than the base structure with a plain mansard roof and painted stucco wall finish. The base Lifeguard Headquarters portion of the project consists of adding 926 square feet of additional floor space; adding a ramp from the pier to the second floor of the building for the use of handicapped persons; remodeling 500 square feet of existing floor space; replacing deteriorated carpets, drapes and light fixtures; replacing the parking lot pavement; and reconstructing the shop area located underneath the pier. The estimated construction cost is as follows: • Base building, shop, and paving $250,000 Decorative alternative 95,000 Miscellaneous & contingencies 12,000 Subtotal TIM, UO-V N • • Subject: Construct Restroom and Remodel Lifeguard dquarters (C -2721) September 25, 1989 Page 2 The alternate restroom design provides a cupola and 2 dormers to break up the roof lines. It also provides a decorative cornice fascia trim. The base restroom includes tile walls and flooring, stainless steel fixtures, skylights, doors for womens' toilet stalls, and split face concrete block walls. The womens' side of the new restroom contains 12 womens' toilet stalls, including two for the handicapped, 2 diaper changing tables, and 4 wash basins. The mens' side contains 6 toilets, including two for the handicapped, trough urinals, and 4 wash basins. The estimated construction cost is as follows: Basic building $300,000 Decorative alternative 50,000 Miscellaneous and contingencies 12,000 Subtotal $362,000 In order to provide proper surface drainage and a satisfactory grade for the sewer connection it was necessary to raise the finish floor level from feet MSL to 10 feet MSL. The roof ridgeline was also increased from 14 feet to 15 feet. The 1989 -90 budget contains the following appropriations from the Tide and Submerged Lands Fund for the Lifeguard Headquarters: Remodel and upgrade $259,620 Building improvements 13,350 Concrete and asphalt apron 25,300 Storage area 11,600 Subtotal 309,870 Less encumbrance for additional plans -5,400 Available for construction 30 ,470 The 1989 -90 budget contains the following appropriations from the General Fund for construction of the Newport Pier restroom: Construct restroom $529,575 Less encumbrance for additional plans -6,000 Subtotal 523,5 5 If the decorative alternates are chosen, the Lifeguard Headquarters will be under funded by approximately $53,000, and the restroom appropriation will have a surplus of $166,600. It is suggested that, because the decorative additions to both buildings are related to esthetic improvement of the Mcfadden Square Plaza area in which the City's share of the costs is derived from the General Fund, that the decorative additions to the Lifeguard building be paid for by the General Fund, using surplus from the restroom appropriation. Subject: Construct to Restroom and Remodel Lifeguard ` dquarters (C -2721) September 25, 1989 Page 3 In an attempt to reduce congestion around the pier during the • construction stage, the two projects have been consolidated into one contract. This will eliminate the conflicts of having two contractors working in a confined area and the larger job is expected to attract larger and better qualified contractors. • • A Coastal Permit has been obtained for the Lifeguard Headquarters remodel. Due to some Coastal Commission clerical errors, the restroom project was not properly noticed for the September meeting. The Commission staff has received at least one letter in opposition to the restroom location and has decided to schedule the restroom project for a full public hearing at their November meeting. The contract documents for the combined Lifeguard Headquarters and restroom project will be structured to allow for the deletion of the restroom from the project if Coastal Commission approval is not received The conceptual plan for McFadden Square including building elevations was prepared by James Adams and Associates of Newport Beach. The plans for the Lifeguard Headquarters were prepared by the Hill Partnership of Newport Beach. The plans for the restroom were prepared by Buchanan Architects of Newport Beach. The estimated date of completion is May 15, 1990. After the new restroom is placed in service, the old restroom will be demolished as part of the McFadden Square project or as a separate demolition contract. Benja n B. Nolan 161 Public Works Director DW:so Attachments 9 mulm of • . • -- -• - - -- xw ux S+I1vDOSS�195uva��(' - ! 1 ! t i C • • 9 Z i 2 W I t; 3 n r' L; .'r i l' �0U'�CIL CITY ft :i.YPORT 3EACf MAR 27 19M March 7, 1989 To Council Members, City Manager and Mayor City Hall 3300 Newport Blvd. Newport Beach California 92663 My family has owned the property at 1904 Ocean Front for 50 years plus ... We are 100% opposed to relocation of the public restrooms. The financial consideration dictates - remodel and leave the restroom where they are presently located. No residential interests will favor such a move. This surely does not enhance the esthetics of a beach area. Nor does this facility tend to draw the best of users and activities... not needed in a residential setting. 70) COUNCIL AGENQ , -o NO. F- z1 (a) Surely you will give equal consideration to residential feelings /business interests.... Yours truly r R aE� P.b. Box 2024 1 Riverside, California 92516 -2024 ,....,ley n a. air. c i wsv air. Cs & h air H,, air. 01 Oico Chief W. air L2 Obler 3 -16 W,J T S A A Ai • C:.41N C83. AGENDA C!i MAR 27 1989 ' — - - March 7, 1989 ; iA To Council Members, City Manager and Mayor City Hall 3300 Newport Blvd. Newport Beach California 92663 My family has owned the property at 1904 Ocean Front for 50 years plus ... We are 100% opposed to relocation of the public restrooms. The financial consideration dictates - remodel and leave the restroom where they are presently located. No residential interests will favor such a move. This surely does not enhance the esthetics of a beach area. Nor does this facility tend to draw the best of users and activities... not needed in a residential setting. Surely you will give equal consideration to residential feelings /business interests.... u Mayor C' Tanager 0 ^: Crney '9V uv • Dir. C: & R Dir. c..1 Fcuanir, Dir. o �Pffce Chief u/i'-`.'d. Dir ii Other 3 -14- z Yours truly, Majori ayden ?' P.O. Box 2024 Riverside, California 92516 -2024 TiO 0 k L (OUN IL AG NDA U�� cin „�;;i .;'-Ac; MAR 27 1989 1 1 March 7, 1989 RECEIVED To Council Members, City Manager and Mayor �a� City Hall 3300 Newport Blvd. Newport Beach California 92663 z My family has owned the property at 1904 Ocean Front for 50 years plus ... We are 100% opposed to relocation of the public restrooms. The financial consideration dictates — remodel and leave the restroom where they are presently located. No residential interests will favor such a move. This surely does not enhance the esthetics of a beach area. Nor does this facility tend to draw the best of users and activities... not needed in a residential setting. Surely you will give equal consideration to residential feelings /business interests.... LR �' s•jg. C` -ir. &VR+Dir. Li rlice Chief U .se. Dir U G`Ihar 3 '/ ", 3 Y %rs truly, r Evelyn (Adler' P.O. Box 2024 Riverside, California 92516 -2024 COUNCIL AGENDA � NO._ F'# (aJ' M;Iyo Thn;+l cl City Council of Newport Beach P.O. BOX 1768 Newport Beach, CA 92658 -891.5 March 6, 1989 ✓T • _ Dear Mayor and Council: Y /•�f-,,,,� (r I'm writing about your proposed change of the lo- cation of the public restroom to the east side of the New Port Pier. I own the property at 2008 W. Oceanfront. The movement to the eastside of the pier will have a serious negative impact on the value of my property. I also men - tion.that when I bought the property it was represented to me as being zoned C -1. I have called City Hall about opening a restaurant on the site and been told not to even consider it, because the city does'nt want anymore traffic or any possible source of odor on the East side of the pier. And now you want to put a public restroom there? I flew to Newport Beach on February 27 from my home in E1 Paso, Texas to participate with you in discus- sing the proposed change. I picked up a flu bug earlier in the day and was too sick to stay for the whole meet- ing, but did hear several members of the Council say they were anxious to find a direction that would help in settling the matter. May I suggest asking yourselves, "Who will be most served by the restroom facility ?" It's a public restroom, so the general public will be. The public parking is on the West side of the pier, the public shops and restaurants are mostly on the West side of the pier, and most of the public sun bathing and public beach activity around the pier is on the West side of the pier. Clearly, the West side of the pier is the place to locate the public restrooms. The fishermen from the Dory Fleet. who individually, are probably going to use the restroom more than anyone -once or twice a day, are also located on the West side of the pier. Movement of the restrooms to the East side of the pier will only cause more congestion and confusion around the entrance to the pier and make it less accessible to the people who use it. Add my voice to those in favor of leaving it where it is. Yours truly, CjQF C.Ppy OY TF' "',ITV M �IEChanoux CITY T ;NEWPORT 3EACI r'.r Dir. D'r' MAR 2 7 1989 ,,: �ir � Mr. E; s' r :;Icz Chid Ci vA . Dir I/ 'COU IL ACENDA CENTRAL NEWPORT BEACH Community Association P O. Box 884 Balboa, Ca. 92661 March 16, 1989 RECEIVED MAR 20 LOU KZL TO: MAYOR, CITY COUNCIL AND CITY MANAGER of City of Newport Beach Our Association was very disappointed and unhappy with the action taken at the most recent Council meeting concerning the public restrooms at the Newport Pier. Our citizens feel very strongly about this matter and feel that perhaps the strength of our opinion was not adequately judged at the time of that meeting. Is it possible to reconsider the position taken? Can the matter be brought again before the Council and a vote taken? Two of the Council people were absent for that meeting. Perhaps a complete vote of Council could change the results. We think that with more input from our community we might be able to change opinions. In brief, our association feels that it is a waste of taxpayer dollars to move the present facility. It would cost much less if the present facility could be improved and changed to meet the standards required. With good landscaping the present structure would be even more presentable visually. There has never been any question as to its adeuqacy. Ramps and facilities for the handicapped could easily be added to the present building. It seems to our members a very poor use of public funds to move a facility that is in an ideal spot and that is nearly adequate (except for handicapped) and that needs relatively minor updating. We urge you all to reconsider the previous vote on this matter. There is NO REASON to move it or to build anew! Sincerely JIm Hanley President, Central Newport Beach Community Association cY ;11" !TY JNPlL CITY ;) �,',WPORT SEACI' MAR 2T 1989 5 a • TO: CITY COUNCIL FROM: Public Works Department February 27, 1989 CITY COUNCIL AGENDA DY iH' -ATY ;;OUNCILITEM NO. I -1 CITY 7F ,1EWPORT BEACI FEB 2 i 1989 APP M, SUBJECT: MACFADDEN SQUARE RESTROOM FACILITY - CONTRACT NO. 2736 RECOMMENDATIONS: 1. Authorize the staff to retain an architect to prepare plans, specifications and estimates for the MacFadden Square restroom at a location easterly of the pier near the Lifeguard Headquarters. 2. Authorize the City Manager to execute an Architectural Services Agreement with an architect for the design of the restroom facility. 1, c ;. DISCUSSION: • Attached for information is a copy of the February 13, 1989, Study Session Council memo on the MacFadden Square restroom. It is recommended that the new restroom be located easterly of the pier near the Lifeguard Headquarters (Site No. 4). Unless directed otherwise the following guidelines will be used in the design of the facility: 1. Design - to be compatible with the Lifeguard Headquarters and use the same roof style and color. 2. Size - minimum size which will provide same number of fixtures as existing restroom (approximately 1,700 sq. ft.). 3. Height - less than 14 feet. 4. Interior - shall use tile on floors and walls and stainless steel fixtures. 5. Floor - elevation shall be 9.0' M.S.L. • 6. Women's - restroom shall have partitions with doors, seats on toilets and have a raised changing table. 7. Cost - the design shall be adjusted to keep the cost below $450,000. 8. Completion - the design shall be completed by June 15, 1989. Subject: MacFadden Square Restroom Facility (C -2736) February 27, 1989 Page 2 The staff will obtain proposals from at least two architects and select one for the design. The fee should be under $30,000. It is recommended that the City Manager be authorized to execute the Architectural Services Agreement. Attached is a copy of the letter sent to all property owners on Ocean Front between MacFadden Place and 20th Street. The staff also contacted Jim Henley, President of the Central Newport Beach Community Association, to inform him of the pending action before the City Council. He indicated that his association supported a remodel of the existing restroom with increased landscaping around the exterior. is Benjamin B. Nolan Public Works Director DW:so Attachments • • February 15, 1989 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3311 June Lee O'Connor P.O. Box 1942 Newport Beach, CA 92663 Subject: MacFadden Square Restroom Dear Property Owner of 100 MacFadden Place, •At the City Council meeting which begins at 7:30 P.M. on February 27, 1989, the Council will consider directing the staff to proceed with the design of a new restroom facility for the MacFadden Square area. The proposed location is shown as Site No. 4 on the attached sketch. Also enclosed for your information is a copy of the February 13, 1989, Council memo which discussed restroom options and costs. If you need additional information or wish to discuss the proposed restroom site please give me a call at (714) 644 -3311. Very truly yours, 0 t, Dor We Cit, Engineer DW:so • Enclosures 3 3300 Newport Boulevard, Newport Beach February 13, 1989 STUDY SESSION AGENDA ITEM NO. 8 • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: NEWPORT PIER RESTROOM DISCUSSION: At the January 9, 1989 Council meeting bids were rejected for the Lifeguard Headquarters remodeling and the construction of the Newport Pier Restroom. The Staff was to report back with comments on cost savings and the relocation of the proposed restroom. A .7 B. • Analysis of Restroom Bi After a review of cost figures with several contractors the following are some items that in their opinion could reduce the price of the restroom if it were to remain in the as bid location westerly of the pier and was not structurally redesigned. 1. Change stainless steel railing to painted steel 2. Delete ceramic tile and use painted block walls with concrete floors 3. Use porcelain fixtures instead of stainless steel 4. Eliminate the decorative roof structure and cupola. (A vent chimney is still needed.) Cost Analysis $ 30,000 - $35,000 30,000 25,000 20.000 $105,000 4110,000 If the restroom roof is not used as a view deck and is roofed with either skylights and /or standard roofing, the railing, stairs and structural concrete roof can be eliminated for an estimated construction savings of $80,000 - $85,000, but this will necessitate a redesign of the structure. The most expensive part of the restroom was the pile supported foundation and structural concrete deck that was necessary because the building is in the surf runup zone. This was estimated to cost $170,000 to $190,000 more than spread footings with a slab on grade. This cost can be saved with a project redesign placing the restroom at its present location or other locations in the plaza area. • • • 7 Subject: Newport Pier Restroom February 13, 1989 Page 2 The restroom was designed to be an attractive and low maintenance facility that could serve two purposes. The first and primary purpose was to provide a clean, good looking place for beachgoers' use that has roughly the same capacity as the existing restroom. The second purpose was to try to downplay the prominence that the existing restroom building plays in the plaza area and provide a facility that would fit into the plaza refurbishment. With appropriate design, the restroom could also add character to the area. The view deck on top of the restroom with a decora- tive roof and cupola ties into an era around the turn of the century, and draws attention away from the fact that the building is a restroom. This secondary use is estimated to have added $80,000 - $85,000 to the project costs. Moving the facility adjacent to the westerly side of the pier to clear the plaza area added $170,000 to $190,000 to the cost. This amounts to $250,000 to $275,000 being spent to aesthetically improve the appearance and function of the plaza area. It was the Staff's impression that the restroom was to have amenities such as ceramic tile on the floors and walls, stainless steel fixtures, stall doors (women's side), benches and changing tables (women's side). The tile and stainless steel are relatively vandal proof. The ceramic tile added approximately $30,000 to the cost and stainless steel versus porcelain fixtures added another $25,000. Due to vandalism, the General Services Department strongly supports the use of stainless steel fixtures. Cost Reduction Option No. 1: Leave the concept the same as previously bid, don't change the location and: Estimated Savinas a. Use painted steel railing $30- 35,000 b. Delete ceramic tile 30,000 c. Eliminate decorative roof 20,000 $80- 85,000 Estimated Bid Price $ 750,000 Less Savings 80- 85,000 New Estimated Cost $665- 670,000 • is • 0 0 0 Subject: Newport Pier Restroom February 13, 1989 Page 3 Cost Reduction Option No. 2: Use location westerly of pier, redesign structure for conventional roof, and delete ceramic tile for an estimated savings of $110- 115,000. Estimated Bid Price $ 750,000 Less Savings 110 - 115,000 New Estimated Cost $635- 640,000 C. Project Redesion Other options available require a concept change and using an area outside the surf runup zone. In changing the location several guidelines need to be developed. For reference the existing restroom has the following features: 1. Size - 30 feet wide x 38 feet long. 2. Fixtures - stainless steel - 19 toilets, 3 lavatories and 15 feet of urinal. No handicap toilets are provided. 3. Walls - painted concrete block. 4. Floor - painted concrete. 5. Partitions - concrete block. 6. Roof - flat with corrugated fiberglass skylight. Design features to be chosen: 1. Building size: a. Do we want the same number of fixtures? If the answer is yes, this necessitates an increase in size to accommodate handicap users (add 10 to 15 feet in length to provide for 4 handicapped toilets and turnaround areas). b. If the same size building is desired, we are still required to provide handicapped toilets so 3 toilets and 3 feet of urinal may be lost giving a total of 4 handicap toilets, 12 toilets and 12 feet of urinal. c. Use a smaller building. Guidance is needed as to how many fixtures are desired. Subject: Newport Pier Restroom February 13, 1989 Page 4 • 2. Building Placement (see attached sketch) 0 a. Existing location (site 1): This allows for remodeling of the existing building or reconstruction, but means that temporary facilities will be required during construction. The building will be the prominent feature in the plaza and will block view of pier and Dory Fleet. b. Place oceanward edge of building on sidewalk between Dory Fleet and pier (site 2): This requires demolition of existing facilities and providing temporary toilets during construction. The building will be the prominent feature in the plaza and will block the view of the pier and Dory Fleet. It may also encroach into the McFadden parking area causing the loss of 2 or 3 parking spaces if the same number of fixtures are provided. Pilings and a structural deck probably would be required, but a deepened footing is a possible alternate. c. Place the building easterly of the pier in the sand area between the plaza and the lifeguard headquarters (site 4): Allows • existing Festroom to remain in service until the new one is completed. Allows best possibilities to design the plaza and feature a view of the pier and Dory Fleet. 3. Restroom Features: a. Stainless steel fixtures: These are low maintenance, 2 to 3 times more expensive and resistant to vandalism. b. Porcelain fixtures: These are relatively inexpensive but are easily broken, and not recommended . c. Ceramic tile flooring and walls. Expensive, attractive, easy to maintain, low vandalism problem. d. Painted wall and plain concrete flooring is less expensive and harder to clean. e. Toilet seats and stall doors: These would be proposed for women's side only and are high maintenance items that require frequent replacement. • f. Benches and changing tables: If room is available these could be provided out of a low maintenance material at modest cost. g. Walls: 1. Painted concrete block is least expensive but will need at least annual maintenance. 2. Slump stone or split -face block, low - maintenance. 0 9 Subject: Newport Pier Restroom February 13, 1989 Page 5 • 3. Concrete block with stucco, moderate maintenance. h. Roof: 1. Flat - gives lowest profile but adds no character to the building. 2. Sloped contemporary roof similar to the Orange Street restroom in West Newport Park. Adds some character to building but may not fit in to architectural styles in the area. 3. Mansard roof with light - weight concrete or similar shingles that will match the Lifeguard Building. 4. Spanish Tile Mansard roof. This would be appropriate if a Spanish or Mediterranean motif is chosen for the plaza redesign. The Lifeguard Headquarters should use same style if chosen. There are many more items that could be listed which would affect the cost of the structure. These are the main ones. D. Cost Estimates Cost estimates for a redesigned facility will vary depending on the options selected. 1. Gut and remodel the existing restroom with fewer toilets. Estimated cost $210- 250,000. 2. New structure, approximately same number of fixtures with 1700+ square feet. Estimated cost $350- 440,000. The lowered costs reflect using the least expensive materials which will have a higher long term maintenance expense. The higher costs reflect using stainless steel fixtures, tile and lower maintenance items. E. Project Scheduling It is recommended that the project scheduling be the same no matter which alternative is chosen. It will take until at least mid -July to redesign and obtain a revised coastal permit. If the project is advertised for bids in August Construction could begin around the first of October, 1989 and be completed by April or May of 1990. The Marine Director has indicated that he doesn't want work on his building to be in progress during the summer, so that the improvements to the Lifeguard Headquarters could be separated from the restroom project or bid together. It seems as though both projects would be under construction at the same time. Several contractors that the Staff contacted indicated that it was better and less expensive to bid the projects together. LJ Z 0 Subject: Newport Pier Restroom February 13, 1989 Page 6 ific Area Plan 0 The Planning Department indicates that any of the relocation options would be consistent with the Specific Area Plan, and would not require amendment of the Plan ordinance. However, refurbishing the existing structure would require amendment of the Plan. A copy of a memo from the Planning Department is attached for reference. G. Summary The placement and design of the restroom will determine the future character of the McFadden Square plaza area. The restroom issue should not be looked at by itself. Demolishing the existing restroom and placing the new facility in a location that can enhance the ability to design an open plaza area that features the Dory Fleet and a full length view of the pier is recommended. The sandy area easterly of the pier between the plaza and the Lifeguard Headquarters shown as Site 4 on the attached sketch will accomplish these goals, and depending on which features are chosen, can be constructed for $360,000 to $440,000. Don Webb City Engineer DW :dw Attachment Benjamin B. Nolan Public Works Director PLANNING DEPARTMENT February 2, 1989 To: Ben Nolan, Public Works Director 0 From: Bob Lenard, Advance Planning Manager Subject: Mcfadden Square Restroom Relocation Project This memo is in response to your inquiry regarding the need to amend the Cannery Village / McFadden Square Specific Area Plan given the range of alternatives currently being considered by the City Council. The Specific Plan describes this project as follows: "This project includes the demolition of the existing restrooms at the base of the Newport Pier and construction in a new location which does not block the view to the pier or create an unattractive view from McFadden Square plaza." The four alternatives and their consistency with the Specific Plan are discussed in the following paragraphs. 1) REMODEL EXISTING BUILDING - Since the Plan indicates a "new Location," the selection of .this alternative should include an amendment to the Specific Area Plan. 2) NEW STRUCTURE IN SAME GENERAL LOCATION - This alternative involves placing a more rectangular building in approximately the same location, oriented so that the building paralleled the beach. Since the building would be reconstructed in approximately the same location, and would block views to the pier almost to the same degree as the existing structure, the selection of this alternative should include an amendment to the Specific Area Plan. 3) NEW STRUCTURE MOVED ONTO BEACH - This alternative would be consistent with the provisions of the Specific Plan, and not require an amendment. All of the above alternatives were discussed adequately in the Environmental Document prepared for the Specific Area Plan, and would not require any additional environmental documentation. Bob` Lenard /© 4) NEW STRUCTURE ADJACENT TO LIFEGUARD HEADQUARTERS - This alternative appears to be consistent with the provisions of the Specific Plan, assuming that the views to the Council are from McFadden Square pier which are of concern plaza (I believe that was to the City the original intent of the language included in the Specific Plan). All of the above alternatives were discussed adequately in the Environmental Document prepared for the Specific Area Plan, and would not require any additional environmental documentation. Bob` Lenard /© r ._ . nA i Q M .SAC FARM .SWAFC,-� lL M.H. 9O' EL �/ NV• A - ' • �Yi° i g j ' _ g,VM'r ON A 10 Neww:r .-C RIP - RYLOCA MARINL AW /� %' -✓_ L, LO R, of . F&-P9_ —�}- - l \' r._ �Ai Pll G'JiOF'_P_Jwh!lr. "RECEIVE AFTER AGENDA • • .PRINTE���- CENTRAL NEWPORT BEACH Community Association Benjamin Nolan Public Works Director City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 Dear Mr. Nolan: Balboa, Ca. 92661 February 23, 1989 Our Community Association would like to reiterate our position concerning the restrooms at the Newport Pier location. We oppose relocating the restooms to the eastern side of the pier. It will definitely harm the view and access of residents on that side of the pier. We also feel that moving the restroom from its present location would present a beach area that would possibly be usurped by the dory fishing fleet as a place to park their vehicles and trailers and to store their assorted untidy junk. Our association favors keeping the public restroom in the present location. We think the building should remain and be improved, rather than spending an approximate $110,000 to build a new structure. At the present time the most acceptable beach public restroom is the one at 15th street. You will remember there was a plan to move it and build a new one. The remodelled and improved OLD facility has proven to be far more satisfactory, both as to utility and aesthetics than the proposed facility would have been. Let us take a lesson from this, and improve the existing facility, in its present location on the western side of the Newport Pier. Sincerely, /Jim Hanley President, CNBCA cc: City Manager oil� ti to City Council members ' Bob Lenard, Planning Department .• � 1 � �� �� +qr.b. �\ Y'� ' +Vii.: 1,— �M.=FADDEN SQUARE RESTROO "RECEIVED A GENDA PRINTED!' The following submitted letters opposing relocating the public restrooms to the East side of the pier on the beach: Elizabeth Hoffmann 5008 Neptune Ave Rudy M. Mauch Baldys Tackle Store Harry /Marguerite Battington 2262 Cornell Dr., Costa Mesa Daniel Hoffmann 5008 Neptune Ave Lucy Abrego 2016 W. Ocen Front Kathy Cruz 2016 W. Ocean Front James H. Keich 50082 Neptune Mrs. Jennie Kiech 500082 Neptune Steve McNichols 1920 Court Ave Tim George 2000 Court Ave Michael Nier 2000 Court Ave Daniel M. Reynald 1906 Court Ave Elsie W. Patterson /J. Elmer Patterson 1912 Court Ave Jerry.Bearkley 2004 West Ocean Front Jerry N. '..DgSile /Jacqueline Doyle 2004 W. Ocean Front Cheryl Taylor 2004 W. Ocean Front Sheila McNichols 1920 Court Ave Robert Grunbert 1918 W. Ocean Front Jim Gell 2001 W. Balboa Bl �7Y Stephanie Houghton 1908 W. Ocean Front Pamela J. Maloof 1910 W. Ocean Front Dorothy Mazzie 2000 W. Ocean Front June O'Connor 359 22nd St., Costa Mesa William Stein 1900 W. Ocean Front James R. Quigg 1924 W. Ocean Front Georgia W. Maloof 1910 W. Ocean Front (property owner) Charlene Fannon 1912 W. Ocean Front Jeff Lewis 108 McFadden P1 Stuart McKenzie 1205 W. Bay Ave William L. Sale Calif Rental Sery P.O. Box 964, Cerritos Gerald Lipman /Suzanne Lipman 204 W. Ocean Front (Signature not readable) 1912 Court Ave (Signature not readable) 2005 W. Balboa B1 (Signature not readable) 808 E. Ocean Front Laurey M. Craig /Roger M. Craig(spelling of 1829 W. Balboa B1 name not clear fm signature) "RECEIVED #MR AGENDA PRINTED:" r-:l;l:,rl.;l-tl:y 1989 N,qp.)r, Blvd. CA rd2863 M t.y I Mc�mebC.cs : A.-.; a th,-. , Objk,:Ct, lo(I—d-Jolt c;n thl (33$L. 31de1, :"f Pi.,, a loc-atioll 1:3; urisuit&L-tci; ztnd Th,a c.xistlng lc,cation ;h,)i.tl(J be uiii.i.seil for at wc.A.A. lnnilltaiflc,d fauility. c- Aria '; DEB 13 tm Address: VVLO Date: 'Z -Z3- B 0 Nc-:wp I-, r L, (".i L y H a C:A C,3 , i. CIV couiwi I . -Iulllebk L's: A J (I c t L I r 11 11 s ,,i t,O ?'C C,C,-.Act 1,111�. puhl ri, Pi :;.i, to ,.A I -"! 1. t 'A ', t i , I i n I i I I a l+rarti.c,n is u n s uit a L, I a _i i i d ct x c os s i v,:.,. y c c-s y i s ti n g locaa t i, a n shu -,i,t I cl b+_ u t, i I i f o c a r,:, f u rb i wc I i -J-�- W-- Signature Address: �?Ocv Date: 2�2-R 167 February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council Memebers 0 As a resident of the Balboa Peninsula I strongly object to the proposal to relocate the public restrooms at the Newport Pier to a new location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, r Signaxu e Address�� Date: 1 �arc�, Cr�2, X63 ,21d 3)ffl I , • • February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council Memebers: As a resident of the Balboa Peninsula I strongly object to the proposal to relocate the Public restrooms at the Newport Pier to a new location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, ignature Address: M V� Co (AYT AvC Date: z.27 g7q N C1J?'-KT ?CH q zff� February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council Memebers: • As a resident of the Balboa Peninsula I strongly object to the proposal to relocate the public restrooms at the Newport Pier to a new location on We east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, Vanature Address: Date: F,F..,bruary 1989 Newport Beach City Counr,il City Hall 33011 Newport Blvd. Newport Beach, CA 92663 City Council Memebers: U As a resident of the Balboa Peninsula i st.:rong.l.y object to the proposal to relocate the public r(:strcoms at the Newport Pier to a new location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained faai.M ty. Sincerely, 'igna ure Address: ?o ,� WeS7 r Ci' 6/ Date: -�- ,z3-J'y February 1989 Newport Beach City Cc,,ur)(;il CiLy Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council Memebers: As a resident of the Balboa Peninsula I -zita.-Dragly object to Uha proposal to relocate the public ve.strooms at the Newport Pier to a new location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, Address: Date: � - ,� -2 - CJ-'Y February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Cr.-,i trio i 1. MemeberS: 0 As a resident of the Balboa Peninsula 1 strongly object to tha proposal to relocate the public restrooms at the Newport Pier to a n<jw location on the east side of the Pier. Such a location is unsuitable and exc< --ssively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, Sign u r ;e Address: -,-doAI u/,c-5 Date: 1 -.3_ P ;P 4* 0 February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Bead!, CA 92663 City Council. Memebers: As a .resident of the Balboa Pori i.nsul.a I strongly object, to the: proposal to relocate the put�lic restr.00ms at the Newport Pier to a n<;w location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained faoi.l.ity. Sincerely, Signature Address: .i20cg/{ tea°` u {�o j�-t t% ✓ oa Date: February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council. Memebers: As a .resident of the Balboa Peninsula I strongly object to the Proposal to relocate the public restrooms at the Newport Pier to a ntw location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained fa;i.l.i.ty. Sincerely, G7 Signa xre Address: Nck\Z Coo r�' ptqe Date: -�- - Z?j _ Qjq February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council Memebers: As a .resident of the Balboa Peninsula I strongly object to the proposal to relocate the public restr.00ms at the Newport Pier to a new location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, Signature Address: l 9a2L'' Date: S February 1989 Newport Beach City Council City [-Tall 8300 Newport Blvd. Newport Beach, CA 92663 City CouncilMemebers: 6 As a .resident of the Balboa Peninsula I strongly object to the proposal to relocate the public re,strooms at the Newport Pier to a new location or, the east side of the Pi,-r. Such a .location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, Signature Address: / Date: February 1989 Newport Beach City Council City Hall. 3300 Newport Blvd. Newport Beach, CA 92663 City Council. Memebers: As a of) the Balboa Peninsula I rstvongly obji-+,-A. to tli,-t proposal to relocate the public restrcoms at the Newport Pier to a new location on the east side, of the Pier. Such a location is unsuitable and excossively costly. The existing location should be utilized for a refurbished well. maintained facility. Sincerely, Address: OC&!S 63. Date: I Ftn,bruary 1989 Newport Reach City Couiiuil City Hall 3300 Newpor-L Blvd. Newport Beach, CA 92663 City Council Hemebers; As a t otA the Balboa Peninsula I istrongly object. to the. proposal to I-CIOCZ7tte the pjjli,D �s ooms at the Newport Pier to 1. " t 1:j a new location on the east side of L.he. Pier. Such a location is unsuitable and excessively costly. The existing location shci.ild be utilized for a refurbished well maintained faoj.]A,ty. Sincerely, 'Signature Address: -2--&Ol (j, 1'8/("�, Date: -\�'L --Z ( \ l,q " February 1989 Newport Beach City Council City Hall 3301) Newpo.rt Blvd. Newport Beach, CA 92663 City Council Memebers: Pi 9 As a resident of the Balboa Peninsula I -0.,r,-)ngI.y obje'ut to th Proposal to relocate the Public at the Newport Pier to a nE:w locaticn on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a .refurbished well maintained fa(:;!.l..i.ty. Sincerely, 7 oighature I Address: W. C4f,")r, Date: -, I `' ! I - I 674 February 1989 Newport Beach City Coun(;il C i b Y Hal I 3300 Newpof.'t Blvd. Newport Beach, CA 92,663 City Coun(:il. Hemebers: 0 As a resident of the Balboa Peninsula I strongly object to PrOPOSal LO I.-F-'IC)CZtte the public restrc.',oms at, the. Newpart. Pier to --i ne,,q location on the cast side of L-he Piar. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, Sighature (50g -�E CGS 4- Lfl� - - Address: ( , o �+ c kft I & A Date: 2, ---Z -0 5 February 1989 Newport Beach City Cc,un(;il City Hall 3300 Newfj(-)•t Blvd. Newport Beach, CA 92663 City Council. Memebers: 0 As a resident of the Balboa Ferd,nsula 1 strongly object to U),Et Proposal ',-,o relocate, the public I•e-'stroom's at the Newport Pier to a ne;w location on Lhe east side of the Pier. Such a location is unsuitable and excossively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, 4ig�n�atu4 U Address: i-')I() LO 0 0 Date: t,2- 22- e� 0 February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. NewporL Beach, CA 92663 City Council. Memebers: is As a .resident of the Balboa Peninsula I strongly object to the proposal to relocate the public restrooms at the Newport Pier to a new location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facil-ity. Sincerely, J Avt iIVIA*1�� Signature ( 0 ^1e�� Address: W • P-L Qkx--)C- Date: A9-3 1 8�. February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council Memebers: As a resident of the Balboa Peninsula 1 strongly object to the proposal to relocate the public restrooms at the Newport Pier to a new location on the east side of the Pier. Such a location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, Address: 192?`( Date: )--, 6 February 1989 Newport Beach City Council City Hall 3300 Newport Blvd. Newport Beach, CA 92663 City Council Memebers: As a .resident of the Balboa Peninsula 1 stcongl.y object to thr; proposal to relocate, the public restrcom,; at the Newport Pier to a new location on the east side of the Piar. Such a .location is unsuitable and excessively costly. The existing location should be utilized for a refurbished well maintained facility. Sincerely, signature Address: Date: ORE oa �urirEO�' Newport Beach City 3300 Newport Blvd. Newport Beach, Ca. February 24, 'c.89 Council Dear Mayor and Council: �� /=—'. I frequently walk through the Ne�j�pert Fier area along the ocean Front. I oppose relocating the public restrooms to the East ride of the pier nn the beach and ? encourage you to refurbish the existing restrooms in their central location and mainta r them in. a sanitary cond.`ticn. Si.ncere'•y, 7~ -.- -- moo j? NEP LJAIAF�' h(IE. �,. ' ,n �. . 4,� ,: .� 0 February 24, 3.989 Newport Beach City Council 3300 Newport Blvd. Newport Beach, Ca. Dear Council: 0 The relocation of the Newport pier public: restrooms to the Easi. -,ide of the pier is neither the most economical or the most attractive solution for the public's n.eed.s and I strcngly object., t.o the proposal. Since the closest public fac:ili.ties to the West are at 38th Street and Balboa Blvd. and the closest rest - rooms East of the p:er are. at 15th St and '.he Ocean or 19th Street, and the Bay, why not move it West? If the justification for this proposal is views of the pier I suggest that the view i %hick would. be disturbed by the new location of t.h.e restroom is more worthy of your concern. Residents East of the pier nie +..her want, nor need this facility. Sincerely, 1104 0 Newport. Beach City 3300 Newport Blvd. Newport Beach, Ca. February 24, 1980 . Counc_1 Dear Mayor and Council: 0 I frequently walk trrcugh the Newport pier area along the Ocean Front. I oppose relocating the public restroorms to the East i.de of 1.Y_e 1)4er on the beach and encourage you to refurbish the existing restrooms in their central location and me ].ntF n them in a sar.- .tary ccnd. 'J cn . Sincerely, Fe',ruary 24, J.989 Newport Beach City Council 3300 Newport Blvd. Newport. Beach, Ca. Dear C ounc it : 0 The relocation of the Newport pier public restroom::. to the EaF.-i. side of the pier is neither the most economical or the most attractive solution for the public's needs and I strongly object tc the propc,sa] Since the closest public fa.ciJi.ties to the West are at 38th Street and Balboa Blvd. and the closest rest - rooms East cf the p er are at 15th St and ',he Ocean or 19th Street and the Bay, why not hove it West? If the justification for this proposal is views of the pier I suggest that the view would be disturbed by the new location of the restroom is more worthy of your concern. Residents East of the pier niet.her want nor need this facility. Sincerely, �oo� IVFPTONr AVM February 24, 108) Newport Beach City Council 3300 Newport Blvd. Newport. Beach, Ca. Dear Council: The relocation of the Newport pier public: restroom- to the hay:. -ide of the pier is neither., the most economical or the most attractive solution for the public's needs and I strcn €ly object, to the proposal Since the closest pul'.lic faci]ities to the West are at 38th Street and Balboa Blvd. and the closest rest - rooms East of the pier are. at 15th St and `,he Ocean or 19th Street and the Bay, why not move it West? If the justification for this proposal is views of the pier I suggest that the view which would be disturbed by the new location of i e restroom is more worthy of your concern. Residents East of the pier niet,her want, nor need this facility. Sincerely, zoi6 AAw4 G February 24, 1989 City Council 3300 Newport Blvd. Newport Beach, Ca. Dear Mayor ai:d Council Members: 6 jRE51 DENT As a property nwz,e ir: the McFadden area I wish to encourage you to relocate the public.restroom in the previously proposed location West of the pier or to refurbish it in its presentlocation. The proposed reloca-tion East of the pier also affects views. View of sand and ocean to the East will be replaced with a view of the res -troom for visitors at the Gros. -walk in front cf the Doryman Inn. Sincerely, 9a��3 February 24, 1989 Newport Beach City Council 3300 Newport Blvd. Newport Beach, Ca. Dear Mayor and Council: L7 I frequently v+a;.k through the Newport Pier area along the Ocean Front. I oppose relocating the public restroorms to the East :-ide of the 1)er or, f.he beach and 1 encourage you to refurbish the existing restrooms in their central location and n:e.rt.z n them in. a sanitary cond.'t,icn. Sincerely, 'S-o 0 O S'o a' ��iF�'ZIivE /�lEWpd�, aa� ct 9 `63 • Fet,ruary 24, 1989 Newport Beach City Council 3300 Newport Blvd, Newport. Beach, Ca. Dear Council: i The relocation of the Newport pier public restroom�. to the Eas-1 side of the pier is neither the most economical or the most attractive solution for the public's needs and I strcnEly object to the proposal Since the closest public faa.]ities to the West are at 38th Street and Balboa Blvd. and the closest rest - rooms East cf the pier are at 15th St and - ".he Ocean or loth Street and the Bay, why not move it West? If the justification_ for this proposal is views of the pier I suggest that the view which would be disturbed by the new location of the restroon is more worthy of your concern. Residents East of the pier niet:her wait, nor need this fac it i ty . Sincerely, y�`, y,_a, t At u c &I C� 9� 6 s 11 "RECEIVE HER AGENDA r_lallo PRINTED:" 1205 West Bay Avenue co (" Newport Beach, CA 92663 •- February 25, 1989 Mayor and City Council City of Newport Beach 3300 Newport Blvd. Newport Beach,CA 92663 Sirs: It has recently come to my attention that you are discussing changes to be made to the public restroom facilities at the Newport Pier. My neighbors and I have talked about the possibilities you are considering and would like to add our points of view. I am opposed to your moving the facility to the easterly side of the pier. The present site, on the west side of the pier, is satisfactory and there does not seem to be any reason for moving it. It will obviously cost a lot more to build an entirely new facility in a new location than it would cost to renovate the existing restooms. I strongly urge you to upgrade and renovate the exiting restooms in the current location. Let me call your attention to the public restooms at 15th and Ocean. The City staff had grandiose plans for building a new facility; we, along with other interested people, opposed those plans. Alternatively, the staff came up with a plan for upgrading the existing facility. That restroom at 15th street and Ocean is now the best public facility on the beach. It is adequate in its design and is pleasing visually. The upgrade was accomplished at far less cost than would have been the case with a new building. The present restroom facility at the Newport Pier is certainly adequate and will be even more utilitarian after an update and revision of the toilet stalls and basins. Please consider seriously using the present building on its current site. Sincerely, Stux�'ar't'M:z1z e`un""13 Sl Board Member, Central Newport Beach Community Association CALIFORNIA RESIDENTIAL SERLES INC. P.O. Box 964, Cerritos, CA 90701 "RECEIVED f§�iiER� AGENDA (213) 435 -0044 / (714) 827 -6803 PRINTED:". L HOMES • Credit Reports • Advertising • Maintenance • CONDOMINIUMS February 24, 1989 4 RECEIVED 13 2110 City Hall r WXL 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92658 -8915 _ To Whom It May Concern: I would like the restroom at Eastside Local #1 to be remodeled at the same location it now stands or if that is not possible, please move the restroom to Site #3. Thank you for your cooperation in this matter. Sincerely, William L. Sale WS:cf -� ova W. C) CE /40 'TRnOT 0 • "RECEIVED AFTER AGENDA PRINTED:" February 24, 1)8) 11 �ivEo Newport Beach City Council RECE 'nom 3300 Newport Blvd. fit an Newport Beach, Ca. r, T4-0 Dear Council: The relocation of the Newport pier public: restroom�- to the East. side of the pier is neither., the most economical or the most attractive solution for the public's needs and I strongly object, to the prolosol Since the closest public facilities to the West are at 38th Street and Balboa Blvd. and the closest rest - rooms East of the p::er are at 15th St and the Ocean or 19th Street and the Bay, why not move it West? If the justification for this proposal is views of the pier I suggest that the view which wou1C. be disturbed by the new location of the restroom is more worthy of your concern. Residents East of the pier niet:her want, nor need this facility. Sincerely, e�� &ERI}Lp L1PMAd "REf� TED." EIyED AFTER AGENDA PRIN TU MAYOR DONALD STRA03;; AND CITY COI;N!:IL 'RO WALTER RACKER AND JUNE U'CuNNOR. 100 McFadden Place DEB kjak� U CT: NEWPORT PIER RESTFOOM toiw I strongly object to constructing the proposed restroom on the East side of the Newport Pier. The original site location you chose is the least offensive and most desirable. Extra cost of construction on that site is warranted in view of the fact that the building will be a permanent structure for years to come and views of our ocean and beach are so valuable. Therefore, I hope you will give this your careful consideration. The properties in the area will be devalued by a rest room and the loss of ocean view. We already have had a great deal of beach and view loss by the lifeguard facilities and access road. Views of the dory fleet are mentioned in the report that the engineering staff presented to you. To obtain that goal, it would be most unfair to take the view away from an existing building that has been in that location since the early twenties. It seems the planning of this entire project has not been given the careful thought it should have. The view of the east aide of improvement ara-the weQt side. The visitor walking onto the pier should be able to enjoy a pleasant view from both directions. I hope you don't get lost in thinking the dory fleet is the only thing worthy of viewing at the pier area. Consider the entire view of the area. As to the recommendation by Engineering to have the use of the existing facility in constructing the other facility instead of looking at other alternatives (such as remodeling the existing) is a poor reason on which to base such an important decision. Originally, this rest room relocation started at the request of the owner of the Dory Man Inn. He was objecting to the present location because he did not like looking out and seeing the rest rooms. We, too, did not like it but have accepted it. Now for you to consider moving them directly in front of our property is in our opinion a direct act of prejudice by the City of Newport Beach to us as property owners and to our parcel of land. 11'p. In conclusion, the cost of site #%3amortized over the life of the building (30 -40 years) is relatively low considering its benefits. Remodeling the existing facility is the second best choice. "RECEIVE FTER AGENDA PRINTED:" 1 ,2 Mr. William Stein �drd 1914 West Ocean Front Newport Beach, CA 92663 February 21, 1989 Newport Beach City Council Newport Beach, CA 92658 To }L%e Newro�t Beac� Ci }y Cowhci I I was recently informed that there is a proposal coming before the council to relocate the McFadden Square Public Restrooms from the West side of the Newport Pier to the East side. I am an owner and resident in the 1900 block of West Ocean Front and I am writing this letter to register my objection to this proposal. I am sure that the McFadden Square business people who are sponsoring this initiative were well aware of the location of the restrooms prior to opening their establishments. I know that I was aware of the location of the restrooms at the time I purchased my residence. In fairness to all I hope that you will reject this proposal and leave the Public Restrooms where they are now and where they have been for years. Sincerely, William Stein °REGE1 RAGENDA QZ iyq 6 company, PRINTED:" Established 1Q77 G)nvedmenl Wonsudtants FEB. 20,1989 CITY HALL 3300 Newport Blvd. o n Rw 1 7hA Newport Beach, CA 92658 -8915 0 C)nc. Re: Issue: To keep the bathroom at present location, or to move to the "agreed" location west of the Newport Pier. Dear Councilmembers, As a resident and business owner on the Balboa Penninsula, I must voice an extremely strong opposition to any new changes that have not already been agreed to by the council and the populas. The collective time and effort of everyone involved to reintroduce (debate) would be much more costly and time consuming than the settled issue. In addition, any new effort would be futile. Please respond if this issue is not left at the status quo. Sincere Regards, (],,, es R. Quigg 1924 W. Oceanfront Newport Beach, CA 92663 (714) 673 - 8117 /home (714) 673 - 6890 /office 114 Twenty Second Street, Newport Beach, CA 92663 (714) 673 -6890 �RECEIV Now" PRINTED:" G H MALOOF 372 M 18TH 5T SAN BERNARDINO CA 92405 Orr 1 R 000 Fa°�r "`RECEIVE R AGENDA PRINTED:" 11 R ItEr'ElIED EE o cmao TO: CITY COUNCIL RE: McFADDEN SQUARE PUBLIC RESTROOM DATE: FEBRUARY 20, 1989 I would like to go on record as opposing the changing of the location of the McFadden Square Public Restroom, a decision which was previously voted upon in the year 1987. Thank You, Charlene Fannon 1912 W. Ocean Front Newport Beach, California 92663 "RECEIVED AFTER AGENDA PRINTED" Z - / R PLAYA REAL ESTATE � R� 2� _ AND INVESTMENTS qa iF� OT. T0: NEWPORT BEACH CITY COUNCIL RE: PIER AREA RESTROOMS COUNCIL MEMBERS; IT IS UNFORTUNATE THAT THE BIDS ON THE NEW AND VERY NECESSARY RESTROOMS ARE COMING IN SO HIGH BUT WOULD SEEM TO ME THAT IT IS TO LATE TO THINK OF CHANGE. FOR YEARS THE DORY FISHERMEN HAVE USED THE AREA BETWEEN THE PIER AND THE BOATS FOR STORAGE OFOUT OF COMMISSION BOATS,TRAILERS, AND TRUCKS. IF YOU NOW PLACE THE RESTROOMS ON THE OTHER SIDE OF THE PIER AFTER MOVING THE DORYMEN YOU WILL HAVE CREATED A VERY LARGE AREA FOR THE STORAGE JUNK. ALSO THE MOVING OF THE RESTROOMS WILL HAVE A STRONG VISUAL IMPACT FROM THE OCEANFRONT SIDEWALK AND OCEANFRONT BUILDINGS. TO SAVE A FEW DOLLARS IT DOES NOT MAKE SENCE TO TAKE AWAY THE REASON THAT PEOPLE COME TO NEWPORT BEACH AND PAY VERY HIGH PRICES. IT WOULD SEEM THAT THE CITY WOULD HAVE A POTENTIAL LIABILTIY LAW SUIT WITH THE OCEANFRONT OWNERS. THANK YOU FOR YOUR CONSIDERATION. 108 McFADDEN PLACE, NEWPORT BEACH, CALIFORNIA 92663 (714) 673 -1900 �>>�. ��� ���� �` d;� �' . Fa ...w,� February 24, 19 89 City Council 3300 Newport Blvd. Newport Beach, Ca. Dear Mayor a.z:d Courcl Memters: "RECEIVE AF ER AGENDA PRINTED." RECEIVED FEB 2T 1989 CST off` Mesroar euaH REST a6A1 % As a property ew,r- ir. the McFadden area I wish to encourage you to relocate the public.restroom in the previously proposed location West of the pier or to refurbish it in its present. location. The proposed reiocali.on East of the pi.er also affects views. View of sand and ocean to the East will be replaced with a view of the res -troom for visitors at the Gros walk in front cf the Dcryman Inn. Sincerely, Su y/+NNF �-I P Mljr� • • • January 9, 1989 CITY COUNCIL AGENDA CITY >; ;iEV -PORT BEAM TO: CITY COUNCIL JAN 9 1989 u� iiL zt,& n4? 1 FROM: Public Works Department `174 -I SUBJECT: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER (CONTRACT 2721) RECOMMENDATION: 1. Make a finding that I.D.C. Construction of Westlake Village, the lowest monetary bidder, has not demonstrated to the City that it has the quality, fitness and capacity to satisfactorily perform the work; and reject the bid because I.D.C. is not "the lowest responsible bidder." 2. Award Contract 2721 to A.R. Willinger Company, Inc., Newport Beach, in the total amount of $1,178,722.50. 3. Authorize the Mayor and City Clerk to execute the contract. 4. Approve a budget amendment in the amount of $350,000 to complete the project (Budget Amendment No. 035) . DISCUSSION: At 11:00 A.M. on November 30, 1988 the City Clerk opened and read six bids for the project: Bidder Total Bid 1. I.D.C. Construction $ 1,174,783.50 Westlake Village 2. A.R. Willinger Company, Inc. 1,178,722.50 Newport Beach 3. J.L. Etheridge Construction Co. 1,298,488.00 Stanton 4. Gorham Company 1,356,740.00 Corona 5. Camco Construction Co. 1,357,053.00 Salt Lake City, Utah 6. Rainey Construction Co., Inc. 1,600,000.00 La Habra A seventh bid, delivered immediately after the City Clerk had called the time, was not accepted. ox) Subject: Remodel Lifeguard Headquarters and Construct New Restroom at Newport Pier (Contract 2721) January 9, 1989 Page 2 • The low bid is 48.5% over the final estimate of $794,022. (The estimate of $750,200 presented to the City Council on October 24, 1988 did not include restoration of plaza improvements in the vicinity of the existing restroom). I.D.C. Construction is property licensed with a current Class B license. However, it has encountered substantial delays in completing certain building remodeling contracts, one for the City of Orange, and one for the City of Carson. The only favorable reference I.D.C. has submitted was for a painting contract performed by A I Painting Contractors, a separate company owned by the owners of I.D.C. Construction. The bidder's bond that accompanied the bid of I.D.C. was issued by a personal surety bonding company that has defaulted on two jobs for the County of Los Angeles. A doubt has been raised as to whether I.D.C. can provide bidder's and contract bonds meeting the requirements of the Charter, the Public Contracts Code, and the Specifications; i.e., bonds issued by an admitted corporate surety insurer that is also on the "Treasury List." The contractor has been notified of the staff's intention to recommend • that his bid be rejected, afforded him an opportunity to rebut adverse evidence, and permitted him to present evidence that he is qualified to perform the contract. I.D.C. has stated that additional references, both for I.D.C. and for its major subcontractors, will be forthcoming, as well as written proof from an admitted surety insurer stating that acceptable bid bonds and contract bonds will be provided. As of this writing, this documentation has not been received. A copy of a memorandum from the City Attorney's office describing the procedure for rejecting a low bidder as not being responsible is attached for reference. A.R. Willinger, Inc., the second lowest monetary bidder, has furnished references from the Blurock Partnership, Boyle Engineering Corporation, the Irvine School District, and the County of Riverside. The company is properly licensed. Based on a check of references it appears to be well qualified. The bid of the second lowest monetary bidder is only 0.34% ($3,939) above the bid of the lowest monetary bidder. If the contract is awarded, the staff intends to work with the contractor to seek ways to reduce the overall cost through change orders. Items • under consideration include eliminating stainless steel handrails, replacing metal roofing with an alternate, and possibly eliminating redwood siding from the Lifeguard Headquarters Building. No cost estimate for potential savings is yet available, however. The plans for remodeling the Lifeguard Headquarters building were prepared by The Hill Partnership, Inc., of Newport Beach. The plans for the restroom were prepared by Boyle Engineering Corp., of Newport Beach. Foundation consultants were Moffatt and Nichol, of Long Beach. The plan for the plaza improvements was prepared by the Public Works Department. The estimated completion date is July 15, 1989. r Subject: Remodel Lifeguard Headquarters and Construct New Restroom at Newport Pier (Contract 2721) January 9, 1989 Page 3 • Based on the A.R. Willinger Company bid, the estimated total contract cost attributable to remodeling the Lifeguard Headquarters is $542,512. The total contract cost attributable to constructing the restroom is $600,000. The total contract cost of restoring plaza improvements adjacent to the restroom is $36,110.00. However, the bid of A.R. Willinger Company appears to be unbalanced in that it bid relatively more for the work of the Lifeguard Headquarters and relatively less for the new restroom than estimated. Based on the other bids, the Lifeguard Headquarters should have cost less and the restroom more. The contract documents do not permit a contract to be awarded for only one of the buildings because each building is a major bid item. Available funds are: Remodeling Lifeguard Headquarters Account 23- 2897 -026 $ 259,620 Account 23- 2897 -046 25,300 Account 23- 2895 -025 13,350 • Construct Restroom Account 02- 7797 -331 530,000 Total Available $ 828,270 Contract Cost 1,178,722 Additional funds needed $ 350,451 Incidental and contingent costs, such as testing, special inspection, etc. are anticipated to be funded out of savings realized by reducing the cost of the project through change orders. The recommended source of additional funds is a transfer from General Fund Account 02- 3497 -465, a $490,000 appropriation for Category "A" Street Improvements within the McFadden Square Area. Because a proposed special assessment district to make improvements in the McFadden Square area apparently has a good possibility of being formed, but will probably not be formed before the end of the current fiscal year, it is recommended that funds previously • appropriated for the Category "A" improvements be transferred for the subject project, and that funds for the Category "A" improvements be included in the 1989 -90 budget. Benjamin B. Nolan Public Works Director KP:dw Attachments David Harshbarger Marine Director • 0 MEMORANDUM • OFFICE OF THE CITY ATTORNEY • • A December 30, 1988 TO: Ben Nolan, Public works Director FROM: Carol A. Korade, Assistant City Attorney RE: Award of Bids to Lowest Responsible Bidder Article XI, Section 1110 of the City Charter of the City of Newport Beach requires that the City Council award a contract to the lowest responsible bidder. The City Council may reject a low bid if, in its discretion, it concludes that the low bidder is not responsible. A bidder that is not responsible is one that is not qualified to do the particular work under consideration. The term "responsible" refers to the quality, fitness and capacity of the low bidder to do the proposed work. The Council's discretionary decision will not be interfered with by the courts in the absence of prejudice, discrimination, corruption, or fraud. The following is the due process requirement to reject a low bidder as not being responsible: 1. Staff should conduct an investigation of the bidder's history, reputation, experience, track record and ability to perform relative to the proposal. 2. Staff should prepare findings indicating whether the bidder has the quality, fitness and capacity to do the proposed work. 3. Staff should contact the low bidder and advise him /her of the possibility of rejection of the bid. Staff should provide him /her with a copy of the findings and any evidence reflecting upon his /her responsibility received from others or adduced as a result of independent investigation. 4. Allow the bidder the opportunity to rebut the findings and to prove responsibility and the ability to perform under the contract. The bidder should also be allowed to address the City Council. 5. The City Council should evaluate all information findings and facts and exercise its discretion to determine whether or not the low bidder is a responsible bidder. In order I f Ben Nolan, Public Works Director Page -2- • December 30, 1988 • • r F J to conclude that a low bidder is not a responsible bidder, the City Council must decide that the bidder is not responsible because he /she does not have the quality, fitness or capacity to perform the requirements of the proposed work. It is in the public interest that the City award the contract to the lowest bidder who will perform according to the standards required for the particular project. Proper and satisfactory work is at least of equal importance as the cost of the project. Please contact me if you have any questions or require any additional information. CAR /mll r� Carol A. Korade Assistant City Attorney LD. C. CONSTRUCTION 31320 Via Colinas #101 Westlaku Vlq., Ca. 91362 (818) 991-2792 FAX#(810)991-4320 Jcai u4; ry Ms. Carol Kcraid o,5 s i , t zti % I (..i ty Attorrivy City of Newport l-rvach Nuvport Wvd. NP-wport OL:ich, California ?2663 iJ.- Fa-mcic-u-A Lifuquard and Construct Pesty ejoins pit Newport. f-ior Wontract 1 #2721) Due,r Mt. P:.oraid. ilus is to s:ervc, iivtice that. we rcvqF(-'tfLk11Y withdraw our prof)CisAj fc;r thu? Abov -? naferonced prw tic is clue to nur inability to providu tho gA -jt of '31"hell- alld 12W-f 'Jc a 5D�� -qr -�wporf- V�1--th aLij�-'Ljult 'A c ��te -) t� _Lnanj.j,:� nfJ, , __jx?�r _5 within thr I irnk,i fram• j.ncJiCP-t.Vd in OUr telephone cr)rwvpr•sation ., 1tick. bidding on future proji4r -tc-% fur your City. ) J,ce to tzkc.- thi uppor-tunity to u)tprct;,L my apalocjicr, fur ariv irlcc%lverlit�nce c,�utied to the City of Newport "oo(Ji by CAW tCt pragJQ(!t. the Eturids wi.thin thu., rvquired time frame. Sincak oly 11r) W: Aker- 1 11 xi-,,utivc, Vic:!--, Presidszt-st ,'! Vj K. - 1 r4 os) October 24, 1988 BY 7uc I':ITY C�?U ",rll CI" "' CITY COUNCIL AGENDA ITEM N0. F -16 OCT 2 4 1988 • _�rrROVr�� _.. TO: CITY COUNCIL FROM: Public Works Department and Marine Safety Department SUBJECT: REMODEL LIFEGUARD HEADQUARTERS AND CONSTRUCT NEW RESTROOM AT NEWPORT PIER (CONTRACT NO.. 2721) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to *C. fnr'Ads +^-h -Dpana+.at :1.(1n �i.w�1....Qld Nn�omhur n ..19.8&.. DISCUSSION: The 1988 -89 budget contains an appropriation of $278,894 from the Tide and Submerged Lands Fund to remodel and upgrade the Lifeguard Headquarters Building; and $530,000 from the General Fund to construct a new public restroom • at the Newport Pier. The location is shown on the attached sketch. In an attempt to reduce congestion around the pier during the construction period, the Staff has combined both building projects into one contract. There is no expectation of saving money, although there is the possibility that one larger contract will attract bigger and better financed contractors to bid on the job. The lifeguard headquarters portion of the proposed project consists of providing 926 square feet of additional floor space; remodeling 500 square feet of existing floor space, including replacement of carpets, drapes and light fixtures; and re- paving portions of the parking lot. A ramp will be added to allow handicapped people access to the sacond floor of the Lifeguard Headquarters building from the Newport Pier. The restroom portion of the projects consists of constructing a new restroom containing 13 women's stalls and 7 men's stalls in a location immediately west of the Pier; the present location of the dory fishing fleet. After the new restroom is placed in service the old building will be demolished and the immediate site restored. Prior to constructing the restroom, the City will relocate the palisades, that limit the dory fishing fleet, to a new • location immediately east of the existing shower. The fishermen will construct new lockers between the two palisades. Subject: Remodel Lif, rd Headquarters and Construct Restroom at Newport Pier C -2721) October 24, 1988 Page 2 Full sets of drawings will be on display in the City Council's • conference room. The project budget is as follows: Lifeguard Headquarters Design $17,300 Construction contract (estimate) Remodel exterior and reconstruct parking lot 74,600 Remodel and add to workshop 38,100 Remodel and add to main building 137,500 Subtotal construction 250,200 Miscellaneous & contingencies 11,494 Total Lifeguard Headquarters $274,894 isRestroom Design (charged to restroom replacement program) 58,325 Construction contract (estimate) 500,000 Miscellaneous & contingencies 30,000 Total restroom 5883325 Construction contract total 750,200 Total miscellaneous & contingencies 41,494 COMBINED TOTAL PROJECT 8632219 The architect for the Lifeguard Headquarters is The Hill Partnership, Inc., Newport Beach. The architect for the restroom is Boyle Engineering Corporation, Newport Beach. The foundations for the restroom were designed by • Moffat & Nichol, Long Beach. The estimated date of completion is June 30, 1989. Benjamin B. an David Harshbarger Public Works Director Marine Safety Director KP:so Attachment • �s b Z ILI Z 1L �Ap X \ W F J Q i , Z ?3 ti IQ S VrP J X V�� U ' ^ ❑� \� Yl Cl .eJ C� C7 Authorized to Publish Aovsrtisements of all kmR nclutlmg public notices by Decree of the Superior Court of orange County, California. Number A -6214, dated 29 September. 1961, and A- 24631, dated 11 June. 1963. STATE OF CALIFORNIA County of Orange omen» or mu �rtaar,r �. w In v po,r,r .nn ro M. caumn .pm I am a Citizen of the United States and a resident of the County aforesaid; 1 am over the age of eighteen years, and not a party to or interested in the below entitled matter. 1 am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of inviting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for two (2 ) consecutive weeks to wit the issue(s) of October 27 8 198- 8 November 3 . 198_ 198_ 198— Q•I:1• I declare, under penalty of perjury, that the foregoing is true and correct. 8 Executed on November 4 , 19$ at Cosla Mesa, Califorrila. n Ty , Signature PROOF OF PUBLICATION • NOTICE BBTNIO BDa seated bide tray be hied at the otke of at Approved by the t Council r. this 2491 dpy a 'toWA 1988. Clark E. NAOOW, CNrlt p i n bidders ,obtain oe se t of Did ME