HomeMy WebLinkAboutC-3377(A) - 15th Street, Newport Pier, 58th Street & Orange Street Restrooms Rehabilitation - PSACITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
June 11, 2003
BB Construction
117 N. Shamrock Avenue
Monrovia, CA 91016
Subject: Beach Restroom Rehabilitation - 15e Street, Newport Pier, 58th
Street and Orange Street (C -3377)
To Whom It May Concern:
On June 11, 2002, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on July 23, 2002. The Surety for the
contract is The Explorer Insurance Company, and the bond number is 184- 56 -33.
Enclosed is the Faithful Performance Bond.
Sincerely,
It
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
;ent ByrB & 8 CONSTRUCTION; • 626 303 4710; Sep-28-01
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 3377
BOND NO.184 56 33
FAITHFUL PERFORMANCE BOND
2 :30PM; Page 7/8
PAGE 16
The premium charges on this, Bond is $ 3.370.00
being of the rate of $ 2 . 5 % for first $100,000 thousand of the Contract price.
1.5% for next $400,000
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adop')ed, awarded to 05 Construction, hereinafter designated as the "Principal ", a contract for
construction of BEACH RESTROOMS REHABILITATION - 15TH STREET, NEWPORT PIER,
58TH STREET AND ORANGE STREET, Contract No. 3377 in the City of Newport Beach, in
strict conformity with the plans, drawings, specifications, and other Contract Documents
maintained in the Public Works Department of the City of Newport Beach, all of which are
incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3377 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and The Explorer Insurance Company.
, duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport
Beach, in the sum of one hundred fNty -eight thousand and 00 1100 Dollars ($158,000,00)
lawful money of the United States of America, said sum being equal to 100% of the estimated
amount of the Contract, to be paid to the City of Newport Beach, 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 present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all, the worts, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to Its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
Sent By: B & b CONSTRUCTION; • 626 303 4710; Sep -28-01 2:30PM; Page 8/8
PAGE W
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs ano reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required. to
bring an action in law or equity against Surety to enforce the obligations of this Bond. .
Surety, for value received, 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 way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal 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 duty executed by the Principal and
Surety above named, on the 1 s t day of O c t o b e r 2001.
/z--
BB Construction (Principal)
The Explorer Insurance Company
Name of Surety
11455 Camino Real
San Diego, CA 92186
Address of Surety
800/877 -1111
Telephone
r
James Vegaux, Attorney - in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
CALIFORNIA ALL- PURPS. ACKNOWLEDGMENT •\
State of California
County of Orange
On October 1, 2001 beforeme, Dee Ann Millard, Notary Public
Date Name and Tme of Officer (e.9. *Jane Dde- Notary Pubbc)
personally appeared James L e g a u x
Names) of Signer(s)
® personally known to me–OR-0 proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is /are subscribed to the within instrument
and acknowledged to me that he /she /they executed the
same in his/her /their authorized capacity(ies), and that by
DEE ANN MILLARD his/her /their signature(s) on the instrument the person(s),
►►" Comm. f 1 MILLAR le or the entity upon behalf of which the person(s) acted,
NNOTARY PUBLIC - CALIFORNIA V/ executed the instrument.
` My Comm, E 0
6gl«s August 5,2003 rh WITNESS my hand and official seal.
Signalurt of o P lic
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:.
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
LS
■
Individual
Corporate Officer
Title(s):
Partner —❑ Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
Signer's Name:
Im
Individual
Corporate Officer
Title(s):
Partner —❑ Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
RIGFFTTHUMBPRINT
OF SIGNER
O 1995 National Notary Associa0m • 8238 Ramat Ave., P.O. Box 7181 • Canoga Park CA 91309.7186 Prod. No. 5907 Reoder. Call Toll -Free 1- 800.876-8827
1Y Z+ LORER INSURANCE COMfL 1
Power of Attorney
No. 0001875
State of California
County of San Diego } Ss. .: —r.
pn January 16, 2001, before me, Norma Potter, Notary Public, personally appeared John L. Hamum and John H. Craig, personally known to me to be
the persons'whose names are subscribed to the within Inahnment, and acknowledged to me that they executed the same in their authorized capacities, and that by
their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument
Witness my hand and official seal. _
NORteIA PORTER
cS '— OOM 2
PUBUC- LWORM
SAN DIEGO COUNty mgt( //. ` -, • ,
.My Commission 004
'
MARCH 19,2004
200M1
Norma Porter, Notary Public
RESOLUTIONS
This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by
the Board of Directors of the Company:
'RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant
Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) carried as Attorney(s) -in -Fact to date, execute, sign,
seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretysbip, and any related
documents.
RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity
and current status of the appointment, may be facsimile representations of those signatares; and the signature and seal of any notary, and the
seat of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same
force and effect as if mamally affixed. The facsimile tepreser ations referred to herein may be affixed by stamping, priming, typing, or
photocopying."
CERTIFICATE
1, the undersigned, Assistant Secretary of The Explorer Insurance Company hereby certify that the foregoing Power of Attorney is in full force and effect, and has
not been revoked, and that the above resolutions were duly adopted by the Board of Directors of the Company, and are now in full fine.
IN WITNESS WHEREOF, I have set my hand this 1 S t day of October "c 0 O 1
4
John H. Craig, Assistant Secretary
To verify the authenticity of this Power of Attorney you may call 1 -800- 877 -1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,
the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group,
P.O. Box 85563, San Diego, CA 92186.5563 or call (858) 350.2400.
July 23, 2002
CITY OF NEVG'PORTBEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
BB Construction
117 N. Shamrock Avenue
Monrovia, CA 91016
Subject: Beach Restrooms Rehabilitation - 15�h Street, Newport Pier, 58th
Street and Orange Street (C -3377)
To Whom It May Concern:
On June 11, 2002, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
June 18, 2002, Reference No. 20020510781. The Surety for the contract is The
Explorer Insurance Company, and the bond number is 184- 56 -33. Enclosed is the
Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
R. Gunther, P. E., Construction Engineer
encl.
3300 Newport Boulevard, Newport Beach
:nt'8y: B'& B CONSTRUCTION; 626 303 4710; Sep -28 -01
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
i�
BEACH RESTROOMS RE14ARILITOTION - 95T14 STRFFT WE1
CONTRACT NO. 3377
BOND NO. 184 56 33
LABOR AND MATERIALS PAYMENT BOND
2:29PM; Page 5
PAGE 14
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to BB Construction, hereinafter designated as the "Principal," a contract
for construction of BEACH RESTROOMS REHABILITATION -15TH STREET, NEWPORT PIER,
58TH STREET AND ORANGE STREET, Contract No. 3377 in the City of Newport Beach, in
strict conformity with the plans, drawings, specifications and other Contract Documents in the
office of the Public Works Department of the City of Newport Beach, all of which are incorporated
herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3377 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
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 the undersigned Principal, and,
The Explorer Insurance Company duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, in the sum of one hundred fifty -eight
thousand and 001100 Dollars ($158.000.00) lawful money of the United States of America, said
sum being equal to 100% of the estimated amount payable by the City of Newport Beach under
the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our
heirs, executors and administrators. successors, or assigns, jointly and severally, finely by these
present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, In an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
ent'By: B`8 B CONSTRUCTION; 626 303 4710; Sep -28 -01 2:29PM; Page 6/8
PAGE 15
The Bond Shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so a$ to give a right of action
to them or their assigns In any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et seq. of the Civil Code of the State of California.
And 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, extenilon 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 above named
Principal and Surety, on the 1 s t day of October , 2001. /
BB Construction (Principal)
The Explorer Insurance Company
Name of Surety
11455 Camino Real
San Diego, CA 92186
Address of Surety
800/877 -1111
Telephone
rarko lBolAudan, Fartner
JameslLeyaux, Attorney - in -Fact
rint Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
CALIFORNIA ALL- PURPOAACKNOWLEDGMENT
State of California
County of
On
October 1, 2001
before me, Dee Ann Millard, Notary Public
Oats - Nano "Tme d Often (aq.,'Jaa Doe. Naary ftftj
personally appeared James L e g a u x
Name(s) oI
® personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he /she /they executed the
same in his/her /their authorized capacity(ies), and that by
DEE ANN MI"ARD his/her /their signature(s) on the instrument the person(s),
11� Comm. 91231255 �e - or the entity upon behalf of which the person(s) acted,
N • NOTARY FUBUC- CAlIFORIRA N executed the instrument.
LOrange County
MY Comm. Edpires August 5,1003 "� WITNESS my hand and official seal.
LU0-,Ak
T
SIwaturoofW=rYPubfic
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
A
SO
Individual
Corporate Officer
Title(s):
Partner — ❑ Limited ❑ General
Attomey -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
RIGHT THUr,iBPRIrJT
OF SIGNER
Signer's Name:
�l
■
I
Number of Pages:
Individual
Corporate Officer
Title(s):
Partner — ❑ Limited ❑ General
Attomey -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
0 1885 Nadonal No" AaaocNdon - 8299 Rommel Ave., P.D. Box 7184 - Canoga Par. CA 01300.7181 Prod. No. 5907 Reorder. Cad ToIFFrea 1480P875 -OW
RE66 F2bING REQUESTED BY AND
WHEN RECORDED RETURN TO:
Cit (Clerk- -I A8 :42
City of Newport Beach
W,A3
JA
Recorded in Official Records, County of Orange
Darlene Bloom, Interim Clerk- Recorder
IIIIIIIIIIIIIIiIIIIIIIIIIIIINIIIIIIIIIIIIIIilllll 1111111N0 FEE
2002051078103:34pm 06118102
107 23 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
t to Government Code Section 6103"
1�
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and BB Construction, of Monrovia,
California, as Contractor, entered into a Contract on October 9. 2001. Said Contract set
forth certain improvements, as follows:
Beach Restrooms Rehabilitation - 15th Street Newport Pier, 580h Street and Orange
Street - C -3377
Work on said Contract was completed on April 12, 2002, and was found to be acceptable
on June 11, 2002, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is The Explorer Insurance Company.
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on
BY
City CIE
K. O• .
, at Newport Beach, California.
ti (38)
C -3 :)9
June 11, 2002
CITY COUNCIL AGENDA
ITEM NO. 9
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: BEACH RESTROOM IMPROVEMENTS — 15T" STREET, NEWPORT
PIER, 58T" STREET AND ORANGE AVENUE, CONTRACT NO. 3377 —
COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
JUN 112002
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On October 9, 2001, the City Council authorized the award of the Beach Restroom
Rehabilitation contract to BB Construction of Monrovia, California. The contract
provided the rehabilitation of the 15th Street, Newport Pier, 580' Street, and Orange
Street restrooms, improving accessibility at entrances; creating accessible spaces
within the restrooms; and installing accessible fixtures, drinking fountains, and
telephones. The contract also provided for:
• Replacement of various plumbing and lighting fixtures, partitions, and
deteriorated wooden members
• Repair of masonry
• Installation of tile work and some repainting
The contract has now been completed to the satisfaction of the Public Works
Department. A summary of the contract cost is as follows:
Original bid amount: $158,000.00
Actual amount of bid items constructed: 158,000.00
Total amount of change orders: 2,954.41
Final contract cost: $160,954.41
SUBJECT: Beach Restroom Ret tion- 15^ Street, Newport Pier, 5r Street and Ora�Street, Contract No. 3377 -
Completion And Acce ce
June 11, 2002
Page 2
The final overall construction cost including change orders was 1.87 percent over the
original bid amount.
A total of three change orders totaling $2,954.41 were issued to complete the project.
They were as follows:
1. A change order in the amount of $2,640.00 provided for the reframing of a wall
and installation of one telephone wonderboard.
2. A change order in the amount of $1,814.41 provided for additional painting.
3. A change order in the amount of a deduction of ($1,500.00) provided for the
deletion of two roof spires.
Funds for the project were expended from the following accounts:
Description Account No. Amount
Beach Restroom Improvements 7295- C5100567 $159,201.41
Restroom Facility Improvements 7011- C3120544 1753.00
Total $160,954.41
The original scheduled completion date was February 8, 2002. Due to material
submittal changes, work phasing and revised work, the completion date was extended
to April 12, 2002. All work was completed by the revised completion date.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Stephen G. Badum, Director
By: �P, 44Y t w fit_
R. Gunther, P.E.
Construction Engineer
r N
11 'IF 0 9 -J�1)
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
'Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and BB Construction, of Monrovia,
California, as Contractor, entered into a Contract on October 9, 2001. Said Contract set
forth certain improvements, as follows:
Beach Restrooms Rehabilitation — 15th Street, Newport Pier, 58th Street and Orange
Street - C -3377
Work on said Contract was completed on April 12, 2002, and was found to be acceptable
on June 11, 2002, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is The Explorer Insurance Company.
L,Public Works Director
City of Ijlewport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on /0\~ aoo a
BY e /72
City Clerk
at Newport Beach, California.
i��j1nC� Cc ,nlnfot
CITY OF NEWPORT BEACH CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11 a.m. on the 25th day of September, 2001,
at which time such bids shall be opened and read for
BEACH RESTROOMS REHABILITATION -
15TH STREET. NEWPORT PIER, 58TH STREET AND ORANGE STREET
Title of Project
Contract No. 3377
$165,000
Engineer's Estimate
ien G. Badum
Works Director
Prospective bidders may obtain bid documents at actual cost from the
Public Works Department, 3300 Newport Boulevard, Newport Beach, CA
92663.
Contractor License Classification(s) required for this project. `B"
For general information, call Lloyd Dalton, Project Manager at (949) 644- 3328.
For technical information, call Lyle Hutson, Project Architect at (949) 675 -9195
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BEACH RESTROOMS REHABILITATION - 15TH STREET, NEWPORT PIER, 58TH
STREET AND ORANGE STREET
CONTRACT NO. 3377
TABLE OF CONTENTS
NOTICE INVITING BIDS ................................. ............................... ..........................Cover
INSTRUCTIONS TO BIDDERS ...................................................... ............................... 1
BIDDER'S BOND ............................................................................. ............................... 3
DESIGNATION OF SUBCONTRACTOR( S) .................................... ............................... 4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............ ............................... 5
NON - COLLUSION AFFIDAVIT ........................................................ ............................... 6
NOTICE TO SUCCESSFUL BIDDER ............................................. ............................... 7
CONTRACT.................................................................................... ............................... 8
LABOR AND MATERIALS BOND .................................................. ............................... 14
FAITHFUL PERFORMANCE BOND .............................................. ............................... 16
PROPOSAL............................................................................... ............................... PR -1
SPECIAL PROVISIONS ............................................................. ............................... SP -1
a • •
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BEACH RESTROOMS REHABILITATION -15TH STREET, NEWPORT PIER,
58TH STREET AND ORANGE STREET
CONTRACT NO. 3377
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price)
may be received in 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.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. 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.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. 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 responsible for bidder
errors and omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive
any minor irregularity or informality in such bids. Pursuant to Public Contract Code
Section 22300, at the request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure performance under
the contract. The securities shall be deposited in a state or federal chartered bank
in California, as the escrow agent.
PAGE 2
8. 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).
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
10. 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.
The signature below represents that the above has been reviewed.
763 a6g A , �Z ,
Contractor's License No. & Classification
l3� Cp�l/JiR/JGT /off/
Bidder
Authorized Signature/Titlee
O9 -2o
Date
Sent By: B & B CONSTRUCTION; 626 303 4710; Sep -11 -01 1:10PM; Page 2/2
PAGE 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 3377
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of T e n p e r c e n t o f t h e t o t a l b i d
amount I&PSA(rS * * * * * * * * * * * * *), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
.BEACH RESTROOMS REHABILITATION - 15TH STREET, NEWPORT PIER, 58TH STREET
AND ORANGE STREET, Contract No. 3377 in the City of Newport Beach, is accepted by the
City Council of the City of Newport Beach and the proposed contract is awarded to the
Principal, and the Principal fails to duly enter into and execute the Contract Documents for the
construction of the project in the form required within ten days (10) (not including Saturday,
Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this
obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual,
is agreed that the death or any such Principal shall not exonerate the Surety from its
obligations under this Bond-
Witness our hands this 14th day of
B B Construction
Name of Contractor (Principal)
The Explorer Insurance Company
Name of Surety
11455 Camino Real
San Dieijo, CA 92186
AC'dre:;s of Surety
800/877 -1111
Telephone
September ,2001,
rgudan, P
JamesrteyauV, Attorney -in -fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CALIFORNIA ALL- PURPObiE ACKNOWLEDGMENT
State of
California
Countyof Orange
On September 14, 2001 beforeme, Dee Ann Millard, Notary Public
Date Name and The of Officer (e.g.. 'Jane Doe. Notary Public ")
personally appeared James L e g a u x
Name(s) of Signer(s)
Q personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is /are subscribed to the within instrument
and acknowledged to me that he /she /they executed the
same in his /her /their authorized capacity(ies), and that by
DEE ANN MILLARD his /her /their signature(s) on the instrument the person(s),
Comm, $1231256 or the entity upon behalf of which the person(s) acted,
rnn 'n executed the instrument.
u! • NOTARY 111111•CALIFORMA N
Orange County I'
Mr Conn. xpires August WITNESS my hand and official seal.
n V
Signature of Notary ublic
OPTIONAL
Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
I
Individual
Corporate Officer
Title(s):
Partner — ❑ Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
oil
Signer's Name:
i
Number of Pages:
Individual
Corporate Officer
Title(s):
Partner — ❑ Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
0 1995 National Notary Association - 9236 Remmet Ave., P.O. Box 7194 - Canoga Park, CA 91309 -7184 Prod. No. 5907 Reoroer. Cell TdbFree 1-900- 9]8692]
No. 0001875
:R INSURANCE
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS: That The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, does
hereby appoint
JAMES LEGAUX AND LEONARD EASTWOOD
its true and lawful Attorney -in -Fact with authority to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and
other similar contracts of suretyship, and any related documents.
IN WITNESS WHEREOF, the Company has caused these presents to be executed by its duly authorized officers this 16th day of January, 2001.
1NBllq
oyeA�,e >nay'� °m
w 6EAL0 0
V 9 ?D11P � e
V
John H. Craig, Assistant Secretary
State of California
County of San Diego
THE EXPLORER INSURANCE COMPANY
John L. Hannum, Executive Vice President
On January 16, 2001, before me, Norma Porter, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be
the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by
their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument.
Witness my hand and official seat.
IN RMA PORTER S JL� )
COMM. if 7257540 \' Y�Vt.it�v
NOTARY PUBLIC- CALIFORNIA Inn
U SAN D m'swon CIM rY • A - -
y CommiSSton Expiros IA/1 /( ///'1'MrNA'�.
MARCH 19, 2004
Norma Porter, Notary Public
RESOLUTIONS
This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by
the Board of Directors of the Company:
"RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant
Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s) -in -Fact to date, execute, sign,
seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related
documents.
RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity
and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the
seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same
force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or
photocopying."
CERTIFICATE
I, the undersigned, Assistant Secretary of The Explorer Insurance Company hereby certify that the foregoing Power of Attorney is in full force and effect, and has
not been revoked, and that the above resolutions were duly adopted by the Board of Directors of the Company, and are now in full force.
IN WITNESS WHEREOF, I have set my hand this 14 t h day of J E, t e is 0 2 I' = G 01
John H. Craig, Assistant Secretary
To verify the authenticity of this Power of Attorney you may call 1- 800 - 877 -1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,
the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, IC W Group,
P.O. Box 85563, San Diego, CA 92186 -5563 or call (858) 350 -2400.
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BEACH RESTROOMS REHABILITATION - 15TH STREET, NEWPORT PIER, 58TH
STREET AND ORANGE STREET
CONTRACT NO. 3377
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 represents that he /she is fully qualified to and 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 Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
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. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
Subcontract Work Subcontractor Address
-O'CC . E, C • o, J'D.y✓
2. �e7c/4v_% /6^i
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BEACH RESTROOMS REHABILITATION - 15TH STREET, NEWPORT PIER, 58TH
STREET AND ORANGE STREET
CONTRACT NO. 3377
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project Person
Completed Name /Agencv To Contact
0,0/ C/L vv 2C Uzi c��L12-
Telephone
Number
'off B/S SS / —S /ZZ
- 67�6
Bidder Authorized Signaturelfitle
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BEACH RESTROOMS REHABILITATION
15TH STREET, NEWPORT PIER,
58TH STREET AND ORANGE STREET
CONTRACT NO. 3377
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of )
PAGE 6
being first duly sworn, deposes and says that he or she is
of .35 �c7i ✓ >QU�rio�v , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
Bidder Authorized Signature/Titl ®��d7
Subscribed and sworn to before me thi5:5eday o""' 2001.
C&nnhdW #T2AX16
Notary Public Notoy y
My Commission Expir Le
,hAtt,MA
• PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BEACH RESTROOMS REHABILITATION -15TH STREET, NEWPORT PIER, 58TH
STREET AND ORANGE STREET
CONTRACT NO. 3377
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt
Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
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. Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Engineer within ten (10) days (not
including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award
to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance 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.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
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 VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
• • PAGE 9
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of one hundred fifty -eight thousand and
001100 Dollars ($158,000.00).
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 obstructions 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.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Lloyd Dalton
(949) 644 -3328
BB CONSTRUCTION
117 N. Shamrock Ave.
Monrovia, CA 91016
(626) 358 -3310
F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
• PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
` • • PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
• • PAGE 12
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
•
• PAGE 13
CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
ATTEST:
CITY CLERK
M�-GIIED AS TO FORM:
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
�,:
Mayor Garold B. Adams
BB Construction
Authorized Signa a and Title
.ACOR0. CERTIFICA OF LIABILITY
DATE (MM /DD/YY)
INSUIONCE 1Q/03/2001
PRODUCER (818)623 -6850 FAX (819�M -6853, - " "-
The Liberty Co. Ins. Services t _
6180 Laurel Canyon Blvd.
Suite #301
North Hollywood, CA 91606 UZ '-'
-&
:THIS CERTIFICATE IS 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.
INSURERS AFFORDING COVERAGE
INSURED Bran o BorgU an Tom BTlaver --
BB Construction J'uck - 1;
117 N. Shamrock -� '�'1��...
Monrovia, CA 91016
INSURER 'A Environmental & Casualty (Best A -g)
'iN`V RtR�_ ,Clarendon National (Best A -g)
INSURER C.
NSURER D'
INSURER
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MMIDDM'
POLICY EXPIRATION
DATE MM/ODM/
LIMITS
GENERAL LIABILITY
GL57319402
06/17/2001
06/17/2002
EACH OCCURRENCE
$ 1,000,000
X COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (Any nne fire)
$ 50,000
CLAIMS MADE a OCCUR
MED EXP (Any one person)
$ 1,000
A
X Owners & Contracto
PERSONAL& ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
$ 2,000,000
POLICY PRO
JECT LOC
AUTOMOBILE
LIABILITY
ANY AUTO
PA10102620
07/13/2001
07/13/2002
COMBINED SINGLE LIMIT
(Es amdent)
$ 1,000,000
BODILY INJURY
(Par person)
$
B
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
$
HIREDAUTOS
NON-OWNED AUTOS
PROPERTY DAMAGE
(Per acadent)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY AGG
EXCESS LIABILITY
EACH OCCURRENCE
$
OCCUR M CLAIMS MADE
AGGREGATE
$
S
S
DEDUCTIBLE
$
RETENTION S
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
TORY LIMITS ER
El EACH ACCIDENT
S
EL DISEASE - EA EMPLOYE
$
EL DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONSILOCA'nONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
City of Newport Beach, its officers, officials, employees & volunteers are named addl insds as
respects GL & auto arising out of insds operation *10 day notice of cancel in the event of non
payment of premium
*Re; Beach Restrooms Rehabilitation -15th St, Newport Pier, 58th St & Orange Contract #3377
**ENDORSEMENTS ATTACHED **
I.MINI n,C nVLVCn I I ADDITIONAL INBUKLU: INSUKLK LLTTLK
City of Newport Beach
Public Works Department
3300 Newport Blvd
Attn: Lloyd Dalton
Newport Beach, CA 92663
ray. rDiaol6aa -Qinit
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL i;rXA(X901ft MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
xoomxxowouw&xmxKxo Df dk7 EliXXXO M)(XIY)§BIXdWOb%Xvtx➢DGl(IXi(X
City of Newport Beach
Certificate issued to City of Newport Beach 10/03/2001
The Liberty Co. Ins. Services
, „ ,,,, ,,,.,.,
POLICY NUMBER: CGL57319402 COMMERCIAL GENERAL LIABILITY
NAMED INSURED: BB CONSTRUCTION
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE:
Name of Person or Organization:
CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES & VOLUNTEERS
PUBLIC WORKS DEPARTMENT
3300 NEWPORT BLVD
NEWPORT BEACH, CA 92663
*RE: BEACH RESTROOMS REHABILITATION -1STH ST. NEWPORT PIER, S8TH ST &
ORANGE CONTRACT #3377
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of "your work" for that insured by or for
you.
THE COVERAGE UNDER THIS POLICY IS PRIMARY INSURANCE AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL
INSURED SHALL BE EXCESS OF AND NON- CONTRIBUTORY
10/22/2001 MON 15:50 FAX 9252440190 AMCOM INS 10 002
ac�ca¢zsa� • • BB CONSTRUCTION BRF
PA10102620
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Farm apply
unless modified by the endorsement.
SCHEDULE
Name of Person or Organization:
CITY OF NEWPORT SEACE /PUELTT WORKS DEPT.
Description of Operations or Services:
Location:
ATTN: LLOYD DALTON 3300 NEWPORT BLVD NEWPORT BEACH CA 92663
Description of Covered "Autos ":
Per Schedule on file with company
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
The WHO IS AN INSURED provision under LIABILITY COVERAGE is changed to include as an "insured"
the person or organization shown in the Schedule, but only with respect to liability arising out of:
1, Your operations or services performed for that person or organization at the location shown in thA
Schedule; or
2. The ownership, maintenance or use of the covered "autos" described in the Schedule.
A person's or organization's status as an additional insured under this endorsement ends when:
1. Your operations or services performed for that person or organization are completed; or
2. That person's or organization's interest in the described "auto" ends.
160156(2 -98)
Includes copyrighted material of Insurance Services Office. Inc., with its permission.
Copyright, Insurance Services Office, Inc., 1984, 1996
zxsmrzo
0
POLICY NUMBER: CGL57319402 COMMERCIAL GENERAL LIABILITY
NAMED INSURED:Branko Borgudan & Tom Bilaver
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT
CAREFULLY.
ADDITIONAL INSURED -- OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE: *RE: BEACH RESTROOMS REHABILITATION
15TH ST, NEWPORT PIER
58TH ST & ORANGE
CONTRACT #3377
Name of Person or Organization:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
3300 NEWPORT BLVD
NEWPORT BEACH, CA 92663
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown
in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
CG 20 10 11 85 Copyright. Insurance Services Office. Inc. 1984
SENT BY: THE LIBERTY COMPANY; 8188238851; OCT -28 -011 2:01PM; PAGE 4/4
.. _�,. w••.�� a•..n a 4U].fl0 AMCOR INS Q002
an4Caaasa� as CONSTRUCTION
PA,b0102520
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
ADDITIONAL INSURED " DESIONATED PERSON OR ORGANIZATION
This endorsement modiries Insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE(.' OVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided try this endomenlemrt, tlra provis(ons of the Coverage Form ep;ly
unlass mndlflud by the andomement.
SCHEDULE
Name of person ar Organization:
CITY Or 7A "OUT 1I.aArR /PmLTT Wo=2 DRIFT.
ITS OFFICERS, OFFICIALS, EMPLOY}FS AND VOLUNTF.FAS
Dsacrlpdon of Opom ions or Services:
Locatinv:
A`L"t'N: LLOYD DALTCW 3300 N&W AT BLVD NVWORT L<WXRf CA 92663
Uescr(pt(on of COVared "Autos ":
Per ac!U*du1m on A11s with rcm9emy
(If no entry appears above, inforrnatlon raqulred to complete this sndorsmrnant will be shown In the
Declarations as appiiosirte to this endorsement)
The WHO iS AN INSURED provision under LIABILITY (',OVF_•RAGL`. is chranbed to Include as an " Insured"
the peramm or oiVanlzmtion shown in the Scheduls, but only with respect to liability arising out of:
t. Your operations or aervirm performed for that person or organization at the Iocotiorr, shown in the
Schedule; or
2. The ownership, melntenenoe or use of the covered " mutos" described in the schedule_
A person's or orgamCtation's status as an addttlonal Insured under this endorsement ends when:
1. Your operatlons or servloes perforated for that parson or organization are oompletad: or
2. Thai parson's ororganiz &1hon's Interest in the described "etAd, ends,
100158 (2 -98)
Inehuies Onpyrightod mtertal of InsutenOw Services Office. Inc., waft Its prarmisslon,
Copyright, Insurance Services Ofte, Inv., 1984, 1996
:omW
STATE
P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
COMPENSATION
I N S U R A N C E
FUND
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
OCTOBER 12,
2001 POLICY NUMBER: 1408?87 - 01
CERTIFICATE EXPIRES: 4 -1-02
f—
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPT
3300 NEWPORT BLVD
NEWPORT BEACH CA 92663
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon teWays' advance written notice to the employer.
We will also give you To days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER 3CCURRENCE,
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE
04/01/01 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE
- 10/11/01 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
THIRD PARTY NAME: CITY OF NEWPORT BEACH
EMPLOYER
F-
BRANKO BORGUDAN & BILAVER TOMISLAV PARTNERS
DBA B B CONSTRUCTION
117 N SHAMROCK AVE
MONROVIA CA 91016
cn
L
li ly.IA EW Ill Aif49e\ i9:1NLl I:150 ]J— &INei:TlIII 11k1• =�I�r:.z:
OCT -26 -2001 FRI 09:23 AM • FAX NO, • P. 15/21
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED: IO DEPARTMENT /CONTACT RECEIVED FROM:
DATE COMPLETED: lD '01l� SENT TO: k4an/411/Ji BY: CGLCC��
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE:
I. GENERAL LIABILITY:
A. INSURANCE COMPANY: _&J&6, YnZn1
B. AM BEST RATING (A VII or greater):
C. ADMITTED COMPANY: ( Must be California Admitted) Is company q0mittedin California? Yes_ No_
D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? § 10 4
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes No`
F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and
volunteers). Is it included? Yes ✓ No_
G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes No_
H. CAUTION! ( Confirm that loss or liability of the Named insured is not limited solely by their negligence.)
Does endorsement include "solely by negligence" wording? Yes_ No ✓
I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail; per Lauren Farley the City will accept the endeavor wording.
11. AUTOMOBILE LIABILITY:
A. INSURANCE COMPANY: 11mi/
B. AM BEST RATING (A VII or greater):. A,a
C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes 654 No
D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided? 60
E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and
volunteers). Is it included? Yes ✓ No
F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes v✓ No_
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail; per Lauren Farley the City will accept the endeavor wording.
III. WORKERS COMPENSATION-
A. �—
INSURANCE COMPANY:'
OMPANY:
B. AM BEST RATING (A VII or greater)
C. LIMITS: Statutory /
D. WAVIER OF SUBROGATION: (To include). is it included? Yes >J No_
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes ✓ No
IF NO. WHICH ITEMS NEED TO BF COMPLRTRD? Rwt ;7)A 17 i //7 1.,1,
Z. Cr
10/22/2001 16:10 8186236876
THE LIBERTY CO
C,
J
THE LIBERTY COMPANY
Insurance Services
To: City of Newport Beach
Date: 10/22/2001
Fax #: 949/644 -3308
Num of Pa es:
Attn: Shawna
From: Cheryll Kerr
Pol 4 PA 10 1 02620/BB Construction
Please call 818- 623 -6850 if you do not receive all of the pages.
PAGE 01
Attached are the additional insured certificate and endorsements (GL and Auto) for
the above mentioned insured. The originals are in the mail.
Thank you for your pati6nce,
Cheryll Kerr
6180 Laurel Canyon Blvd Suite 11301 North Hollywood, CA 91606. Tel: 818 -623 -6850/ Pax: 818- 623 -6851
California License Number; OBI 7003
PR1of1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
BEACH RESTROOMS REHABILITATION —
15T" STREET, NEWPORT PIER, 58 STREET, AND ORANGE STREET
CONTRACT NO. 3377
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 3377 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT
TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE
Lump Sum Rehabilitate 15`h Street Restroom
Dollars
and
Cents $ .g oo . o<>
Per Lump Sum
Lump Sum Rehabilitate Newport Pier Restroom
lorogry IA-60II& "
Dollars
and /.
2� Cents $ 7�l"/ OCIP. oc>
Per Lump Sum
Lump Sum Rehabilitate 58th Street Restroom
7'Gii2f17
@ 7/�oalesri� Dollars
and
2A1t2 Cents $ 3o, Ooo . p0
Per Lump Sum
0 0
PR2of2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Rehabilitate Orange Street Restroom
�sin2Ty
@ TVvwaai Dollars
and
2 €4O Cents
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS:
and
F
24'7Qo
Cents
$ /S8, Oov. oa
Total Price (Figures)
Date Bidder
626 - 358 -3 3/p
626 - 303 -Gi7ic->
Bidder's Telephone and Fax Numbers Bidder's Authori d Signature and Title
%63 068 A , !?, 117,v ✓�+7rr�oc�cU, Mdv/�oUr�9
Bidder's License No(s). Bidder's Address
and Classification(s)
1, r • •
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BEACH RESTROOM REHABILITATION —15TH STREET. NEWPORT PIER. 58TH STREET
AND ORANGE STREET
CONTRACT NO. 3377
INTRODUCTION
PART 1 - -- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
1
2 -5
SHOP DRAWINGS AND SUBMITTALS
1
2 -5.3
General
1
2 -6
WORK TO BE DONE
2
SECTION 3
CHANGES IN WORK
2
3 -3
EXTRA WORK
2
3 -2.2
Payment
2
3 -3.2.3
Markup
2
SECTION 4
CONTROL OF MATERIALS
2
4 -1
MATERIALS AND WORKMANSHIP
2
4 -1.3
Inspection Requirements
2
4 -1.3.4
Inspection and Testing
2
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
3
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
3
6 -7
TIME OF COMPLETION
3
6 -7.1
General
3
6 -7.2
Working Days
3
6 -7.4
Working Hours
4
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
4
7 -7
COOPERATION AND COLLATERAL WORK
4
7 -8
PROJECT SITE MAINTENANCE
4
7 -8.5
Temporary Light, Power and Water
7 -8.6
Water Pollution Control
7 -10
PUBLIC CONVENIENCE AND SAFETY
7 -10.1
Traffic and Access
7 -10.2
Storage of Equipment and Materials in Public Streets
7 -10.4
Public Safety
7- 10.4.1
Safety Orders
7 -10.5
"No Parking" Signs
7 -15
CONTRACTOR LICENSES
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
SECTION 9
MEASUREMENT AND PAYMENT
9 -3
PAYMENT
9 -3.1
General
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
300 -1
CLEARING AND GRUBBING
300 -1.3
Removal and Disposal of Materials
300 -1.3.1
General
300 -1.5
Solid Waste Diversion
BUILDING TECHNICAL SPECIFICATIONS
4
4
5
5
5
5
5
5
5
5
6
6
6
6
6
6
6
.. • •
SP 1 OF 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BEACH RESTROOM REHABILITATION:
15TH STREET, NEWPORT PIER, 58TH STREET AND ORANGE STREET
CONTRACT NO. 3377
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans (Drawing No. B- 5173 -S); (3) the City's Standard
Special Provisions and Standard Drawings for Public Works Construction, (1994
edition), including Supplements; (4) the Standard Specifications for Public Works
Construction (1997 edition), including supplements; and (5) the 1998 California Building
Code. Copies of the Standard Special Provisions and Standard Drawings may be
purchased at the Public Works Department. Copies of the Standard Specifications may
be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California, 90034, telephone (310) 202 -7775.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -5 SHOP DRAWINGS AND SUBMITTALS
2 -5.3 General. Change the first paragraph to read, "Shop drawings and submittals,
including duplicate samples showing full color range available, shall be provided at the
Contractor's expense."
• 0 :.
SP2O176
2 -6 WORK TO BE DONE. Add to this section, `The work necessary for the
completion of this contract consists of rehabilitating certain items in the 15th Street,
Newport Pier, 58th Street, and Orange Street beach restrooms."
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup Replace this section with,"
(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor.
This Section only applies to work in excess of the estimated quantities shown in
the Proposal."
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor
shall furnish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
SP3OF6
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed his work, such tests and inspections shall be paid for
by the Contractor.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section, 'The Contractor shall submit a construction schedule to the Engineer for
approval at least 5 working days prior to the desired day for starting work. The
schedule may be bar chart or CPM style. The Engineer will review the schedule and
may require the Contractor to modify the schedule to conform to the requirements of
the Contract Documents. Work shall not begin until the schedule has been approved
by the Engineer.
If work falls behind the approved schedule, the Contractor shall be prohibited from
starting additional work until he has exerted extra effort to meet his original schedule and
has demonstrated that he will be able to maintain his approved schedule in the future.
Such stoppages of work shall in no way relieve the Contractor from his overall time of
completion requirement, nor shall it be constructed as the basis for payment of extra work
because additional personnel and equipment were required on the job.
The term "work" as used herein shall include furnishing acceptable contract documents;
mobilization; providing, maintaining and removing enclosed toilets and traffic controls;
demolition; construction; disposal; demobilization; cleanup; etc."
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section, "The Contractor shall complete all work under
the Contract within 80 consecutive working days from the date of award of contract.
Award of contract is anticipated to occur on October 9, 2001.
Work at each restroom shall be completed within 20 consecutive working days. Once
work commences at a restroom, it shall continue full time at that restroom during each
following working day until all work at that restroom has been fully completed.
The intent of these provisions is to emphasize to the Contractor the importance of
prosecuting the work in an orderly, preplanned, continuous sequence so as to minimize
the number of days the restroom is not available for public use.
The Contractor shall ensure the availability of all material prior to the start of work.
Unavailability of material will not be sufficient reason to grant the Contractor an
extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st,
the third Monday in January (Martin Luther King Day), the third Monday in February
0
• SP4OF6
(President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day), the fourth Thursday in
November (Thanksgiving), December 24th (Christmas Eve), December 25th
(Christmas), and December 31st (New Years Eve). If January 1st, July 4th, November
11 th or December 25th falls on a Sunday, the following Monday is a holiday."
6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m.
Monday through Thursday and 7:00 a.m. to 3:30 on Fridays. Should the Contractor
elect to work up to 6:30 p.m. on weekdays or between 8:00 a.m. and 6:00 p.m. on
Saturdays, he must first obtain approval from the Engineer. A request for working
during any of these hours must be made at least 72 hours in advance of the desired
time period. A separate request must be made for each work shift. The Engineer
reserves the right to deny any or all such requests. Additionally, the Contractor shall
pay for supplemental inspection costs of $50.00 per hour when such time periods are
approved.
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -5 PERMITS. Replace this section with, "The project is "permit- ready' (PC 0410-
2001). The Contractor shall obtain the construction permit from the City of Newport
Beach's Building Department. Building Department plan check and construction
inspection fees will be waived."
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "City forces will
perform all shut downs of water facilities as required. The Contractor shall give the City
seven calendar days notice of the time he desires the shut down of facilities to take
place.
7 -8 PROJECT SITE MAINTENANCE
7 -8.4 Sanitation. Add to this section, "The Contractor shall furnish and maintain
enclosed toilets at each site for public use. One toilet shall be provided for each
restroom fixture that is rendered unusable due to the work, until that time when the new
restroom fixtures are accepted for public use by the Engineer. At least one toilet at
each site and its path of travel shall be handicap - accessible. The toilets shall be placed
in locations which are acceptable to the Engineer."
7 -8.5 Temporary Light, Power, and Water. Replace this section with, "The
Contractor may use restroom water and power free of charge. The Contractor shall be
responsible for maintaining water and power at the sites until completion of work."
7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water
containing mud, silt or other deleterious material due to the construction of this project
shall be treated by filtration or retention in settling basin(s) sufficient to prevent such
material from migrating into catch basins or the bay."
0 0
SP5OF6
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add, "The Contractor's equipment and materials shall be stored only
within the area designated by the Engineer."
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during performance of the work. The Contractor shall fully comply with all
State, Federal and other laws, rules, regulations, and orders relating to the safety of the
public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in
place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING"
signs) which he shall post at least forty -eight hours in advance of the need for
enforcement. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least
forty -eight hours in advance of the need for enforcement. The signs shall (1) be made
of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches
high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign
Chart.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General Building Contractor "B" License. At the
start of work and until completion of work, the Contractor shall possess a Business
License issued by the City of Newport Beach.
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, the
Contractor shall maintain "As- Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
up -to -date and so certified by the Engineer at the time each progress bill is submitted.
Upon completion of the project, the Contractor shall provide the "As- Built" correction
drawings to the Engineer. The correction drawings shall be verified by the Engineer
prior to final payment or release of bonds.
0
01 SP6OF6.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices
bid for each item of work shown on the proposed shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work to complete
the work in place and no other compensation will be allowed thereafter. Payment for
incidental items of work not separately listed shall be included in the prices shown for
the other related items of work.
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
300 -1.3.1 General. Add to this section, 'The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each work day."
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and masonry wastes
generated from the job site shall be disposed of at a facility which crushes such
materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed
of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer.
The Contractor shall fully comply with the following BUILDING TECHNICAL
SPECIFICATIONS which augment, but are not referenced to, sections of the
Standard Specifications for Public Works Construction
BEACH RESTROOM REHABILITATION —
151h STREET, NEWPORT PIER, 58TH STREET AND ORANGE STREET
CONTRACT NO. 3377
BUILDING TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 2 - SITEWORK
02060 Demolition 1- 2
02200 Earthwork 1- 5
02514 Portland Cement Concrete Paving 1- 5
DIVISION 3 - CONCRETE
03200 Reinforcing Steel 1- 2
03300 Cast in Place Concrete 1- 3
DIVISION 4 - MASONRY
04200 Unit Masonry 1- 3
DIVISION 5 - METALS
05720 Handrails and railings 1- 7
DIVISION 6 - WOOD AND PLASTICS
06200 Finish Carpentry 1- 3
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07900 Sealants 1- 4
DIVISION 8 - DOORS AND WINDOWS
08110 Steel Doors / Frames
1- 3
08200 Wood Doors
1- 3
08700 Finish Hardware
1- 5
DIVISION 9 - FINISHES
09250 Gypsum Drywall
1- 3
09300 Ceramic Tile
1- 4
Contents
Page 1 of 2
0
0
09801
Special Coatings — Pigmented Anti - Graffiti
1 -
3
09900
Painting
1-
6
DIVISION 10 - SPECIALTIES
10160
Toilet Partitions
1-
3
10400
Identifying Devices
1-
2
10800
Toilet and Bath Accessories
I -
2
DIVISION 11 - EQUIPMENT (Not Used)
DIVISION 12 - FURNISHINGS (Not Used)
DIVISION 13 - SPECIAL CONSTRUCTION (Not Used)
DNISION 14 - CONVEYING SYSTEMS (Not Used)
DIVISION 15 - MECHANICAL
15400 Plumbing 1- 6
DIVISION 16 - ELECTRICAL
16000 Electrical
END OF TABLE OF CONTENTS
1- 7
Contents
Page 2 of 2
• •
SECTION 02060 - DEMOLITION
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of building demolition work is shown on drawings.
1.03 JOB CONDITIONS:
A. Explosives: Use of explosives will not be permitted.
B. Traffic: Conduct demolition operations and removal of debris to ensure minimum
interference with roads, streets, walks and other adjacent occupied or used facilities.
C. Protections: Ensure safe passage of persons around area of demolition. Conduct
operations to prevent injury to adjacent buildings, structures, other facilities and persons.
1. Provide interior and exterior shoring, bracing or support to prevent movement,
settlement or collapse of adjacent facilities to remain.
D. Damages: Promptly repair damages caused to adjacent facilities by demolition
operations at no cost to CITY.
E. Utility Services: Maintain existing utilities indicated to remain, keep in service and
protect against damage during demolition operations.
1. Do not interrupt existing utilities serving occupied or used facilities, except
when authorized in writing by authorities having jurisdiction. Provide
temporary services during interruptions to existing utilities, as acceptable to
governing authorities.
PART 2 - PRODUCTS -- Not Applicable.
ART 3- EXECUTION
3.01 DEMOLITION:
02060
Page 1 of 2
0
0
A. Clean adjacent structures and improvements of dust, dirt and debris caused by
demolition operations, as directed by Architect or governing authorities. Return
adjacent areas to condition existing prior to start of work.
B. Demolish building as indicated on drawings and remove from site. Use such
methods as required to complete work within limitations of governing regulations.
C. Asbestos and hazardous materials demolition is not a part of this contract. Notify
CITY immediately if hazardous materials or conditions are encountered.
3.02 DISPOSAL OF DEMOLISHED MATERIAL:
A. General: Remove from site all debris, rubbish and other materials resulting from
demolition operations unless otherwise requested by CITY or items scheduled for re -use.
1. Burning of removed materials from demolition operations will not be
permitted on site.
2. Transport materials removed from demolition operations and dispose of off
site. No overnight storage of demolition stockpiles will be permitted.
END OF SECTION 02060
02060
Page 2 of 2
0 0
SECTION 02200 - EARTHWORK
PART 1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
The extent of earthwork is shown on drawings including:
1. Demolition and excavation for footings
2. Preparation of sub grade for walk and ramp slabs, walks, footings, landscape
areas and pavements.
3. Filling and backfilling excavations.
4. Re- grading for proper installation of new walkways and adjustment of existing
slope to conform to existing CITY standards.
1.03 QUALITY ASSURANCE:
A. Codes and Standards: Perform excavation work in compliance with applicable
requirements of governing authorities having jurisdiction.
1.04 JOB CONDITIONS:
A. Existing Utilities: Locate existing underground utilities in areas of work. if utilities
are to remain in place, provide adequate means of protection during earthwork
operations. Should uncharted, or incorrectly charted, piping or other utilities be
encountered during excavation, consult Engineer immediately for directions. Cooperate
with Engineer and utility companies in keeping respective services and facilities in
operation. Repair damaged utilities to satisfaction of Engineer.
B. Protection of Persons and Property: Barricade open excavations occurring as part of
this work and post with warning flashers. Operate warning flashers as recommended by
authorities having jurisdiction. Protect structures, utilities, sidewalks, pavements, and
other facilities from damage caused by settlement, lateral movement, undermining,
washout and other hazards created by earthwork operations.
ART2- PRODUCTS
2.01 SOIL MATERIALS:
A. Definitions:
02200
Page 1 of 5
0
1. Satisfactory soil materials are defined as those complying with American
Association of State Highway and Transportation Officials ( AASHTO) M145,
soil classification Groups A -1, A -24, A -2 -5, and A -3.
2. Unsatisfactory soil materials are those defined in AASHTO M145 soil
classification Groups A -2 -6, A -2 -7, A -4, A -5, A -6, and A -7; also, peat and other
highly organic soils.
3. Sub base Material: Naturally or artificially graded mixture of natural or
crushed gravel, crushed stone, crushed slag, natural or crushed sand, as approved
per submittal to the engineer.
4. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or
gravel larger than 2" in any dimension, debris, waste, vegetation and other
deterious matter.
PART 3 - EXECUTION
3.01 EXCAVATION:
Excavation consists of removal and disposal of material encountered when establishing required
finish grade elevations.
A. Earth excavation includes removal and disposal of pavements and other obstructions
visible on ground surface, underground structures and utilities indicated to be demolished
and removed, material of any classification indicated in data on subsurface conditions,
and other materials encountered that are not classified as unauthorized excavation.
B. Unauthorized excavation consists of removal of materials beyond indicated sub grade
elevations or dimensions without specific direction of Engineer. Unauthorized
excavation, as well as remedial work directed by Engineer, shall be at Contractor's
expense.
C. Stability of Excavations: Slope sides of excavations to comply with local codes and
ordinances having jurisdiction. Shore and brace where sloping is not possible because of
space restrictions or stability of material excavated. Maintain sides and slopes of
excavations in safe condition until completion of backfilling.
D. Shoring and Bracing: Provide materials for shoring and bracing, such as sheet piling,
uprights, stringers and cross - braces, in good serviceable condition. Establish
requirements for trench shoring and bracing to comply with local codes and authorities
having jurisdiction. Maintain shoring and bracing in excavations regardless of time
period excavations will be open. Carry down shoring and bracing as excavation
progresses.
E. Dewatering: Prevent surface water and subsurface or groundwater from flowing into
excavations and from flooding project site and surrounding area. Do not allow water to
accumulate in excavations. Remove water to prevent softening of foundation bottoms,
02200
Page 2 of 5
• •
undercutting footings, and soil changes detrimental to stability of sub grades and
foundations. Provide and maintain pumps, well points, sumps, suction and discharge
lines, and other dewatering system components necessary to convey water away from
excavations. Convey water removed from excavations and rainwater to collecting or
runoff areas. Establish and maintain temporary drainage ditches and other diversions
outside excavation limits for each structure. Do not use trench excavations as temporary
drainage ditches.
F. Material Storage: Stockpile satisfactory excavated materials where directed, until
required for backfill or fill. Place, grade and shape stockpiles for proper drainage.
Locate and retain soil materials away from edge of excavations. Dispose of excess soil
material and waste materials as herein specified.
G. Excavation for Pavements: Cut surface under pavements to comply with cross -
sections, elevations and grades as they exist on site new pavement shall be at the same
elevations and no change in drainage shall occur.
H. Excavation for Trenches: Dig trenches to the uniform width required for particular
item to be installed, sufficiently wide to provide ample working room. Excavate trenches
to depth indicated or required. Carry depth of trenches for piping to establish indicated
flow lines and invert elevations. Grade bottoms of trenches as indicated, notching under
pipe bells to provide solid bearing for entire body of pipe. Backfill trenches with
concrete where trench excavations pass within 18" of column or wall footings and which
are carried below bottom of such footings, or which pass under wall footings. Place
concrete to level of bottom of adjacent footing. (Concrete is specified in Division -3.) Do
not backfill trenches until tests and inspections have been made and backfilling
authorized by Engineer. Use care in backfilling to avoid damage or displacement of pipe
systems.
I. Excavation for Concrete Walkways: Cut surface under adjacent to new walkway to
comply with cross - sections, elevations and grades as they exist on site. New walkways
shall comply with CITY standards for such and all adjacent grading landscape
replacement and new slopes shall be field engineered by the contractor at no additional
cost. Limit of adjacent slope grading shall extend as far as needed to accomplish the
CITY required slope minimums. Re landscape as required for complete planting and
sprinkler installation including relocation of all irrigation lines as needed.
3.02 COMPACTION:
A. General: Control soil compaction during construction providing minimum percentage
of density specified for each area classification.
B. Percentage of Maximum Density Requirements: Compact soil to not less than the
following percentages of maximum dry density for soils which exhibit a well- defined
moisture density relationship determined in accordance with ASTM D 1557 -78; and not
less than the following percentages of relative density, determined in accordance with
ASTM D 4253 and D 4254, for soils which will not exhibit a well - defined moisture -
density relationship.
02200
Page 3 of 5
0
1. 90% under sidewalks, slabs, soil sub grade or footings.
2. 95% under AC paving, aggregate base.
C. Primary concern will be in providing a firm uniform base for the foundations and
slabs.
D. Moisture Control: Where sub grade or layer of soil material must be moisture
conditioned before compaction, uniformly apply water to surface of sub grade, or layer
of soil material, to prevent free water appearing on surface during or subsequent to
compaction operations. Remove and replace, or scarify and air dry, soil material that is
too wet to permit compaction to specified density.
3.03 BACKFILL AND FILL:
A. General: Place acceptable soil material in layers to required sub grade elevations, for
each area classification listed below. Native on site soils are generally acceptable as fill
material. Import soil shall meet the requirements for "satisfactory soil' as defined in
these specifications.
1. In excavations, use satisfactory excavated and reconditioned or borrow
material.
2. Under walks, use sub base material, or satisfactory excavated or borrow
material, or combination of both.
B. Backfill excavations as promptly as work permits, but not until completion of the
following:
1. Acceptance of construction below finish grade including, where applicable,
damp proofing, waterproofing, and perimeter insulation and sub drain
installations.
2. Inspection, testing, approval, and recording locations of underground utilities.
C. Ground Surface Preparation: Remove vegetation, debris, unsatisfactory soil
materials, obstructions, and deleterious materials from ground surface prior to placement
of fills. Plow, strip, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so
that fill material will bond with existing surface. When existing ground surface has a
density less than that specified under "Compaction" for particular area classification,
break up ground surface, pulverize, moisture condition to optimum moisture content, and
compact to required depth and percentage of maximum density.
D. Placement and Compaction: Place backfill and fill materials in layers not more than
6" in loose depth for material compacted by heavy compaction equipment, and not more
than 4" in loose depth for material compacted by hand operated tampers. Before
compaction, moisten or aerate each layer as necessary to provide optimum moisture
content. Compact each layer to required percentage of maximum dry density or relative
dry density for each
02200
Page 4 of 5
0 0
area classification. Place backfill and fill materials evenly adjacent to structures, to
required elevations. Take care to prevent wedging action of backfill against structures
by carrying material uniformly around structure to approximately same elevation in each
lift.
3.04 GRADING:
A. General: Uniformly grade areas within limits of grading under this section, including
adjacent transition areas. Smooth finished surface within specified tolerances, compact
with uniform levels or slopes between points where elevations are shown, or between
such points and existing grades.
B. Grading Outside Building Lines: Grade areas adjacent to building lines to drain away
from structures and to prevent ponding. Finish surfaces free from irregular surface
changes, and as follows:
1. Walks: Shape surface of areas under walks to line, grade and cross - section,
with finish surface not more than 0.10' above or below required sub grade
elevation. Slope grade away from walks as required by CITY standards so as not
to require additional railings (I" in 12 ") maximum.
2. Pavements: Shape surface of areas under pavement to line, grade and cross -
section, with finish surface not more than 1/2" above or below required sub grade
elevation.
C. Compaction: After grading, compact sub grade surfaces to the depth and percentage
of maximum density for each area classification.
3.05 FIELD QUALITY CONTROL
A. Quality Control Testing During Construction: Allow City requested testing service
if requested by City) to inspect and approve sub grades and fill layers before further
construction work is performed. Perform field density tests in accordance with ASTM D
1556 (sand cone method) or ASTM D 2937 (drive cylinder method), or ASTM D 2922
(nuclear method).
1. Footing Sub grade: "Subsequent to footing excavations, conduct observations
and/or tests, when applicable, to verify proper footing sub grade conditions.
Subsequent verifications and approval of each footing sub grade may be based on
a visual comparison of each sub grade with related tested strata, when acceptable
to the Engineer ".
3.06 MAINTENANCE:
A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion.
Keep free of trash and debris. Repair and re- establish grades in settled, eroded, and
rutted areas to specified tolerances.
END OF SECTION 02200
02200
Page 5 of 5
• 0
SECTION 02514 - PORTLAND CEMENT CONCRETE PAVING
PART I - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of Portland cement concrete paving is shown on drawings, including curbs,
gutters, walkways and ramps.
B. Prepared sub base is specified in Section 02200.
C. Concrete and related materials are specified in Section 03300.
D. Joint fillers and sealers are specified in Section 07900.
1.03 QUALITY ASSURANCE:
A. Codes and Standards: Comply with local governing regulations if more stringent than
herein specified.
1.04 SUBMITTALS:
Furnish samples, manufacturer's product data, test reports, and materials' certifications as
required in referenced sections for concrete and joint fillers and sealers.
PART2- PRODUCTS
2.01 MATERIALS:
A. Forms: Steel, wood, or other suitable material of size and strength to resist movement
during concrete placement and to retain horizontal and vertical alignment until removal.
Use straight forms, free of distortion and defects. Use flexible spring steel forms or
laminated boards to form radius bends as required. Coat forms with a non - staining form
release agent that will not discolor or deface surface of concrete.
B. Reinforcing Bars: Deformed steel bars, ASTM A 615, Grade 60.
C. Concrete Materials: Comply with requirements of applicable Section 03200 sections
for concrete materials, admixtures, bonding materials, curing materials, and others as
required. BEACH AREAS REQUIRE TYPE V CEMENT. Review with city stall all
areas that may require Type V cement ( all areas in the designated "High Sulfate Areas ").
02514
Page 1 of 5
0
L7
D. Expansion Joint Materials: Comply with requirements of applicable Section 07900
for preformed expansion joint fillers and sealers (1/4" minimum thickness).
E. Liquid- Membrane Forming Curing Compound: Complying with ASTM C 309, Type
1, Class A unless other type acceptable to Engineer. Moisture loss not more than 0.055
gr. /sq. cm. when applied at 200 sq. ft. /gal.
F. Bonding Compound: Polyvinyl acetate or acrylic base, rewettable type.
2.02 CONCRETE MIX, DESIGN AND TESTING:
Comply with requirements of applicable sections in 03300 for concrete mix design, sampling
and testing, and quality control, and as herein specified.
Design mix to product normal- weight concrete consisting of Portland cement, aggregate, water -
reducing or high -range water- reducing admixture (super - plasticizer), air - entraining admixture
and water to produce the following properties:
Compressive Strength: 3,250 psi, minimum at 28 days, unless otherwise indicated or allowed by
CITY.
Slump Range: 5" for concrete containing HRWR admixture (super - plasticizer); 3" for all other
concrete.
PART 3 - EXECUTION
3.01 SURFACE PREPARATION:
Remove loose material from compacted sub base surface immediately before placing concrete.
Proof -roll prepared sub base surface to check for unstable areas and need for additional
compaction. Do not begin paving work until such conditions have been corrected and are ready
to receive paving.
3.02 FORM CONSTRUCTION:
Set forms to required grades and lines, rigidly braced and secured. Install sufficient quantity of
forms to allow continuous progress of work and so that forms can remain in place at least 24
hours after concrete placement.
Check completed formwork for grade and alignment to following tolerances:
Top of forms not more than 1/8" in 10'.
Vertical face on longitudinal axis, not more than 1/4" in 10'.
Clean forms after each use, and coat with form release agent as often as required to ensure
separation from concrete without damage.
02514
Page 2 of 5
0
3.03 REINFORCEMENT:
Locate, place and support reinforcement as specified in Sections 03200 and 03300, unless
otherwise indicated.
3.04 CONCRETE PLACEMENT:
A. General: Comply with requirements of Sections 03200 and 03300, for mixing and
placing concrete, and as herein specified.
B. Do not place concrete until sub base and forms have been checked for line and grade.
moisten sub base if required to provide a uniform dampened condition at time concrete is
placed. Do not place concrete around manholes or other structures until they are at
required finish elevation and alignment.
C. Place concrete using methods, which prevent segregation of mix. Consolidate
concrete along face of forms and adjacent to transverse joints with internal vibrator.
Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only
square -faced shovels for hand spreading and consolidation. Consolidate with care to
prevent dislocation of reinforcing, dowels, and joint devices.
Use approved bonding agent at locations where fresh concrete is placed against hardened
or partially hardened concrete surfaces.
Deposit and spread concrete in a continuous operation between transverse joints, as far as
possible. If interrupted for more than 1/2 -hour, place a construction joint.
3.05 JOINTS:
A. General: Construct expansion, weakened -plane and construction joints true -to -line
with face perpendicular to surface of concrete. Construct transverse joints at right angles
to the centerline, unless otherwise indicated.
1. Spacing of joints shall be installed to provide concrete areas as square as
possible. Spacing of additional joints shall not exceed 12 feet in the greatest
dimension.
2. When joining existing structures, place transverse joints to align with
previously placed joints, unless otherwise indicated.
B. Weakened -Plane (Contraction) Joints: Provide weakened -plane (contraction) joints,
sectioning concrete into areas as required to prevent cracking. Construct weakened -plane
joints for a depth equal to at least 1/4 concrete thickness, as follows:
1. Tooled Joints: Form weakened -plane joints in fresh concrete by grooving top
portion with a recommended cutting tool and finishing edges with a jointer.
02514
Page 3 of 5
0
2. Sawed Joints: Form weakened -plane joints using powered saws equipped with
shatterproof abrasive or diamond -rimmed blades. Cut joints into hardened
concrete as soon as surface will not be tom, abraded, or otherwise damaged by
cutting action.
C. Construction Joints: Place construction joints at end of placements and at locations
where placement operations are stopped for a period of more than 1/2 -hour, except where
such placements terminate at expansion joints.
1. Construct joints as shown or, if not shown, use standard metal key way- section
forms.
2. Where load transfer -slip dowel devices are used, install so that one end of each
dowel bar is free to move.
D. Expansion Joints: Provide premolded joint filler for expansion joints abutting
concrete curbs, catch basins, manholes, inlets, structures, walks and other fixed objects,
unless otherwise indicated (1/4" maximum thickness).
Extend joint fillers full -width and depth of joint, and not less than 1/2" or more than 1"
below finished surface where joint sealer is indicated. if no joint sealer, place top of joint
filler flush with finished concrete surface.
Furnish joint fillers in one -piece lengths for full width being placed, wherever possible.
Where more than one length is required, lace or clip joint filler sections together.
Protect top edge of joint filler during concrete placement with a metal cap or other
temporary material. Remove protection after concrete has been placed on both sides of
joint.
C. Fillers and Sealants: Comply with requirements of Section 07900 for preparation of
joints, materials, installation, and performance.
3.06 CONCRETE FINISHING:
After striking -off and consolidating concrete, smooth surface by screeding and floating. Use
hand methods only where mechanical floating is not possible. Adjust floating to compact
surface and produce uniform texture.
After floating, test surface for trueness with a 10' straightedge. Distribute concrete as required to
remove surface irregularities, and refloat repaired areas to provide a continuous smooth finish.
Work edges of slabs, gutters, back top edge of curb, and formed joints with an edging tool, and
round to 1/2" radius, unless otherwise indicated. Eliminate tool marks on concrete surface.
After completion of floating and troweling when excess moisture or surface sheen has
disappeared, complete surface finishing, as follows:
02514
Page 4 of 5
0 0
A. Finish 'Broom Finish ": Finish by drawing a fine -hair broom across concrete surface,
perpendicular to line of traffic. Repeat operation if required to provide a fine line texture
acceptable to Engineer.
1. Walks: Soft Broom.
On inclined slab surfaces, provide a coarse, non -slip finish by scoring surface with a stiff - bristled
broom, perpendicular to line of traffic.
3.07 CURING:
Protect and cure finished concrete paving, complying with applicable requirements of Section
03200 and 03300. Use membrane - forming curing and sealing compound or approved moist -
curing methods on all concrete paving, sidewalks, and curbs.
3.08 REPAIRS AND PROTECTIONS:
A. Repair or replace broken or defective concrete, as directed by Engineer.
B. Drill test cores where directed by Engineer, when necessary to determine magnitude
of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with
Portland cement concrete bonded to pavement with epoxy adhesive.
C. Protect concrete from damage until acceptance of work. Exclude traffic from
pavement for at least 14 days after placement. When construction traffic is permitted,
maintain pavement as clean as possible by removing surface stains and spillage of
materials as they occur.
Sweep concrete pavement and wash free of stains, discolorations, dirt and other foreign
material just prior to final inspection.
END OF SECTION 02514
02514
Page 5 of 5
0 0
SECTION 03200 - REINFORCING STEEL
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION:
Provide steel reinforcing as required in the contract drawings and specifications.
1.03 QUALITY ASSURANCE:
A. Materials, fabrication and installation shall comply with latest printed
recommendations of Concrete Reinforcing Steel Institute (CRSI).
B. An approved Testing Laboratory shall perform test on all reinforcing materials in
accordance with American Society for Testing and Materials. ALL TESTS ARE TO BE
PROVIDED BY THE CONTRACTOR AS PART OF THE CONTRACT WITHOUT
SEPARATE PAYMENT.
C. Certification that tests have been performed and materials comply with test standards
shall be sent to the Engineer.
D. No materials shall be used on the project that does not conform to the requirements of
these specifications.
2.01 MATERIALS:
A. Reinforcing Bars: ASTM A 615 Grade 60 Deformed.
B. Welded Wire Fabric: ASTM A 185, 6 x 6 -10 x 10 WWM. Furnish in flat sheet, not
rolls.
C. Ty Wires: Annealed steel, 16 1/2 Gage minimum.
1. Bar Supports and spacing of same shall be per recommendations set forth in
Chapter 3 of the CRSI Manual.
2. For slabs -on -grade use supports with sand plates or horizontal runners where
base materials will not support chair legs.
03200
Page 1 of 2
0 0
3.01 FABRICATION OF REINFORCING BARS:
A. Bending and Forming: Fabricate bars of the indicated sizes and bend and form to
required shapes and lengths by methods not injurious to materials. Do not heat
reinforcement for bending or cutting. Bars with unscheduled kinks or bends are subject
to rejection. Use tested and approved bar materials.
3.02 INSTALLATION OF REINFORCING:
A. All installations shall be performed in accordance with written standards of the
"Concrete Reinforcing Steel Institute ".
B. Provide additional bars at sleeves and openings as required to properly reinforce
concrete whether specifically shown on drawing or not.
C. Positioning and clearances per tolerance given in "American Concrete Institute" (ACI
318) Standards.
3.03 SUPERVISION:
Perform all work of this Section under supervision of experienced and capable superintendent.
He shall assure that materials and installation complies with Contract documents, CRSI and
ASTM.
END OF SECTION 03200
03200
Page 2 of 2
0 0
SECTION 03300 - CAST -IN-PLACE CONCRETE
PARTI- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of cast -in -place concrete shall include structure and paving Portland cement concrete as
indicated on drawings and specified herein.
1.03 QUALITY ASSURANCE:
Codes and Standards: Comply with provisions of the following:
A. ACI 301 "Specifications for Structural Concrete for Buildings ".
B. ACI 318 "Building Code Requirements for Reinforcing Concrete ".
C. Uniform Building Code. (1994 Edition)
PART2- PRODUCTS
A. Concrete Materials:
1. Portland Cement: ASTM C 150, Type V unless otherwise acceptable to
Engineer.
2. Normal Weight Aggregates: ASTM C 33, and as herein specified. Provide
aggregates from a single source for exposed concrete.
3. Water: Potable.
4. Air - Entraining Admixture ASTM C -260:
E. Curing Compound: Shall be compound that contains no wax, paraffins or oils.
Compound shall not inhibit any further treatment of the concrete surfaces.
F. Mix Proportions and Design: Proportion mixes complying with mix design
procedures specified in ACI 301.
1. Submit written report to Engineer for each proposed concrete mix at least 15
days prior to start of work. Do not begin concrete production until mixes have
been reviewed and are acceptable to Engineer.
03300
Page 1 of 3
0
1/
2. Mix designs maybe adjusted when material characteristics, job conditions,
weather, test results or other circumstances warrant. Do not use revised concrete
mixes until submitted to and accepted by Engineers.
3. Use air - entraining admixture: "Air- Entraining admixture in concrete may be
required at the option of the Engineer ".
G. Ready Mix Concrete: Comply with requirements of ASTM C 94, and as herein
specified. During hot weather, or under conditions contributing to rapid setting of
concrete, a shorter mixing time than specified in ASTM C 94 may be required.
3.02 REINFORCING:
Refer to Section 03200 "Reinforcing Steel ".
3.03 SUB -SLAB FILL:
A. Under concrete paving (exterior), use sub -base material or satisfactory excavated or
borrow material, as approved by the engineer to a minimum depth below slab of 4 ".
3.04 INSTALLATION OF EMBEDDED ITEMS:
A. General: Set and build into work anchorage devices and other embedded items
required for other work that is attached to, or supported by, cast -in -place concrete. Use
setting drawings, diagrams, instructions and directions provided by suppliers of items to
be attached thereto.
1. Anchor Bolts
2. Structural Column Bases
3. Railing
3.05 CONCRETE PLACEMENT:
A. Concrete Placement: Comply with ACI, planning concrete in a continuous operation
within planned joints or sections. Do not begin placement until work of other trades
affecting concrete is completed.
B. Consolidate placed concrete using mechanical vibrating equipment with hand rodding
and tamping, so that concrete is worked around reinforcement and other embedded items
and into forms.
C. Protect concrete from physical damage or reduced strength due to weather extremes
during mixing, placement and curing.
1. In cold weather comply with ACI 306.
03300
Page 2 of 3
0 0
2. In hot weather comply with ACI 305.
3.06 CONCRETE CURING AND PROTECTION:
A. General: Protect freshly placed concrete from pre - mature drying and excessive cold
or hot temperatures. Start initial curing as soon as free water has disappeared from
concrete surface after placing and finishing. Begin final curing procedures immediately
following initial curing and before concrete has dried.
B. Curing Methods: Perform curing of concrete by moist curing, by moisture retaining
cover curing, by membrane curing, and by combinations thereof. Continue final curing
for at least 7 days in accordance with ACI 301 procedures. Avoid rapid drying at end of
final curing period.
3.09 PROTECTION ON CONCRETE
A. Concrete surfaces exposed -to -view must be protected from damage, marring and
condensation during construction. Contract shall cover or provide other means of
protection to concrete surfaces.
END OF SECTION 03300
03300
Page 3 of 3
0 0
SECTION 04200 - UNIT MASONRY
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of masonry work is indicated on drawings.
B. Work Includes:
1. Concrete masonry units.
2. Setting and attaching all bolts, anchors, inserts, etc., as furnished by others.
3. Reinforcing steel.
4. Grout and mortar.
1.03 STANDARDS:
Comply with printed recommendations of Brick Institute of America (BIA) and National
Concrete Masonry Association (NCMA).
1.04 SUBMITTALS:
Submit product data for masonry units, cementitious products for mortar and grout and masonry
accessories. Submit samples of all exposed masonry units.
PART2- PRODUCTS
2.01 MATERIALS:
A. Concrete Masonry Units: ASTM C90 Grade A, standard units to match adjacent wall
type, finish and color.
B. Portland Cement: ASTM C150, Type II Low Alkali.
C. Mortar Sand: ASTM C144.
D. Hydrated Lime: ASTM C207, Type S.
E. Reinforcing Steel: ASTM A615 Grade 60.
04200
Page I of 3
0
F. Water: Potable.
G. Grout: ASTM C476.
2.02 MORTAR AND GROUT:
E
Shall be in accordance with Concrete Masonry Association's Standard Specifications, current
edition.
A. Materials shall be adequately and accurately measured in suitable calibrated boxes.
Shovel measurements will not be allowed.
B. Grout: Use two (2) parts pea gravel in mix.
C. Admixture: "Suconem GA" (Grout Aid) Type 2, as manufactured by Super Concrete
Emulsions, Ltd., Los Angeles, California, or approved equal, and used in strict
accordance with manufacturer's latest printed recommendations.
2.03 REINFORCING STEEL:
Accurately set and place reinforcing steel and ties in accordance with the drawings and notes
thereon. Refer to Section 03200, Reinforcing Steel, for requirements. No torch cutting of
reinforcing bar will be permitted.
PART 3- EXECUTION
3.01 DELIVERY AND PROTECTION:
Masonry materials shall be packed in a manner to prevent damage from transportation and
weather. Handle masonry material in a manner to prevent chipping, spalling, cracking or other
injury.
3.02 INSTALLATION:
A. Install masonry units in the bond pattern indicated, or if none is indicated, in running
bond.
B. Lay units plumb and true. Carefully cut where necessary to fit around adjoining
construction, inserts, etc. Fit all angles and corners square and true.
C. Masonry shall not be constructed upon a concrete foundation until at least 24 hours
after such foundation has been placed.
D. Joints shall be carefully tooled to produce a dense flush surface, well bonded to the
block on all edges.
1. Concrete tool joint to produce smooth dense surface.
04200
Page 2 of 3
0 0
E. Reinforcing to be placed accurately at spacing shown, secure against displacement.
Splice by lapping, unless otherwise indicated, at location shown. Minimum lap to be per
section 303 of Green Book.
3.03 FINAL CLEANING:
After mortar is thoroughly set and cured, clean masonry to comply with masonry manufacturer's
direction and applicable NCNIA 'TEK" Bulletin.
A. Remove all excessive mortar and grout from face of masonry units that affects the
appearance of the masonry. Final masonry surfaces shall be clean, uniform surface,
graffiti free and acceptable without additional coating.
END OF SECTION 04200
04200
Page 3 of 3
SECTION 05720 - HANDRAILS AND RAILINGS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 SUMMARY:
Provide metal handrail fabrications as indicated, specified and required.
A. Work In This Section: Principal items include:
1. Railings and Supports
2. All other miscellaneous metal fabrications required to complete the work.
3. Patching, repair and repainting to match of existing areas where handrails are
to be removed.
1.03 DEFINITIONS:
A. Reference Standards: Conform to the following as applicable:
1. ASTM E 985 for railing - related terms apply to this section
2. AA "Specifications for Aluminum Structures ".
1.04 SYSTEM PERFORMANCE REQUIREMENTS:
A. Handrail and railing systems to withstand structural loads as required by current code
requirements at the time of fabrication. Allowable design working stresses of railing
materials shall be based on the following:
1. AA "Specifications for Aluminum Structures ".
B. Structural Performance of Handrails and Railing Systems: Fabricate and install
handrails and railing systems to comply with requirements of ASTM E 985 for structural
performance based on the following:
1. Testing performed in accordance with ASTM E 894 and ASTM E 935.
C. Design criteria shall conform to the following 1991 UBC requirements: of
1. 250 pounds concentrated load.
05720
Page 1 of 7
0 0
2. 50 pounds linear foot for uniform loading.
D. Control of Corrosion: Prevent galvanic action and other forms of corrosion by
insulation metals and other materials from direct contact with incompatible materials.
E. Thermal Movements: Allow for thermal movement resulting from the following
maximum change (range) ambient temperature in the design, fabrication, and installation
of handrails and railings to prevent buckling, opening of joints, and over stressing of
components, connections, and other detrimental effects. Base design calculations on
actual surface temperatures of materials due to both solar heat gain and nighttime sky
heat loss.
1.05 SUBMITTALS:
Submit the following in accordance with Conditions of Contract and the Standard Specifications
for Public Works Construction:
A. Shop Drawings: Submit Shop Drawings fully detailing all Work of this Section,
including plans, elevations, sections, details of components, and attachments to other
units of work.
B. Samples for initial selection purposes in form of manufacturer's color charts showing
full range of colors available for those units with factory applied color finishes.
C. Samples for verification purposes of each type of exposed finish required, prepared on
components indicated below that are of the same thickness and metal indicated for final
unit of work. where finishes involve normal color and texture variations, include sample
sets showing full range of variations expected.
1. 6" long sections of each distinctly different linear railing members.
2. Fittings and Brackets.
1.06 QUALITY ASSURANCE:
A. Single Source Responsibility: Obtain handrails and railing systems of each type and
material from a single manufacturer.
1.07 STORAGE:
A. Store handrails and railing systems in clean, dry, location, away from uncured
concrete and masonry, protected against damage of any kind. Cover with waterproof
paper, tarpaulin, or polyethylene sheeting; allow for air circulation inside the covering.
1.08 PROJECT CONDITIONS:
A. Field Measurements: Where handrails and railings are indicated to fit to other construction,
check actual dimensions of other construction by accurate field measurements before fabrication;
05720
Page 2 of 7
F
show recorded measurements on final shop drawings. Coordinate fabrication schedule with
construction progress to avoid delay of work.
1.09 SEQUENCE AND SCHEDULING:
A. Sequence and coordinate installation of wall handrails as follows:
1. Mount handrails only on completed walls. Do not support handrails
temporarily by and means not satisfying structural performance requirements.
PART2- PRODUCTS
2.01 MANUFACTURERS:
A. Manufacturer: Subject to compliance with requirements, provide handrails and
railing systems of one of the following, or equal:
1. Blum: Julius Blum & Co.
2. Blumcraft of Pittsburgh
3. Crane Veyor Corp. (South El Monte)
2.02 METALS:
General: provide metal forms and types that comply with requirements of referenced standards
and that are free from surface blemishes where exposed to view in the finished unit. Exposed -to-
view surfaces exhibiting pitting, seam marks, roller marks, stains, discolorations, of other
imperfections on finished units are not acceptable.
A. Aluminum: Allow and temper recommended by aluminum producer and finisher for
type of use and finish indicated and with not less than the strength and durability
properties of the alloy and temper designated below for each aluminum form required.
1. Extruded Bar and Shapes: ASTM B 221, 6063- T5/T52
2. Extruded Pipe and Tube: ASTM B 429, 6063- T5/T52
3. Drawn Seamless Tube: ASTM B 483, 6063 -T832
4. Plate and Sheet: ASTM B 209, 6061 -T6
5. Die and Hand Forging: ASTM B 247, 6061 -T6
6. Castings: ASTM B 26, 356 -T6
05720
Page 3 of 7
0
2.02 FASTENERS:
0
A. Fasteners for Anchoring Railings to Other Construction: Select fasteners for the type,
grade, and class required to produce connections that are suitable for anchoring railing to
other types of construction indicated and capable of withstanding design loading.
1. Provide fasteners fabricated from type 304 stainless steel.
2. Review existing railings and match as closely as possible the size and type to
allow minimal patching and repair of existing finished surfaces.
B. Fasteners for Interconnecting railing components: use stainless steel fasteners unless
otherwise indicated. Do not use metals that are corrosive or incompatible with materials
joined.
1. Provide concealed fasteners for interconnection of handrail and railing
components and for their attachment to other work, except where otherwise
indicated.
2.03 FABRICATION:
Fabricate handrails and railing systems to comply with requirements indicated for design,
dimensions, details, finish, and member sizes, including wall thickness of hollow members, post
spacing, and anchorage, but not less than that required to support structural loads.
A. Pre - assemble railing systems in shop to greatest extent possible to minimize field
splicing and assembly. Disassemble units only as necessary for shipping and handling
limitations. Clearly mark units for re- assembly and coordinated installation. Use
connections that maintain structural value of joined pieces. Clearly mark units for re-
assembly and coordinated installation.
B. Form changes in direction of railing members as follows:
1. By insertion of prefabricated elbow fittings.
2. By radius bends of radius indicated of required.
3. By mitering at elbow ends.
4. By bending.
5. By any method indicated above, applicable to change of direction involved.
C. No welded Connections: Fabricate railing systems and handrails for connection of
members by means of railing manufacturer's standard concealed mechanical fasteners and
fittings unless otherwise indicated. Fabricate members and fittings to produce flush,
smooth, rigid, hairline joints.
05720
Page 4 of 7
0
1. Fabricate splice joints for field connection using structural epoxy adhesive
where this represents manufacturer's standard splicing method.
D. Brackets, Flanges, Fittings, and Anchors: Provide manufacturer's standard wall
brackets, flanges, miscellaneous fittings, and anchors for connection of handrail and
railing members to other construction.
E. Provide inserts and other anchorage devices for connecting handrails and railing
systems to concrete of masonry work. Fabricate anchorage devices capable of
withstanding loading imposed by handrails and railing systems. Coordinate anchorage
devices with supporting structure.
F. For handrails that are exposed to exterior or to moisture from condensation or other
sources, provide weep holes or other means for evacuation of entrapped water in hollow
sections of railing members.
G. Fabricate joints that will be exposed to weather in a manner to exclude water.
H. Close ends of handrail and railing members by use of manufacturer's standard
prefabricated fittings.
I. Provide wall returns at ends of wall- mounted handrails, unless otherwise indicated.
Close ends of returns unless clearance between end of railing and wall is 1/4" or less.
2.04 FINISHES, GENERAL:
A. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to
application and designations of finishes.
B. Protect mechanical finishes on exposed surfaces from damage by application of
strippable, temporary protective covering prior to shipment.
C. Variations in appearance of abutting or adjacent pieces are not acceptable if they are
within 1/2 of the range of approved samples. Noticeable variations in the same piece are
not acceptable. Variations in appearance of other components are acceptable if they are
within range of approved samples and they are assembled of installed to minimize
contrast.
2.05 ALUMINUM FINISHES:
A. Finish designations prefixed by "AA" conform to the system established by the
aluminum Association for designating aluminum finishes.
B. Class I Color Anodized Finish: AA- M12C22A42/A34 (Mechanical Finish: as
fabricated, nonspecular; chemical finish: etched, medium matte; Anodic coating: Class I
Architectural, film thicker than .07 mil with integral color or electrolytically deposited
color) complying with AAMA 606.1 or 608.1.
Color: Medium Bronze or Clear (match existing handrail system if applicable)
05720
Page 5 of 7
0
PART 3- EXECUTION
3.01 PREPARATION:
0
A. Coordinate setting drawings, diagrams, templates, instructions, and directions for
installation of anchorages, such as sleeves, concrete inserts, anchor bolts, and
miscellaneous items having integral anchors, that are to be imbedded in concrete as
masonry construction. Coordinate delivery of such items to project site.
3.02 INSTALLATION. GENERAL:
A. Fit exposed connections accurately together to form tight, hairline joints.
B. Cutting, Fitting, and Placement: Perform cutting, drilling and fitting required for
installation of handrails and railings. Set handrails and railings accurately in location,
alignment, and elevation, measured from established lines and levels and free from
defects.
C. Do not weld, cut, or abrade surfaces of handrails and railing components that have
been coated or finished after fabrication and are intended for field connection by
mechanical or other means without further cutting or fitting.
D. Set posts plumb within a tolerance of 1/4" in 12 feet.
E. Align rails so that variations from level for horizontal members and from parallel with
rake of steps and ramps for sloping members do not exceed 1/4" in 12 feet.
F. Adjust handrails and railing systems prior to anchoring to ensure matching alignment
at abutting joints. Space posts at interval indicated but not less than required by structural
loads.
G. Fastening to In -Place Construction: Use anchorage devices and fasteners where
necessary for securing handrails and railings to in -place construction.
3.03 RAILING CONNECTIONS:
A. Nonwelded Connections: Use manufacturer's standard mechanical or adhesive joints
for permanently connecting railing components. Use wood blocks and padding to
prevent damage to railing members and fittings. seal recessed holes of exposed locking
screws using plastic filler cement colored to match finish of handrails and railing
systems.
3.04 ATTACHMENT OF HANDRAILS TO WALLS:
A. Attach handrails to wall with wall brackets and end fittings. Provide bracket with not
less than 1 -1/2" clearance from inside face of handrail and finished wall surface. See
current "ADA" (Americans with Disabilities Act) Guidelines.
05720
Page 6 of 7
E
0
B. Locate brackets as indicated, or if not indicated, at spacing required to support
structural loads, see 1.04.
C. Secure wall brackets and wall return fittings to building construction as follows:
1. Use type of bracket with flange tapped for concealed anchorage to threaded
hanger bolt.
2. For concrete and solid masonry anchorage, use drilled -in expansion shield and
either concealed hanger bolt or exposed lag bolt as applicable.
3. For wood partitions, use lag bolts set securely into existing studs or wood
backing between studs.
4. For steel framed gypsum board assemblies, fasten brackets directly to steel
framing of concealed anchors using self - tapping screws of size and type required
to support structural loads, SEE 1.04.
3.05 ADJUSTMENT:
A. Clean the following metals by washing thoroughly with clean water and soap, follow
by rinsing with clean water. Remove all joint epoxy from exterior of railing members.
1. Aluminum
3.06 PROTECTION:
A. Protect finishes of railing systems and handrails from damage during construction
period by use of temporary protective coverings approved by railing manufacturer.
Remove protective covering at time of substantial completion.
B. Restore finishes damaged during installation and construction period so that no
evidence remains of correction work. Return items that cannot be refinished in the field
to the shop; make required alterations and refinish entire unit or provide new units.
END OF SECTION 05720
05720
Page 7 of 7
0 0
SECTION 06200 - FINISH CARPENTRY
PART1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Definition: Finish carpentry includes carpentry work which is exposed to view, is
non - structural, and which is not specified as part of other sections.
1.03 SUBMITTALS:
A. Shop Drawings: Submit shop drawings showing dimensioned plans and elevations,
large scale details, attachment devices and other components.
1.04 PRODUCT DELIVERY. STORAGE AND HANDLING:
A. Protect finish carpentry materials during transit, delivery, storage and handling to
prevent damage, soiling and deterioration.
1.05 JOB CONDITIONS:
A. Conditioning: Installer shall advise Contractor of temperature and humidity
requirements for finish carpentry installation areas. Do not install finish carpentry until
required temperature and relative humidity conditions have been stabilized and will be
maintained in installation areas.
PART 2- PRODUCTS
2.01 WOOD PRODUCT QUALITY STANDARDS:
A. Softwood Lumber Standards: Comply with PS 20 and with applicable grading rules
of the respective grading and inspecting agency for the species and product indicated.
B. Plywood Standard: Comply with PS 1 /ANSI A199.1.
C. Hardwood Lumber Standard: Comply with National Hardwood Lumber Association
(NHLA) rules.
D. Woodworking Standard: Where indicated for a specific product comply with
specified provision of the following:
1. Woodwork Institute of California (WIC) "Manual of Millwork ".
06200
Pagel of 3
9 0
2.02 MATERIALS:
A. General:
1. Net sizes are indicated. Provide dressed or worked and dressed lumber, as
applicable, manufactured to the actual sizes as required by PS 20 or to actual sizes
and patterns as shown, unless otherwise indicated.
2. Moisture Content of Softwood Lumber: Provide seasoned (KD) lumber
having a moisture content from time of manufacture until time of installation not
greater than values required by the applicable grading rules of the respective
grading and inspecting agency for the species and product indicated.
3. Kiln -dry wood after treatment to a maximum moisture content of 15% for
plywood, 19% for lumber.
4. Inspect each piece of lumber and plywood or each unit of finish carpentry after
drying; do not use twisted, warped, bowed or otherwise damaged or defective
wood.
PART 3- EXECUTION
3.01 INSTALLATION:
A. Discard units of material which are unsound, warped, bowed, twisted, improperly
treated, not adequately seasoned or too small to fabricate work with minimum of
optimum jointing arrangements, or which are of defective manufacturer with respect to
surfaces, sizes or patterns.
B. Install the work plumb, level, true and straight with no distortions. Shim as required
using concealed shims. Install to a tolerance of 1/8" in 8'0" for plumb and level counter
tops; and with 1/16" maximum offset in flush adjoining 1 /8" maximum offsets in
revealed adjoining surfaces.
C. Scribe and cut work to fit adjoining work, and refinish cut surfaces or repair damaged
finish at cuts.
D. Anchor finish carpentry work to anchorage devices or blocking built -in or directly
attached to substrates. Secure to grounds, stripping and blocking with counter- sunk,
concealed fasteners and blind nailing as required for a complete installation. Except
where prefinished matching fasteners heads are required, use fine finishing nails for
exposed nailings, countersunk and filled flush with finished surface, and matching final
finish where transparent is indicated.
06200
Page 2 of 3
0
0
3.02 ADJUSTMENT, CLEANING, FINISHING AND PROTECTION:
A. Repair damaged and defective finish carpentry work wherever possible to eliminate
defects functionally and visually; where not possible to repair properly, replace
woodwork. Adjust joinery for uniform appearance.
B. Clean finish carpentry work on exposed and semi - exposed surfaces. Touch -up shop -
applied finishes to restore damaged or soiled areas.
C. Protection: Installer of finish carpentry work shall advise Contractor of final
protection and maintained conditions necessary to ensure that work will be without
damage or deterioration at time of acceptance.
END OF SECTION 06200
06200
Page 3 of 3
0 0
SECTION 07900 - SEALANTS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. This Section contains specifications pertaining to all weather- sealing and caulking
throughout the project unless specified otherwise, and becomes a part of all sections
containing reference to this Section, or where materials of the types specified in this
Section are required by the drawings.
B. The work includes caulking and sealing of openings and joints indicated, specified,
and required to make entire building weatherproof and watertight.
C. Specific requirements contained in the various trade sections making reference to this
Section supersede general or conflicting requirements herein.
1.03 GENERAL REQUIREMENTS:
A. Warranty: Provide written warranty for all caulking and sealants against all defects of
material for five years and defects of application for a period of two years after date of
acceptance. All failures that may occur within the warranty period, due to defective
application or materials, upon written notification of such failure, shall be repaired or
replaced with proper materials and labor, at no additional cost to the City.
B. Submit to the Engineer samples of the various types (and colors where applicable) of
materials specified, prior to delivery of materials to the job and the portions of the work
for which the materials are intended.
C. Deliver materials to the job in original unopened containers bearing manufacturer's
name, product designation and date of manufacture. Products upon which the shelf date
has expired shall not be permitted on the job.
D. Install materials specified herein in compliance with manufacturer's instructions.
Send copies of manufacturer's instructions to Engineer at least 2 weeks before
application.
07900
Page I of 4
0 0
PART2- PRODUCTS
2.01 MATERIALS:
Use sealants of the following types. Unless specified or directed otherwise, use materials to
match color of adjacent materials. Where adjacent materials on each side of the joint are
different colors, the Engineer will select sealant colors. If the desired color is not available from
one manufacturer, select proper color from another manufacturer.
A. Joint Conditions:
1. Joints between metals, wood and masonry. Sealant ( #2).
2. Expansion and control joints. Sealant ( #3).
3. Exterior sills, jambs, and heads of window frames, door frames, louvers and
similar openings. and where metal, wood or other materials abut or join plaster or
each other, shall have sealant applied around their perimeters. Sealant ( #2).
4. Other exterior joints as indicated or shown.
Sealant ( 91), ( #2) or ( 0).
B. Sealants:
1. Sealant #1 shall be a three -part polyepoxide urethane sealant meeting Federal
Specification TT- S- 00227E, Class A, Type II, such as Tremco Dymeric, as
manufactured by Tremco Incorporated, Cleveland, Ohio, or equal.
2. Sealant #2 shall be a one -part solvent cure acrylic sealant meeting Federal
Specification TT -S -230, such as Tremco Mono, as manufactured by Tremco
Incorporated, Cleveland, Ohio, or equal.
3. Sealant #3 shall be a two -part chemically curing polyurethane meeting Federal
Specification TT- S- 00227E, Class A, Type I, (Self - Leveling) or Class A, Type II
(Non -Sag), such as THC- 900/901, as manufactured by Tremco Incorporated,
Cleveland, Ohio, or equal.
C. Primer for sealants shall be as recommended by sealant manufacturer.
D. Joint filler for sealant shall be a closed cell, non - absorbent, non - staining material such
as Ethafoam as manufactured by Dow.
E. Bond breakers shall be as recommended by sealant manufacturer.
F. Materials shall be delivered to the job in sealed containers with manufacturer's
original labels attached. Materials shall be used according to manufacturer's printed
instructions. Color of all sealants, shall be as selected by the Engineer from
manufacturer's standard colors.
07900
Page 2 of 4
0
PART 3- EXECUTION
3.01 MANUFACTURER'S INSPECTION:
A. Provide sealant manufacturer's inspection of conditions prior to start of the work and
initial supervision at the start of each application, in order to insure that any physical
conditions which would result in defective work are properly corrected before materials
are applied, that properly instructed personnel are available to do the work, and that
proper procedures are being followed. Provide such inspection and supervision by
qualified personnel. Report all unsatisfactory conditions existing at the time of
inspection in writing to the Contractor for correction before proceeding with the work.
B. Notify the manufacturer or distributor at least 72 hours prior to the time inspection is
required.
3.02 PREPARATION:
A. Joints and surfaces, which are to be caulked or sealed, shall be clean, dry and free of
dust, loose mortar and other foreign materials.
B. Clean Ferrous metals of all rust, mill scale and coatings by wire brush, grinding or
sandblasting. Remove oil, grease and/or temporary protective coatings with high
performance cleaners, as approved by sealant manufacturer, such as Tremco #200
cleaner.
C. Joint dimensions for sealant should be reviewed and installed in accordance with
sealant manufacturer's printed instructions. In no case should the sealant application be
less than 1/4 inch wide, and 1/4 inch deep, except in specific metal -to -metal curtain wall
applications, and then as recommended by the sealant manufacturer.
Joint depth, for Sealants #1, #2 and #3, shall not exceed its width for joints ranging from
1/4 inch to 1/2 inch wide. For joints over 1/2 wide, the depth of sealant shall be no more
than 1/2 to 5/8 inch.
D. Masonry joint surfaces shall be wire brushed, then air -blown clean. The joint
interface must be free of form release agents or chemical retarders, which may interfere
with sealant adhesion and performance.
E. Sealants shall not be applied to masonry joints where a water repellent or masonry
preservative has been applied prior to caulking. Waterproofing treatments should be
applied after caulking.
F. Do not caulk joints until they are in compliance with requirements of the approved
manufacturer of the materials, the details as shown on the drawings, and the specific
requirements of other sections of the specification.
07900
Page 3 of 4
3.03 APPLICATION:
rI
A. Install joint backing with a blunt instrument so as not to puncture the surface skin.
Size of joint backing should be determined by taking the joint width and adding 25% to
assure proper compression of backing rod.
B. Apply sealant with a caulking gun, using proper nozzles. Use sufficient pressure to
properly fill the joints with sealant to the back -up material.
C. After joints have been completely filled, they shall be neatly tooled to eliminate air
pockets or voids, and to provide a smooth, neat appearing finish in intimate contact with
interfaces and without lapping over onto exposed finished faces. After tooling, surface of
sealant shall be free of ridges, wrinkles, sags, air pockets and embedded impurities.
D. Immediately clean adjacent materials, which have been soiled; leave work in a neat,
clean condition.
E. Major authorities recommend a 40 °F minimum application temperature for joint
sealing installations because of the possibility of moisture and/or frost contamination on
sealing surfaces. However, it is recognized that applications must be made at lower
temperatures. When this is necessary, steps must be taken to assure clean, dry, frost -free
surfaces, and must be approved by the Contractor.
3.04 WORKMANSHIP:
Workmanship shall be of the highest quality in accordance with the best practice and in strict
compliance with the recommendations of the manufacturer of the materials being used. The
Contractor shall be prepared to show evidence of workmanship of jobs at least three years old.
END OF SECTION 07900
07900
Page 4 of 4
• •
SECTION 08110 - STEEL DOORS, LOUVERS AND FRAMES
PARTI- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of work is indicated and scheduled on drawings, and by provisions of this section
including:
A. Steel Doors.
B. Steel Door Frames.
C. Steel Gate Openings
1.03 QUALITY ASSURANCE:
A. Complying with Steel Door Institute "Recommended Specifications: Standard Steel
Doors and Frames" (SDI -100) and as herein specified.
1.04 SUBMITTALS:
A. Product Data: Submit manufacturer's technical product data substantiating that
products comply with requirements.
B. Shop Drawings: Submit for fabrication and installation of steel doors and frames.
Include elevations of door design types, location and installation requirements of finish
hardware and reinforcements, and details of joints and connections. Show anchorage and
accessory items.
1. Provide schedule using same reference numbers for details and openings as
those on contract drawings.
1.05 DELIVERY, STORAGE AND HANDLING:
A. Deliver steel work packaged to provide protection during transit and job storage.
B. Inspect hollow metal work upon delivery for damage. Minor damages may be
repaired provided finish items are equal in all respects to new work and acceptable to
Architect; otherwise, remove and replace damaged items as directed.
08110
Page 1 of 3
0 9
PART2- PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS:
A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering steel doors and frames which may be incorporated in the work include; but are
not limited to, the following:
1. Allied Steel Products, Inc.
2. Krieger Fenestra Corp.
3. Republic Builders Products Corp. /Subs. Republic Steel
2.02 MATERIALS:
A. Hot - Rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and
oiled, complying with ASTM A 569 and ASTM A 568.
B. Cold- Rolled Steel Sheets: Commercial quality carbon steel, complying with ASTM
A 366 and ASTM A 568.
C. Louvers: Sight proof, stationary type 24 gage cold rolled steel in 20 gage frame, size
as shown or indicated to match existing opening or louvers. Paint as described below.
D. Shop Applied Paint:
1. Primer: Rust - inhibitive enamel or paint, either air - drying or baking, suitable as
a base for specified finish paints.
2.03 FABRICATION. GENERAL:
A. Fabricate steel door and frames to be rigid, neat in appearance and free from defects,
warp or buckle. Comply with SDI -100 requirements: SDI -100, Grade III, extra heavy -
duty, Model 2, minimum 16 -gage faces. Frame comers shall be mitered, reinforced and
continuously welded full depth and width of frame. Knock down type frames will not be
accepted. Frames to be minimum 14 gauge galvanized steel sheet.
B. Fabricate exposed faces of doors and panels, including stiles and rails of non -flush
units, frame from only cold - rolled steel.
C. Fabricate exterior doors, panels, and frames from galvanized sheet steel. Close top
and bottom edges of exterior doors as integral part of door construction or by addition of
minimum 16 -gage inverted steel channels.
D. Exposed Fasteners: Unless otherwise indicated, provide countersunk flat Phillips
heads for exposed screws and bolts.
08110
Page 2 of 3
E. Finish Hardware Preparation: Prepare doors and frames to receive mortised and
concealed finish hardware in accordance with final Finish Hardware Schedule and
templates provided by hardware supplier. Comply with applicable requirements of ANSI
Al 15 series specifications for door preparation for hardware.
F. Reinforce doors to receive surface - applied hardware. Drilling and tapping for
surface - applied finish hardware may be done at project site.
G. Locate finish hardware as indicated on final shop drawings or, if not indicated, in
accordance with "Recommended Locations for Builder's Hardware ", published by Door
and hardware Institute.
H. Mutes shall be provided in all steel frames.
PART 3 - EXECUTION
3.01 INSTALLATION:
A. General: Install standard steel doors and frames in accordance with final shop
drawings and manufacturer's data, and as herein specified.
3.02 ADJUST AND CLEAN:
A. Prime Coat Touch -up: Immediately after erection, sand smooth any rusted or
damaged areas of prime coat and apply touch -up of compatible air - drying primer.
B. Final Adjustments: Check and readjust operating finish hardware items, leaving steel
doors and frames undamaged and incomplete and proper operating condition.
END OF SECTION 08110
08110
Page 3 of 3
• 0
SECTION 08200 - WOOD DOORS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent and location of each type of wood door is shown on drawings and in
schedules.
B. Types of doors required include the following:
1. Solid core flush wood doors with factory primed finish.
1.03 QUALITY ASSURANCE:
A. General: Comply with requirements of the following standards unless otherwise
indicated.
B. Wood Doors: NWMA Industry Standard 1 -73 "Wood Flush Doors" of the National
Woodwork Manufacturer's Association.
1. Factory mark each door with the NWMA "Quality Certified" Seal of Approval
for conformance with NWMA I.S. -l.
C. Fire -Rated Assemblies: Where fire -rated door assemblies are indicated or required,
provide fire- rating that comply with NFPA 80 "Standard for Fire Doors and Windows ",
and have been tested, listed and labeled in accordance with ASTM E 152
.04 SUBMITTALS:
A. Product Data: Submit door manufacturer's product data, specifications and
installation instructions for each type of wood door.
B. Samples: Submit door section sample 12" x 12" of type to be used.
C. Label Construction Certification: For door assemblies required to be fire- rated,
submit manufacturer's certification for that each door has been constructed to conform to
design, materials and construction equivalent to requirements for labeled construction.
D. Specific Product Warranty: Submit written agreement in door manufacturer's
standard form signed by Manufacturer, Installer and Contractor, agreeing to repair or
replace defective doors which have warped (bow, cup, or twist) or which show
08200
Page I of 3
0 0
photographing of construction below in face veneers, or do not conform to tolerance
limitations of NWMA.
1. The warranty shall also include refinishing and reinstallation which may be
required due to repair or replacement of defective doors.
2. Warranty shall be in effect during following period of time after date of
substantial completion.
3. Solid Core Flush Exterior Doors: 5 Years
4. Solid Core Flush Interior Doors: Life of Installation.
1.05 PRODUCT DELIVERY, STORAGE AND HANDLING:
Protect doors during transit, storage and handling to prevent damage, soiling and deterioration.
Comply with the "on -Site Care" recommendations of NWMA pamphlet "Care and Finishing of
Wood Doors" and with manufacturer's instructions.
PART2- PRODUCTS
2.01 MATERIALS AND COMPONENTS:
General: Provide doors complying with applicable requirements of NWMA I.S. -1 for kinds and
types of doors indicated and as specified.
2.02 INTERIOR WOOD DOORS:
A. Solid Core Wood Doors: WEYERHAEUSER Timblend DPC -1
1. Type II water - resistant bond.
2. Core Construction: Solid wood block, wood particleboard as required by door
manufacturer to comply with specified warranty period.
2.03 EXTERIOR WOOD DOORS:
A. Solid Core Wood Doors: WEYERHAEUSER Timblend DPC -1
1. Type II water - resistant bond.
2. Core Construction: Solid wood block, wood particleboard.
08200
Page 2 of 3
PART 3 - EXECUTION
3.01 INSPECTION:
A. Installer must examine door frames and verify that frames are correct type and have
been installed as required for proper hanging of corresponding doors and notify
Contractor in writing of conditions detrimental to proper and timely installation of wood
doors. Do not proceed with installation until unsatisfactory conditions have been
corrected in a manner acceptable to Installer.
3.02 INSTALLATION:
A. Condition doors to average prevailing humidity in installation area prior to hanging.
B. Hardware: For installation see Division -8 "Finish Hardware" section of these
specifications.
C. Manufacturer's Instructions: Install doors in accordance with manufacturer's
instructions and as shown.
D. Job Fit Doors: Align doors to frame for proper fit and uniform clearance at each edge
and machine for hardware. Seal cut surfaces after fitting and machining.
E. Clearance: Provide clearances of 1/8" at jambs and heads; 1/8" at meeting stiles for
pairs of doors; and 1/2" from bottom of door to top of decorative floor finish or covering.
Where threshold is shown or scheduled, provide 1/8" clearance from bottom of door to
top ofthreshold.
3.03 ADJUST AND CLEAN:
A. Operation: Re -hang or replace doors, which do not swing or operate freely, as
directed by Architect.
B. Protection and Completed Work: Advise Contractor of proper procedures required
for protection of installed wood doors from damage or deterioration until acceptance of
work.
END OF SECTION 08200
08200
Page 3 of 3
SECTION 08700 - FINISH HARDWARE
PART 1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Definition: "Finish Hardware" includes items known commercially which are required for swing
doors, except special types of unique and non - matching hardware specified in the same section
as the door and door frame. Types of items in this section include (but are not necessarily
limited to):
1. Hinges
2. Lock cylinders and key
3. Lock and latch sets
4. Bolts
5. Closers
6. Fasteners: All fasteners shall be Stainless Steel, Phillips Drive
1.03 QUALITY ASSURANCE:
Hardware supplier shall be a direct factory contract supplier who has in his employment a
certified hardware consultant (AHC) who is available at all reasonable times during the course of
the Work for project hardware consultation to the Engineer and Contractor.
A. Exit Doors: Openable at all times from the inside without the use of a key or any
special knowledge or effort.
1.04 SUBMITTALS:
A. Product Data: Submit manufacturer's product data containing drawings or cuts of all
hardware items at same time hardware schedule is submitted. Make submittal in a neat
brochure form and include an index list of all items, with manufacturer's names and
catalog numbers. Furnish all hardware as listed.
B. Hardware Schedule: Submit six copies of schedule at earliest possible date prior to
delivery of hardware. Organize schedule into "Hardware Sets" with an index of doors
and heading, indicating complete designations of every item required for each door or
opening.
08800
Page 1 of 5
0 0
C. Templates: Furnish hardware templates to each fabricator of doors, frames and other
work to be factory prepared for the installation of hardware.
1.05 DELIVERY, STORAGE, AND HANDLING:
A. Acceptance at Site: Individually package each unit of finish hardware complete with
proper fastening and appurtenances, clearly marked on the outside to indicate contents
and specific locations in the Work.
B. Deliver packaged hardware items at the times and to the locations (shop or field) for
installation, as directed by the Contractor.
1.06 JOB CONDITIONS:
A. Coordination: Coordinate hardware with other work. Furnish hardware items of
proper design for use on doors and frames of the thickness, profile, swirg, security and
similar requirements indicated, as necessary for proper installation and function,
regardless of omissions or conflicts in the information on the Contract Documents.
B. Installation shall conform to local governing agency security ordinance.
1.07 WARRANTY:
A. Provide factory guarantee from hardware supplier as follows:
1. Closers: Five Years.
2. All other hardware: Two Years.
PART2- PRODUCTS
2.01 SCHEDULED HARDWARE:
Requirements for design, grade, function, finish, size and other distinctive qualities of each type
of hardware is indicated in the Schedule.
2.02 MANUFACTURERS:
A. Approval of manufacturers.
Item Manufacturer Acceptable Substitute
Hinges
Stanley
McKinney, Mont -Hard
Locks
Schlage
None
Panics
Von Duprin
None
Closers
LCN
None
Silencers
Hager
Builders Brass Quality
Kickplates
Hager
Builders Brass Quality
08800
Page 2 of 5
Stops & Holders
Hager
Thresholds
Reese
Seals & Bottoms
Reese
Cabinets
Lund
0
Builders Brass Quality
Builders Brass Quality
Pemko
None
B. Furnish all items of hardware required to complete the work in accordance with the
manufacturer's instructions. Items of hardware not specified shall be provided even
though inadvertently omitted from this specification. Items shall be of equal quality and
type.
C. Where the exact types of hardware specified are not adaptable to the finished shape or
size of the members requiring hardware, furnish suitable types having as nearly as
practicable the same operation and quality of the type specified, subject to Engineer's
approval.
2.03 MATERIALS:
A. Locksets: All locksets and latchsets shall be as specified. Strikes shall be 16 gage
curved steel, bronze or brass with 2" deep box construction, and have lips of sufficient
length to clear trim and protect clothing.
1. Locks shall have minimum 1/2 inch throw. All deadbolts shall have 1 -inch
minimum throw.
2. Comply with requirements of local security ordinances.
3. Lock Series and Design: Schlage D Series
B. Hinges: Outswinging exterior doors shall have non removable (NRP) pin. All hinge
open width shall be 180 degrees. Furnish hinges with Stainless Steel pins and flush
bearings.
1. Furnish 3 hinges per leaf to 7 foot 6 inch height. Add one hinge for each
additional 30 inches in height or fraction thereof.
2. Exterior hinges with prime finish shall have Mont -Hard K base.
3. Size listed in Hardware Sets indicates height by width.
C. Floor hinges shall have maximum degree dead stop permitted by trim of adjacent
structure. Furnish special pins and longer spindles as may be required.
D. Surface Door Closers: Full rack and pinion type with removable non - ferrous case and
cast iron body. Provide sex bolts and grommets at all doors. Place Closers inside
building, stairs, and rooms. Closers shall be non - handed, non - sized, and adjustable
where otherwise listed.
LDrop brackets are required at narrow head rails.
08800
Page 3 of 5
P
0
E. Seals: All seals shall be finished to match adjacent frame color. Solid neoprene to be
MIL Spec. R6855 -CL III, Grade 40. Sponge neoprene to be MIL Spec. R6130, Type II,
Group C.
F. Screws: All exposed screws shall be Stainless Steel Phillips Head.
G. Silencers: Furnish silencers for interior hollow metal frames, 3 for single doors, 4 for
pairs of doors. Omit where sound or light seals occur, or for fire- resistive rated door
assemblies.
2.04 FINISH:
A. Stainless Steel or match existing finish unless noted otherwise. Review with CITY
prior to using or bidding any finish other than stainless steel.
B. Spray door closers to match other hardware, unless otherwise noted. Do not paint
model number tags.
C. Color of seals to match frame color.
D. All fasteners shall be Stainless Steel
2.05 KEYING REQUIREMENTS:
A. Keying of cylinder locks shall be coordinated with the CITY / Engineer. For
estimate, use master keying charge. Keying system shall be as existing and shall be
approved by Engineer in writing. All exterior doors one KA set x 3 change keys. Stamp
all keys 'Do not Duplicate" and with key number to match approved keying system. All
keys to be from brass or steel blanks.
PART 3 - EXECUTION
3.01 HARDWARE LOCATIONS:
A. Hinges:
1. Bottom Hinge: 10 inches from door bottom to bottom of hinge.
2. Top Hinge: 5 inches from door top to top of hinge.
3. Center Hinge: Center between top and bottom hinge.
B. Lock: 38 inches from finished floor to center of lever or knob.
C. Push Bar: 45 inches from bottom of door to center of bar.
D. Push Plate: 48 inches from bottom of door to center of plate.
08800
Page 4 of 5
0
0
E. Pull Plate: 42 inches from bottom of door to center of pull.
F. Closers: Mount on room side of doors only (no through bolt attachments).
3.02 INSTALLATION:
A. Install each hardware item per manufacturer's instructions and recommendations. Do
not install surface mounted items until finishes have been completed on the substrate. Set
units plumb, level and true to line and location. Adjust and reinforce the attachment
substrate as necessary for proper installation and operation.
3.03 ADJUSTING:
A. Adjust and check each operating item of hardware and each door, to ensure proper
operation or function of every unit. Replace units which cannot be adjusted to operate
freely and smoothly and to comply with all current ADA regulations.
3.04 SCHEDULE:
A. Numeric legend of listed manufacturers:
I. Mont -Hard.
2. Schlage Lock Company.
3. LCN Closers.
4. Hagar
5. Reese Enterprises.
6. Lund.
7. Adams Rite.
8. Rixson
9. Stanley
10. City of Newport Beach (CNB) Sign Shop
B. The items to be replaced shall conform throughout to the requirements of the
foregoing specification. The Mfg. column of numbers in the Hardware Schedule below
refers to the manufacturer abbreviation listed above.
C. Hardware that shall be replaced shall be as noted on the plans or as determined to be
replaced by the CITY project manager.
END OF SECTION 08700
08800
Page 5 of 5
0 0
SECTION 09250 - GYPSUM DRYWALL
PART 1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Interior and exterior drywall where shown on drawings, finished to a smooth level surface ready
for finish treatment of paint.
1.03 QUALITY ASSURANCE:
A. Gypsum Board material, methods, and installation shall comply with standard
Architectural Specifications as printed by "United States Gypsum Company ". Where
drawings or specifications do not specifically indicate requirement, the USG
Specifications shall apply. This will include materials, application, details, finishing and
workmanship.
1.04 SUBMITTALS:
Product Data: Submit manufacturer's product specifications and installation instructions for each
gypsum drywall component.
1.05 JOB CONDITIONS:
Environmental Conditions: Comply with referenced standards.
PART2- PRODUCTS
2.01 GYPSUM BOARD:
Provide types as indicated and required in maximum lengths available to minimize joints.
A. Gypsum Board ASTM C 36, 5/8" thick.
B. Water Resistant ASTM C 630, 5/8" thick. "Greenboard" or equal
C. Exterior ASTM C 931, 5/8" thick.
D. Type:
1. Water resistant "Greenboard" at all areas.
09250
Page I of 3
2.02 TRIM ACCESSORIES:
0
A. General: ASTM C 840 provide manufacturer's standard trim accessories of types
indicated for drywall work, formed of zinc alloy unless otherwise indicated.
2.03 JOINT TREATMENT MATERIALS:
A. General: ASTM C 473; type recommended by the manufacturer for the application
indicated, except as otherwise indicated.
B. Joints, fastener, corners and trim shall be feathered out onto panel face and sanded
smooth so as to not be visible when surface finishes are applied over gypsum board.
2.04 MISCELLANEOUS MATERIALS:
A. General: Provide auxiliary materials for gypsum drywall work of the type and grade
recommended by the manufacturer of the gypsum board.
B. Gypsum Board Fasteners: Comply with GA -216. (Screw attachments only, nailing
of board is not acceptable.)
C. Concealed Acoustical Sealant: USG Acoustical Sealant.
2.05 FINISHES:
A. Primer: Of type recommended by manufacturer of texture finish.
PART 3- EXECUTION
3.01 GENERAL GYPSUM BOARD INSTALLATION REQUIREMENTS:
A. Pre - Installation Conference: Meet at the project site with the installers of related
work and review the coordination and sequencing of work to ensure that everything to be
concealed by gypsum drywall has been accomplished, and that chases, access panels,
openings, supplementary framing and blocking and similar provisions have been
completed.
B. Gypsum Panel Erection shall comply with USG printed specifications. Place panels
parallel to framing. Attach panels to framing supports by power driven USG screws.
C. Accessories: Joint system, comer beads, meter trim, screws and miscellaneous shall
conform to USG printed specifications.
D. Isolate drywall construction from abutting structural and masonry work; provide edge
trim and acoustical sealants as recommended by manufacturer.
E. Install wall/partition boards vertically to avoid end -butt joints wherever possible
09250
Page 2 of 3
0
0
F. Install water resistant gypsum board where required by code in all wet areas, restroom
interiors, and typical all walls in wet areas.
3.02 FINISHES:
Gypsum Board surfaces that are exposed to view shall match the immediate adjacent drywall
surface.
3.03 PROTECTION OF WORK:
Installer shall advise Contractor of required procedures for protecting gypsum drywall work from
damage and deterioration during remainder of construction period.
END OF SECTION 09250
09250
Page 3 of 3
0
0
SECTION 09300 - TILE
PART1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Definitions: Tile includes ceramic surfacing units made from clay or other ceramic
materials. The types or work of this section include:
1. Ceramic Mosaic Tile.
2. Glazed Ceramic Tile.
3. Ceramic Floor Tile.
1.03 QUALITY ASSURANCE:
A. Manufacturer: Provide products by one of the following for each type of tile:
1. American Olean Tile.
2. Dal -Tile
B. Tile Manufacturing Standard: TCA 137.1 Furnish tile complying with Standard
Grade requirements unless indicated otherwise.
Provide materials obtained from one source for each type and color of tile, grout, and
setting materials.
1.04 SUBMITTALS:
A. Product Data: Submit manufacturer's product data and installation instructions for
materials required.
B. Certification: Fumish Master Grade Certificate for each type of tile, signed by
manufacturer and Installer.
C. Samples: Submit 3 samples of each type, color, and texture of tile mounted on 12"
square backing with joints grouted. And one sample of cove, base, or special tile
accessory such as comers to match.
09801
Page 1 of 4
PART2- PRODUCTS
2.01 CERAMIC:
A. Furnish porcelain type, with all- purpose edges and patterns to be selected on basis of
American Olean Price Range B, Master -Set mounted.
B. Size:
1. As required for replacement of existing tile.
C. Verify color with Engineer and CITY.
2.03 MORTAR AND GROUT:
A. Dry-Set Mortar: Factory sanded Portland cement and additives; ANSI A 118.1. Use
only the type of dry-set mortar to set types of tile for which they are labeled.
B. Latex - Portland Cement Mortar: Latex modified Portland cement dry-set mortar;
ANSI A 118.4.
C. Commercial Cement Grout: Proprietary compound of Portland cement and additives,
factory blended to decrease shrinkage and increase moisture resistance. Color as selected
by Architect from manufacturer's standard.
D. Products offered by manufacturers to comply with requirements include the
following:
1. Hydroment Ceramic Tile Grout Joint filler: The Upco CoJUSM Corp.
2. L &M Acid -R Grout; L &M -Surco Mfg. Inc.
PART 3- EXECUTION
3.01 TILE INSTALLATION STANDARDS:
A. ANSI Standards: Comply with applicable requirements of the following, except as
otherwise indicated.
1. ANSI A108.1: Tile installed with Portland cement mortar.
2. ANSI A108.05: Tile installed with dry-set Portland cement mortar or latex -
Portland cement mortar.
B. Comply with manufacturer's instructions for mixing and installation of proprietary
materials.
09801
Page 2 of 4
3.02 INSTALLATION:
A. Extend tile work into recesses and under or behind equipment and fixtures, to form a
complete covering without interruptions, except as otherwise shown. Terminate work
neatly at obstructions, edges and comers without disrupting pattern or joint alignments.
B. Accurately form intersections and returns. Perform cutting and drilling of tile without
marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish or built -in
items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures and
other penetrations so that plates, collars, or covers overlap tile.
C. Placement Methods: Install tile using the following setting beds as shown or
scheduled. If not otherwise indicated, use Portland cement mortar where thickness and
substrate permits.
1. Thin -set Installations:
a. Dry-set Portland cement mortar or latex - Portland cement mortar.
2. Mortar Bed Installations:
a. Set tile into 1/2" mortar bed with mesh reinforcement or on
"Wonderboard" underlayment or approved equal.
D. Jointing Pattern: Unless otherwise shown, lay tile in grid pattern. Align joints when
adjoining tiles on floor, base, walls and trim are same size. Layout tile work and center
the fields in both directions in each space of on each wall area. Adjust to minimize tile
cutting. Provide uniform joint widths, unless otherwise shown.
E. Grout:
1. Use commercial cement grout for grouting tile wall joints, unless otherwise
shown. Color to match adjacent tile as selected by the engineer.
3.03 CLEANING AND PROTECTION:
A. Cleaning: Upon completion of placement and grouting, clean all tile surfaces so they
are free of foreign matter. Unglazed tile may be cleaned with acid solutions only when
permitted by tile and grout manufacturer's printed instructions, but not sooner than 14
days after installation. Protect metal surfaces, cast iron and vitreous plumbing fixtures
from effects of acid cleaning. Flush surface with clean water before and after cleaning.
B. Finished Tile Work: Leave finished installation clean and free of cracked, chipped,
broken, unbonded, or otherwise defective tile work.
C. Protection: When recommended by tile manufacturer, apply a protective coat of
neutral protective cleaner to completed tile walls and floors. Protect installed tile work
with Kraft paper or other heavy covering during construction period to prevent damage
09801
Page 3 of 4
0 0
and wear. Prohibit foot and wheel traffic from using tilted floors for at least 3 days after
grouting is completed. Before final inspection, remove protective coverings and rinse
neutral cleaner from tile surfaces.
� ►1� i7 ��� (�1► L I iii I Z � 7
09801
Page 4 of 4
0
SECTION 09801 — SPECIAL COATINGS — PIGMENTED ANTI GRAFFITI
PART1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of painting work is shown on drawings and as herein specified.
B. The work includes painting and finishing of interior and exterior exposed items and
surfaces throughout project, except as otherwise indicated.
C. "Paint" as used herein means all coating systems materials, including primers,
emulsions, enamel, stains, sealers and fillers, and other applied materials whether
used as prime, intermediate or finish coats.
D. Do not paint over any code required labels, such as Underwriter's Laboratories and
Factory Mutual, or any equipment identification, performance rating, name, or
nomenclature plates.
1.03 SUBMITTALS:
A. Product Data: Submit manufacturer's technical information including coating label
analysis and application instructions for each material proposed for use.
B. Samples: Submit samples for Engineer's review of color and texture only. Provide a
listing of material and application for each coat of each finish sample.
1.04 DELIVERY AND STORAGE:
A. Deliver materials to job site in original, new and unopened packages and containers
bearing manufacturer's name and label.
B. Store paint material in clean, safe area that will not be hazardous to workman, or
project. Storage and handling shall comply with manufacturer's recommendations.
1.05 JOB CONDITIONS:
A. Apply paint and paint products only when temperatures of surface and surrounding
air temperatures and condition conform to paint manufacturer's printed requirements.
09801
Page I of 4
0
PART 2- PRODUCTS
2.01 ANTI GRAFFITI:
0
A. "ARMAGLAZE WB 6000" Anti - Graffiti Coating as Mfg. By Aquarius Coatings,
Inc.
B. "ARMACLEAR Sealek, Safe -T- Primer" as Mfg. By Aquarius Coatings, Inc.
2.02 COLORS AND FINISHES:
A. Colors in all cases shall match the existing color unless noted otherwise, surface
treatments, and finishes, are indicated in "drawings" of the contract documents.
B. Prior to beginning work Engineer will furnish color chips for surfaces to be painted.
Use represented colors when preparing samples for review.
C. Color Pigments: Pure, mfg types to suit substrates and service indicated.
D. Paint Coordination: Provide (2) finish coats of sealer. Review other sections of these
specifications in which prime paints are to be provided to ensure compatibility of total
coatings system for various substrates. Upon request from other trades, furnish
information on characteristics of finish materials proposed for use, to ensure compatible
prime coats are used. Provide barrier coats over incompatible primers or remove and re-
prime as required. Notify Engineer in writing of any anticipated problems using
specified coating systems.
2.03 MATERIAL QUALITY:
A. Provide best quality grade of coatings as manufactured by acceptable coating
materials manufacturer. Materials not displaying manufacturer's identification as a
standard, best grade product will not be acceptable.
1.0 Manufacturer shall be:
a. Aquarius Coatings, Inc. Distributed by ICI /Sinclair Paints
B. Provide undercoat sealer and topcoat sealer produced by same manufacturer as finish
coats. Use only thinners approved by paint manufacturer, and use only within
recommended limits.
PART 3- EXECUTION
3.01 INSPECTION:
A. Applicator must examine areas and conditions under which painting work is to be
applied and notify Contractor in writing of conditions detrimental to proper and timely
completion of work. Do not proceed with work until unsatisfactory conditions have been
corrected in a manner acceptable to Applicator.
09801
Page 2 of 4
0 0
B. Starting of painting work will be construed as Applicator's acceptance of surfaces and
conditions within any particular area.
C. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions
otherwise detrimental to formation of a durable paint film.
3.02 SURFACE PREPARATION:
A. General: Perform preparation and cleaning procedures in accordance with paint
manufacturer's instructions and as herein specified, for each particular substrate
condition.
B. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures,
and similar items in place and not to be finish painted, or provide surface applied
protection prior to surface preparation and painting operations. Remove, if necessary, for
complete painting of items and adjacent surfaces. Following completion of painting of
each space or area, reinstall removed items.
3.03 MATERIALS PREPARATION:
A. Mix and prepare painting materials in accordance with manufacturer's directions.
B. Store materials not in actual use in tightly covered containers. Maintain containers
used in storage, mixing and application of paint in a clean condition, free of foreign
materials and residue.
C. Stir materials before application to produce a mixture of uniform density, and stir as
required during application. Do not stir surface film into material. Remove film, and, if
necessary, strain material before using.
3.04 APPLICATION:
A. General: Apply in accordance with manufacturer's directions. Use applicators and
techniques best suited for substrate and type of material being applied.
1. Give special attention to insure that surfaces, including edges, comers, crevices,
welds, and exposed fasteners receive a dry film thickness equivalent to that of flat
surfaces.
B. Scheduling Painting: Apply first coat material to surfaces that have been cleaned,
pre - treated or otherwise prepared for painting as soon as practicable after preparation and
before subsequent surface deterioration.
C. Minimum Coating Thickness: Apply materials at not less than manufacturer's
recommended spreading rate, to establish a total dry film thickness as indicated or, if not
indicated, as recommended by coating manufacturer.
09801
Page 3 of 4
D. Prime Coats: Apply prime coat of material, which is required to be painted or
finished, and which has not been prime coated by others. Recoat primed and sealed
surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure
a finish coat with no burn - through or other defects due to insufficient sealing.
E. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth
surface of uniform finish, color, appearance and coverage. Cloudiness, spotting,
holidays, laps, brush marks, runs, sags, or other surface imperfections will not be
acceptable.
F. Completed Work: Match approved samples for color, texture and coverage. Remove,
refinish or repaint work not in compliance with specified requirements.
3.05 CLEAN -UP AND PROTECTION:
A. Clean-Up: During progress of work, remove from site discarded paint materials,
rubbish, cans and rags at end of each workday. No debris from painting or other
operations is to be placed into city trash containers.
B. Protection: Protect work of other trades, whether to be painted or not, against damage
by painting and finishing work. Correct any damage by cleaning, repairing or replacing,
and repainting, as acceptable to Engineer.
1. Provide "Wet Paint' signs as required to protect newly painted finishes.
Remove temporary protective wrappings provided by others for protection of their
work, after completion of painting operations.
2. At the completion of work of other trades, touch -up and restore all damaged or
defaced painted surfaces.
END OF SECTION 09801
09801
Page 4 of 4
0 9
SECTION 09900 - PAINTING
PART1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of painting work is shown on drawings and as herein specified.
B. The work includes painting and finishing of interior and exterior exposed items and
surfaces throughout project, except as otherwise indicated. Surface preparation, priming
and coats of paint specified are in addition to shop priming and surface treatment
specified under other sections of work.
C. "Paint" as used herein means all coating systems materials, including primers,
emulsions, enamel, stains, sealers and fillers, and other applied materials whether used as
prime, intermediate or finish coats.
D. Paint exposed surfaces whether or not colors are designated in "schedules ", except
where natural finish of material is specifically noted as a surface not to be painted.
Where items or surfaces are not specifically mentioned, paint same as adjacent similar
materials or areas. If color or finish is not designated, Engineer will select these from
standard colors available for materials systems specified.
E. Shop Priming: Unless otherwise specified, shop priming of ferrous metal items is
included under various sections for structural steel, miscellaneous metal, hollow metal
work, and similar items.
F. Prefinished Items: Unless otherwise indicated, do not include painting when factory
finishing or installer finishing is specified for such items as (but not limited to) metal
toilet enclosure, prefinished partition systems, acoustic materials, architectural woodwork
and casework, finished mechanical and electrical equipment including light fixtures,
doors and equipment.
G.Do not paint over any code required labels, such as Underwriter's Laboratories and
Factory Mutual, or any equipment identification, performance rating, name, or
nomenclature plates.
1.03 SUBMITTALS:
A. Product Data: Submit manufacturer's technical information including paint label
analysis and application instructions for each material proposed for use.
09900
Page 1 of 6
0 0
B. Samples: Submit samples for Engineer's review of color and texture only. Provide a
listing of material and application for each coat of each finish sample.
1.04 DELIVERY AND STORAGE:
A. Deliver materials to job site in original, new and unopened packages and containers
bearing manufacturer's name and label.
B. Store paint material in clean, safe area that will not be hazardous to workman, or
project. Storage and handling shall comply with manufacturer's recommendations.
1.05 JOB CONDITIONS:
A. Apply paint and paint products only when temperatures of surface and surrounding
air temperatures and condition conform to paint manufacturer's printed requirements.
PART 2- PRODUCTS
2.01 COLORS AND FINISHES:
A. Paint colors in all cases shall match the existing color unless noted otherwise, surface
treatments, and finishes, are indicated in "drawings" of the contract documents.
B. Prior to beginning work Engineer will furnish color chips for surfaces to be painted.
Color will be custom blended, as selected by Engineer. Use represented colors when
preparing samples for review.
C. Color Pigments: Pure, non - fading, applicable types to suit substrates and service
indicated.
D. Paint Coordination: Provide finish coats that are compatible with prime paints used.
Review other sections of these specifications in which prime paints are to be provided to
ensure compatibility of total coatings system for various substrates. Upon request from
other trades, furnish information on characteristics of finish materials proposed for use, to
ensure compatible prime coats are used. Provide barrier coats over incompatible primers
or remove and re -prime as required. Notify Engineer in writing of any anticipated
problems using specified coating systems with substrates primed by others.
2.02 MATERIAL QUALITY:
A. Provide best quality grade of various types of coatings as regularly manufactured by
acceptable paint materials manufacturers. Materials not displaying manufacturer's
identification as a standard, best grade product will not be acceptable.
1. Proprietary names used to designate colors or materials are not intended to
imply that products of name manufacturers are required to exclusion of equivalent
products of other manufacturers.
09900
Page 2 of 6
0
2. Manufacturer's shall be of quality or better, of the following:
a. Sinclair Paint Co.
b. Dunn - Edwards Paint Co.
B. Provide undercoat paint produced by same manufacturer as finish coats. Use only
thinners approved by paint manufacturer, and use only within recommended limits.
2.03 EXTERIOR PAINT SYSTEMS (EPS):
A. Provide the following paint systems for various substrates as indicated (on the
drawings and specified herein).
PI Gypsum Wallboard
1st Coat: Alklyd Sealer (White)
2nd Coat: Ord Coat: Exterior Flat Acrylic Emulsion.
P2 Concrete and Masonry
I st Coat: Smooth Latex Block Filler
2nd Coat: Exterior Flat Vinyl Acrylic Latex
P3 Ferrous Metal:
1st Coat: Alkyd Inhibitive Primer.
2nd Coat: Alkyd Undercoat
3rd Coat: Exterior Gloss Alkyd Enamel.
2.04 INTERIOR PAINT SYSTEMS (IPS):
Provide the following paint systems for various substrates as indicated on the drawings and
specified herein.
PI Gypsum Drywall (DW), Flat:
1st Coat: Latex Primer. (White)
2nd Coat & 3rd Coat: Flat Vinyl Enamel.
P2 Gypsum Drywall (DW), Eggshell:
1st Coat: Latex Primer. (White)
2nd Coat &3rd Coat: Synthetic Alkyd Low Sheen Enamel.
P3 Gypsum Drywall (DW),Semi Gloss:
09900
Page 3 of 6
0
1st Coat: Latex Primer. (White)
2nd Coat &3rd Coat: Gloss Alkyd Enamel.
P4 Gypsum Drywall (DW) Gloss:
1 st Coat: Latex Primer. (White)
2nd Coat &3rd Coat: Gloss Alkyd Enamel.
P5 Wood, Gloss:
1st Coat: Interior Enamel Undercoater.
2nd Coat &3rd Coat: Gloss Alkyd Enamel.
PART 3- EXECUTION
3.01 INSPECTION:
•
A. Applicator must examine areas and conditions under which painting work is to be
applied and notify Contractor in writing of conditions detrimental to proper and timely
completion of work. Do not proceed with work until unsatisfactory conditions have been
corrected in a manner acceptable to Applicator.
B. Starting of painting work will be construed as Applicator's acceptance of surfaces and
conditions within any particular area.
C. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions
otherwise detrimental to formation of a durable paint film.
3.02 SURFACE PREPARATION:
A. General: Perform preparation and cleaning procedures in accordance with paint
manufacturer's instructions and as herein specified, for each particular substrate
condition.
B. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures,
and similar items in place and not to be finish painted, or provide surface applied
protection prior to surface preparation and painting operations. Remove, if necessary, for
complete painting of items and adjacent surfaces. Following completion of painting of
each space or area, reinstall removed items.
C. Touch -up shop - applied prime coats wherever damaged or bare, where required by
other sections of these specifications. Clean and touch -up with same type shop primer.
D. Galvanized & Aluminum: Clean free of oil and surface contaminants with non -
petroleum based solvent.
09900
Page 4 of 6
0
3.03 MATERIALS PREPARATION:
A. Mix and prepare painting materials in accordance with manufacturer's directions.
B. Store materials not in actual use in tightly covered containers. Maintain containers
used in storage, mixing and application of paint in a clean condition, free of foreign
materials and residue.
C. Stir materials before application to produce a mixture of uniform density, and stir as
required during application. Do not stir surface film into material. Remove film, and, if
necessary, strain material before using.
3.04 APPLICATION:
A. General: Apply paint in accordance with manufacturer's directions. Use applicators
and techniques best suited for substrate and type of material being applied.
1. Apply additional coats when undercoats, stains or other conditions show
through final coat of paint, until paint film is of uniform finish, color and
appearance. Give special attention to insure that surfaces, including edges,
corners, crevices, welds, and exposed fasteners receive a dry film thickness
equivalent to that of flat surfaces.
2.Finish exterior doors on tops, bottoms and side edges same as exterior faces,
unless otherwise indicated.
3. Plastic faced doors are to have top, bottom and both side edges painted to
match face color.
4. Sand lightly between each succeeding enamel coat.
5. Omit first coat (primer) on metal surfaces, which have been shop -primed and
touch -up painted, unless otherwise indicated.
6. Paint textures on similar adjacent surfaces to match. Example: if door faces
have paint roller texture, door frames shall match roller texture (not brush
texture).
B. Scheduling Painting: Apply first coat material to surfaces that have been cleaned,
pre- treated or otherwise prepared for painting as soon as practicable after preparation and
before subsequent surface deterioration.
C. Minimum Coating Thickness: Apply materials at not less than manufacturer's
recommended spreading rate, to establish a total dry film thickness as indicated or, if not
indicated, as recommended by coating manufacturer.
D. Prime Coats: Apply prime coat of material, which is required to be painted or
finished, and which has not been prime coated by others. Recoat primed and sealed
09900
Page 5 of 6
surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure
a finish coat with no burn- through or other defects due to insufficient sealing.
E. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth
surface of uniform finish, color, appearance and coverage. Cloudiness, spotting,
holidays, laps, brush marks, runs, sags, ropiness or other surface imperfections will not be
acceptable.
F. Completed Work: Match approved samples for color, texture and coverage. Remove,
refinish or repaint work not in compliance with specified requirements.
3.05 CLEAN -UP AND PROTECTION:
A. Clean-Up: During progress of work, remove from site discarded paint materials,
rubbish, cans and rags at end of each workday. No debris from painting or other
operations is to be placed into city trash containers.
B. Protection: Protect work of other trades, whether to be painted or not, against damage
by painting and finishing work. Correct any damage by cleaning, repairing or replacing,
and repainting, as acceptable to Engineer.
1. Provide "Wet Paint' signs as required to protect newly painted finishes.
Remove temporary protective wrappings provided by others for protection of their
work, after completion of painting operations.
2. At the completion of work of other trades, touch -up and restore all damaged or
defaced painted surfaces.
END OF SECTION 09900
09900
Page 6 of 6
0
SECTION 10160 - TOILET PARTITIONS
PART1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of toilet partition work required is shown on drawings, include partitions, trim
and installation.
1.03 QUALITY ASSURANCE:
A. Field Measurements: Take field measurements prior to preparation of shop drawings
and fabrication where possible, to ensure proper fitting of work. However, allow for
adjustments within specified tolerance wherever taking of field measurements before
fabrication might delay work.
B. Coordination: Furnish inserts and anchorages, which must be built into other work
for installation of toilet partitions and related work.
C. Manufacturer: Provide toilet partitions and screens produced by one of the following:
1. Global Steel Products Corp.
2. The Mills Company
3. Bobrick
1.04 SUBMITTALS:
A. Product Data: Submit manufacturer's detailed technical data for materials,
fabrication, and installation, including catalog cuts of anchors, hardware, fastenings, and
accessories.
PART 2- PRODUCTS
2.01 MATERIALS:
A. General: Provide materials, which have been selected for surface flatness and
smoothness. Exposed surfaces, which exhibit, pitting, seam marks, roller marks, stains,
discolorations, telegraphing of core material, or other imperfections on finished units are
not acceptable.
10160
Page 1 of 3
0 0
B. Partitions shall be Floor Braced, Series 500, as manufactured by the Mills
Compartment Company. If it is determined by CITY that floor bracing does not provide
rigid, non - moving panels, ceiling braces may be required.
C. Hardware and Accessories: Manufacturer's standard design, heavy -duty operating
hardware and accessories including hinges, latch and keeper, and door pull. All hardware
and fasteners shall be Stainless Steel. All doors shall have manufacturers provided coat
hook.
2.02 FABRICATION:
A. General:
1. Famish standard doors, panels, screens, and pilasters fabricated for partition
system, unless otherwise indicated. Furnish units with cutouts, drilled holes, and
internal reinforcement to receive partition- mounted hardware, accessories, and
grab bars, as indicated.
2.03 FINISHES:
A. Solid Phenolic material panels at all locations. Color as selected by Engineer.
PART 3 - EXECUTION
3.01 INSPECTION:
Installer must examine areas and conditions under which toilet partitions and related items are to
be installed, including supporting anchors and supports installed by others, and must notify
Contractor in writing of conditions detrimental to proper and timely completion of work. Do not
proceed with work until unsatisfactory conditions have been corrected in manner acceptable to
Installer.
3.02 INSTALLATION:
A. General: Comply with manufacturer's recommended procedures and installation
sequence. Install partitions rigid, straight, plumb, and level. Provide clearances of not
more than 1/2" between pilasters and panels, and not more than 1" between panels and
walls. Secure panels to walls with not less than two stirrup brackets attached near top
and bottom of panel. Locate wall brackets so that holes for wall anchorages occur in tile
joints if applicable. Secure panels to stirrup brackets located to align with stirrup
brackets at wall. Secure panels in position with manufacturer's anchoring devices.
3.03 ADJUST AND CLEAN:
A. Hardware Adjustment: Adjust and lubricate hardware for proper operation. Set
hinges on in swinging doors to hold open approximately 30 degrees from closed position
when unlatched. Set hinges on out swinging doors (and entrance swing doors) to return
to fully closed position.
10160
Page 2 of 3
1i
0
B. Clean exposed surfaces of partition systems using materials and methods
recommended by manufacturer, and provide protection as necessary to prevent damage.
Remove all shipping labels, plastic protection coverings, etc. from surfaces prior to
cleaning.
END OF SECTION 10160
10160
Page 3 of 3
0 0
SECTION 10400 - IDENTIFYING DEVICES
PART1- GENERAL
1.01 RELATED DOCUMENTS
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK
Extent of plaques is indicated on drawings and/or specified herein.
1.03 QUALITY ASSURANCE:
Drawing and specifications are based on one manufacturer's standard products. Another
standard system of similar and equivalent nature will be acceptable when differences do not
materially detract from design concept or intended performance, as judged solely by Engineer.
1.04 SUBMITTALS
Product Data: Submit manufacturer's technical data and installation instructions for plaques.
PART2- PRODUCTS
All signage shall comply with the current Federal Register ADA guidelines with contrasting
colors as indicated on the drawings and shall have Raised Braille symbols to companion the
raised letter text. A Braille to text chart shall be provided for field verification of Braille
symbols.
2.01 MANUFACTURER
Subject to compliance with requirements, provide products that comply with all aspects of the
current title 24 and ADA guidelines. Contractor shall consult with the CITY sign department for
all signs as the first manufacturer option. If signage is not obtained from CITY department
contractor shall then provide submittal of other manufacturer. Manufacturer shall be the
Contractor's responsibility and the Engineer has the right to reject suppliers that do not meet the
City Standards for signage. All signage shall be designed for high traffic and durability and shall
be suited for the application intended (indoor or outdoor). If signage is obtained from CITY
contractor will be responsible for installation and content as well as coordination with the CITY
sign department.
2.02 MATERIALS
A. Toilet Room Plaques
B. Entry Door Signs
C. Exterior Signage
10400
Page 1 oft
0
PART 3- EXECUTION
3.01 INSTALLATION
Install units plumb and level, in locations and with mountings as shown on the drawings and/or
specified herein and in accordance with manufacturer's installation instructions. Save all existing
signs that will not be reused on the site. Return to CITY for reuse elsewhere.
3.02 CLEANING AND PROTECTION
At completion of installation, clean surfaces in accordance with manufacturer's instructions.
Protect units from damage until acceptance by Engineer. Signs with broken or damaged symbols
and/or Braille printing will be rejected as non - conforming.
END OF SECTION 10400
10400
Page 2 of 2
0 0
SECTION 10800 - TOILET AND BATH ACCESSORIES
PART1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of each type of toilet accessory is shown on drawings and schedules.
1.03 OUALITY ASSURANCE:
A. Accessory Locations: Coordinate accessory locations with other work to avoid
interference and to assure proper operation and servicing of accessory units. Install all
accessories within ADA guidelines for reach and location.
B. Products: Provide products of same manufacturer for each type of accessory unit and
for units exposed in same areas, unless otherwise acceptable to Engineer.
C. Manufacturer: Provide toilet accessories as manufactured by Bobrick Washroom
Equip., Inc.
E. All products shall be stainless steel (polished finish) and installed with stainless steel
fasteners typical throughout unless noted otherwise.
1.04 SUBMITTALS:
Product Data: Submit manufacturer's technical data and installation instructions for each toilet
accessory.
PART 2- PRODUCTS
2.01 SCHEDULE OF TOILET ACCESSORIES:
A. Manufacturer: Model numbers of toilet accessories listed are those of Bobrick
Washroom Equipment, Inc. Refer to the Drawings for the model and number of each
selected piece of equipment.
PART 3 - EXECUTION
3.01 INSPECTION:
Installer must examine substrates, previously installed inserts and anchorages necessary for
mounting of toilet accessories, and other conditions under which installation is to occur, and
must notify Contractor in writing of conditions detrimental to proper and timely completion of
10800
Page I oft
0 0
work. Do not proceed with work until unsatisfactory conditions have been corrected in manner
acceptable to Installer.
3.02 INSTALLATION:
Install toilet accessory units in accordance with manufacturer's instructions, using fasteners,
which are appropriate to substrate and recommended by manufacturer of unit. Install units
plumb and level, firmly anchored in locations indicated. All fasteners shall be Stainless Steel.
All fixtures shall be caulked around mounting perimeter with matching exterior grade caulk.
3.03 ADJUST AND CLEAN:
A. Adjust toilet accessories for proper operation and verify that mechanisms function
smoothly.
B. Clean and polish all exposed surfaces after removing protective coatings.
END OF SECTION 10800
10800
Page 2 of 2
0 0
SECTION 1 5400 - PLUMBING
PARTI - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Shall include all labor and materials required for the completion of fully operating
plumbing systems including but not necessarily limited to: excavation, back fill and
compaction; obtaining all required licenses, permits, inspections, water meters and
connections; all water distribution; all vents and wastes; floor drainage; fixtures and trim;
rough -in and connect condensate to mechanical appliances. Re -pave walkways as
necessary.
B. Work specified elsewhere:
1.03 SUBMITTALS:
A. Shop Drawings: Within ten (10) days after award of contract submit to the Engineer
six (6) sets of submittals including catalog cuts of plumbing equipment and complete
shop drawings and materials including that which is required but not specified.
B. As -Built Drawings: During progress of the work maintain an accurate record of all
changes made from the plans. Present professionally done, reproducible plan to Engineer
reflecting changes.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. Protect materials during transit, delivery, storage and handling to prevent damage,
soiling and deterioration.
1.05 JOB CONDITIONS:
A. Contractor shall visit site prior to bidding and fully acquaint himself with conditions
affecting installation of the proposed systems.
B. Verify electrical power requirements on site. Confirm accessibility and location of
services.
C. Maintain continuity of service to existing systems without inconvenience or danger to
personnel.
15400
Page 1 of 6
0
PART2- PRODUCTS
2.01 GENERAL:
Ll
A. Use only new first class materials. Equipment to be identified with nameplate.
Electrical equipment to be UL listed. Where required all to be State Fire Marshall
Approved. All insulation shall have a flame spread of not more than 25 and a smoke
density not exceeding 50.
2.02 PIPING MATERIALS:
A. Soil, waste, and vent piping within buildings: Service weight cast iron no -hub soil
pipe unless otherwise noted. Make up with compression -type fittings with stainless steel
clamp and shield assemblies and neoprene joints.
B. Vent piping 2 1/2" size and smaller above floor may be schedule 40 galvanized steel
pipes made up with cast iron drainage fittings.
C. Sewer and waste exterior: From five feet outside the buildings extra strength vitrified
clay pipe with mechanical joints. Minimum size shall be 4" VCP or as specified on
plans.
D. Domestic water piping:
1. All hot and cold water piping above the floor shall be Type "L" hard -drawn
copper tube made up with 95 -5 solder. NO LEAD SOLDER IS TO BE USED.
2. Domestic water piping below ground outside of buildings size 1 -1/2" and
smaller shall be PVC schedule 40. Size 2" and larger shall be PVC Schedule 80
of Class 315 using Schedule 80 fittings. Only Schedule 40 male adapters are
acceptable. Set pipes a minimum of 18" deep and provides a ground wire
adjacent to pipe connecting building piping to meter (Minimum #6 copper solid
wire).
E. Condensate drain and indirect waste piping: Above grade shall be DWV copper with
DWV drainage type fittings. The engineer may use PVC as approved by jurisdictional
authorities with specific approval.
2.03 MISCELLANEOUS MATERIALS:
A. Valves: Gate valves shall be "Walworth ", or equal, 125 lb. solder ends, all bronze.
Hose bibs shall be "Acorn" 8105 -2 wall box at walkways, and 8126 free standing. Loose
key operated; finished with chrome inside and bronze outside. All hose bibs shall have
built -in vacuum breakers. Crane 252 gas cock shall be used.
B. Valve boxes: All yard boxes to be pre -cast concrete 'Brooks Products" with the name
of service on the cover.
15400
Page 2 of 6
0 0
C. Pipe sleeves and escutcheons: All pipe sleeves shall be "Adjusto- Crete ", of equal,
with B &C chrome plated escutcheons in all finished areas.
D. Hangers and Supports: All hangers and supports shall be "Grinnel" or equal. Provide
lateral bracing where hangers exceed 18" long. Isolate hangers and supports from piping
with "Semco" Trisolators. Insulate at openings of structure with 1/2" wrap.
E. Vent Flashing: Vent flashing at each vent through the roof shall be heavy AMC
galvanized sheet metal with zinc chromate plating.
F. Water Hammer Arrestors: Water hammer arrestors shall be Stainless Steel bellows
type at all quick closing valves, "JR. Smith "series 5000. Provide access per code
requirements.
G. Unions: Isolate all dissimilar metals with "EPCO" dielectric unions. Provide
NEBCO 623 for 2" and smaller and #740 for larger.
H. Clean outs: Floor clean outs: "J.R. Smith " 4023, 4043. Grade clean outs: "JR.
Smith " 4253. Wall clean outs: "JR. Smith " 4553 in tile walls and toilet rooms and
4532 in other areas.
I. Access Plates: Access plates shall be provided at all concealed valves and equipment.
"Milcor" or equal, hinged, rated to match construction, stainless or prime coated steel as
selected by Engineer, equipped with key locking device. In acoustical ceilings provide
with inset to receive ceiling tile. All keys for such plates will be delivered to inspector
upon final inspection of site.
J. Combination Pressure and Temperature Relief Valves: "Watts Regulator Company"
or equal on storage tanks and water heaters (sized for BTUH input and ASTM stamped).
K. Fixtures and Equipment: All fixtures and equipment shall be as specified and shall be
complete with all stops, supplies, backing drain, chrome plated bronze trim and other
items necessary for a complete operable system and fixture. Fixtures shall be as specified
only and no substitution will be accepted for fixtures.
L. Pipe Wrapping: Coat all buried metal pipe with 30 mils thick "Johns Manville"
Trantex lapped 1/2" or factory coated with "Hunt's" process H.P. #11 coal tar wrap. Test
with "Holiday "detector at 7000 volts for defects. Insulate all hot water pipes above
grade per title 24 requirements. Provide canvas finish and adhesive sizing. Hot water
pipe below grade shall be wrapped with 1" minimum foam insulation.
2.04 OTHER MATERIALS:
A. All other materials, not specifically described but required for a complete and proper
installation, shall be new, first quality of their respective kinds and subject to the approval
of the Engineer.
15400
Page 3 of 6
9 0
2.05 EXTERIOR DRINKING FOUNTAINS:
For all exterior drinking fountain installations the following piping specifications shall take
precedence unless required by the Engineer.
A. Provide and install Haws Model 6611 in- ground debris collection unit. Extend drain
line as required to achieve the proper slope required by manufacturer for proper
installation. Plumbing contractor shall inform contractor any additional grading/landscape
requirements to achieve this and all costs associated will be included in the contract.
B. All supply lines shall be copper with no fittings located under concrete.
C. All drain lines shall be schedule 80 PVC piping.
D. Provide and install only "sweep" type fittings on drain lines.
PART 3- EXECUTION
3.01 GENERAL REQUIREMENTS:
A. Clearances: The drawings are essentially diagrammatic. Provide equipment
clearances and offsets in piping as necessary to conform to structure, avoid obstructions,
preserve headroom and keep passageways clear as a contract requirement. Equipment
shall be accessible for maintenance.
B. Coordination: Coordinate all work of this section with other trades to avoid
interference and for the general benefit of all the work. Arrange for and make all utility
connections. Verify approved locations prior to construction and installation.
C. Enclosure of Pipes: Except where specifically permitted by the Engineer, route all
pipes concealed within building cavities.
D. Trenching and Backfilling: Perform all trenching and backfilling associated with the
plumbing installation.
E. Codes: Perform all work according to all applicable codes and regulations. Obtain all
permits, fees, and inspections required by governing authorities. Additional work
required to conform to these codes will be done at no additional charge.
3.02 INSTALLATION OF PIPING:
A. Thoroughly clean piping before installation.
B. Underground piping shall have a minimum cover of 24 ". Metal pipe shall extend to a
minimum of ten (10) from the building. Provide sleeves at least 1/2" larger than pipe for
pipes passing through footings.
15400
Page 4 of 6
9 0
C. Provide clamps or concrete thrust blocks on dead ends, angles or at other points where
separation may occur in joints.
D. Provide fittings at all water supply outlets and connections to fixtures, which will
hold the pipe rigidly to the structure and will allow no movement.
E. Provide a union on one side of all valves and at equipment connections.
F. Make suitable provision for maximum expansion and contraction of piping.
G. No bullhead tees, close nipples, or bushings will be allowed.
H. Cushion all traps and bearings to minimize transfer of sound. Provide water hammer
arrestors at quick closing valves.
I. Slope all waste and sewer piping at 1/4" per foot unless otherwise noted or permitted.
J. PROVIDE TRAP PRIMERS to all floor drains and other infrequently used traps in
accordance with local requirements.
K. Cutting and Patching: Do all drilling, cutting, and patching required for the
installation of the same materials and workmanship as the original work.
3.03 INSTALLATION OF PLUMBING FIXTURES AND EQUIPMENT:
A. Verify fixture and equipment locations and service with the Plans and furnish and
connect fixtures and equipment as shown thereon. Equipment shall be securely anchored
to the structure.
B. Wall -hung fixtures on stud walls shall be securely attached to a 1/4" thick by 8" wide
steel plate which shall extend to at least one stud beyond the first and last fixture
mounting point. Plate shall be shop drilled with holes 1/16" larger than stud bolts
supplied with fixture or fixture arms specified. A jam nut shall be set tight against face of
plate to secure stud. Fixture hanger or arm shall be supported free of finished wall by
means of a second set of jam nuts. Plates shall be securely bolted to each stud crossed
with 1/8" minimum by 2" steel back -up plates. Fixtures with back, specified without
supporting arms, shall in addition to the above specified plates, have fixture hangers
securely attached by a 2" by 8" wood backings.
C. Each individual fixture supply shall be provided with chromium plated loose key
I.P.S. stop valve. Deliver loose keys to Engineer (no less than 1 key per fixture). No
rubber packing or composition seal shall be installed. Supplies shall be metal to metal
only.
15400
Page 5 of
f • •
3.04 STERILIZATION OF PIPES:
A. After preliminary purging of the system, chlorinate the entire potable water system in
accordance with the current recommendations of the American Water Works
Association.
B. Chlorinate only when the buildings are unoccupied. Then thoroughly flush the entire
potable water system.
3.05 CLEANING, TESTING AND ADJUSTING:
A. Flush water systems clean and make all tests required by jurisdictional authorities.
B. Make adjustments required to eliminate noise and vibration as required for approval
of the Engineer.
PART 4 - GUARANTEES:
Materials and equipment provided and/or installed under this section shall be guaranteed for a
period of one (1) year in written guarantee from the general contractor from the date of final
acceptance of the work by the Engineer.
END OF SECTION 15400
15400
Page 6 of 6
SECTION 16000 - ELECTRICAL:
PART1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including the Standard Specifications for
Public Works Construction, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Proceed all materials, transportation and equipment and perform all operations
required to complete the electrical work as shown on the drawings and as specified
herein. Extent of the electrical work is shown on drawings and stated herein.
B. The work includes, but is not limited to the following:
1. Re lamp all existing fixtures
2. Relocate existing service or panel boxes as required to accomplish remodeling.
3. Electrical connections to equipment furnished in other sections of the drawings
and specifications.
4. Conduit and wiring for line and low voltage wiring.
5. Lighting fixtures and lamps as indicated on drawings and as indicated herein.
6. Coordination: Coordinate work with other trades. Contractor shall bear the
responsibility for and the added expense of adjusting for improper installation,
due to the lack of coordination on the part of the contractor.
7. Service, outlets, terminal cabinets and backboards.
1.03 SUBMITTALS:
A. Shop Drawings: Within ten (10) days after award of contract submit six (6) sets of
submittals including catalog cuts of electrical equipment and complete shop drawings and
materials including that which is required but not specified.
B. As -Built Drawings: During progress of the work maintain an accurate record of all
changes made from the plans. Present professionally done, reproducible (mylar or Xerox
on vellum) plan to CITY reflecting changes. Contractor shall have original architectural
plans copied onto mylar as part of contract. All approved submittals shall be shown on
as -built plans.
016000
Page I of 7
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. Protect materials during transit, delivery, storage and handling to prevent damage,
soiling and deterioration.
1.05 JOB CONDITIONS:
A. Contractor shall visit site prior to bidding and fully acquaint himself with conditions
affecting installation of the proposed systems.
B. Verify electrical power requirements on site. Confirm accessibility and location of
services.
C. Maintain continuity of service to existing systems without inconvenience or danger to
personnel.
PART2- PRODUCTS
2.01 GENERAL:
A. Use only new first class materials. Equipment to be identified with nameplate.
Electrical equipment to be UL listed. Where required all to be State Fire Marshall
Approved. All insulation shall have a flame spread of not more than 25 and a smoke
density not exceeding 50.
2.02 CONDUITS:
A. Rigid galvanized steel or intermediate metal conduits in interior and exterior above
grade locations. Verify current codes with CITY.
B. Electrical Metallic Tubing (EMT) in partitions, ceiling spaces, and stud walls, or
where installed above eight feet above the floor line and not subject to mechanical
damage.
C. Flexible steel conduit for connections to motors and other vibrating or rotating
equipment. In areas where moisture and movement of the item is required due to
vibrations or for maintenance, provide liquid tight flexible steel conduits. Flexible
aluminum conduits shall not be used.
D. All conduits shall be concealed from view wherever practical.
E. Nonmetallic conduits, PVC Schedule 40, shall be installed underground and in
concrete that is in contact with the soil. Non - metallic conduits and ducts for the electrical
power and telephone services shall be as approved by the serving utility.
2.03 CONDUCTORS:
A. All conductors shall be copper, insulated as follows:
016000
Page 2 of 7
0 0
#8 WAG and smaller- stranded THHN, THWN, or XHHW
#6 AWG and larger- stranded THWN or XHHW
11 U
B. All conductors insulated in conduits located below grade or where subject to moisture
shall be THWN or XHHW.
C. All line voltage conductors must be installed in EMT or conduits as specified herein.
Metal clad (armored) cables shall not be used for general branch circuit wiring, except as
"fixture whips" for connecting to recessed lighting fixtures in accessible ceilings.
"Fixture Whips" shall not exceed 6 -feet in length.
2.04 OUTLET AND JUNCTION BOXES:
A. Outlet and junction boxes used in concealed work, except in masonry shall be
galvanized, one piece pressed steel knockout type, sized in accordance with the NEC for
the number and size of conductors contained, but not less than 4 inches square and 1 -1/2 "
deep unless noted otherwise.
B. Outlet boxes installed in masonry walls shall be concrete type with square corners.
Boxes shall be mounted in conjunction with the coursing of the block pattern.
C. Exposed outlet boxes shall be cast metal type with threaded or union hub. Crouse -
Hinds FS of FD with cast metal covers.
2.05 WIRING DEVICES:
A. Receptacles - Rectangular Specifications grade, NEMA 5 -15R configuration, with side
and back wiring, self - grounding - Leviton " industrial" series. Provide stainless steel
devices with matching plates, unless directed by CITY.
Receptacles indicated to be weatherproof type shall be mounted horizontally and equipped
with self - closing cast metal cover - Leviton 6196 (FS) or 6196 -V (FS).
Receptacles with other configurations shall be as indicated on drawings.
B. Switches - 20 amp, 120/277 V Specifications Grade, with rectangular rocker type
toggle - Leviton "industrial" series. Provide stainless steel devices with matching plates,
unless directed by CITY.
Provide matching three -way and four -way switches where indicated on drawings.
Multiple switches at one location shall be mounted under a one -piece multi -gang plate of
stainless steel.
016000
Page 3 of 7
0
2.06 LIGHTING FIXTURES:
9
A. Furnish, install and connect lighting fixtures scheduled or indicated on drawings. If
the fixture type is inadvertently omitted on the drawings, the bid shall be based on the cost
of fixtures specified in other similar areas.
B. Lamps of the appropriate type and wattage shall be installed in every lighting fixture.
Lamps shall be energy saving type as manufactured by General Electric, Philips, or
Sylvania. Only new lamps shall be used from original manufacturers containers.
2.07 PANEL BOARDS:
A. Panel boards shall be flush of surface mounting with hinged lockable doors, keyed
alike to CITY requirements, typewritten index cardholders under plastic cover, main lugs
or main protective device as shown on drawings, permanent type plastic or metal circuit
number strip. Minimum cabinet dimensions shall be 20" wide by 5 -3/4" deep unless
noted otherwise.
B. Circuit breakers shall be bolt -on type with minimum interrupting rating of 10,000 (240
volts) or 14,000 (480 volts) symmetrical amperes, and arranged in the panels so that the
breakers of the proper trip settings and poles, and circuit numbers correspond to panel
schedules shown on drawings. No changes to the circuits shall be made without prior
notification to the CITY.
APPROVED MANUFACTURERS: General Electric, Square D or Westinghouse.
PART 3- EXECUTION
3.01 LOCATIONS OF EQUIPMENT:
A. The drawing indicates diagrammatically the desired locations of conduit runs, outlets,
equipment, etc., follow as closely as possible. Exercise proper judgment in executing the
work to secure the best possible installation in the available space and to overcome local
difficulties due to space limitations or to interference of structural conditions
encountered. The contractor shall be responsible for the correct placing of his work and
the proper location and connection of his work in relation to the work of other trades.
B. Locations shown on architectural plans or on wall elevations shall take precedence
over electrical plan locations, but where a major conflict is evident, notify the CITY for
instructions.
C. Where equipment is furnished by another trade or by the CITY, verify dimensions
and the correction location of this equipment before proceeding with the roughing -in of
connections.
016000
Page 4 of 7
•
3.02 CONDUIT INSTALLATION:
• t �
A. Exposed conduit shall be parallel with or at right angles to building lines, beams or
ceilings with symmetrical bends or metal boxes placed at changes in direction or at taps.
B. Install 1/8" Tubbs Cordage Company "yellow poly -line" pull line in into each spare or
empty conduit more than 10 feet in length.
3.03 CONDUCTOR INSTALLATION:
A. All conductors No. 6 AWG shall be factory color- coded. Colors for each phase and
the neutral shall be consistent throughout the system.
B. Mark all conductor joints of #8 and smaller with UL listed connectors. Connector
body shall consist of a cone shaped expandable coil " live" spring insert, insulated with a
plastic shell.
C. Make all conductor joints of #6 and larger with screw pressure lugs made of high
strength structural aluminum alloy and UL listed for use with both copper and/or
aluminum wire.
D. Each circuit must correspond to the branch circuit number indicted on the panel
schedule shown on the drawings except where departures are approved by the engineer.
3.04 ADDITIONAL INSTALLATION REQUIREMENTS:
A. Where not specified otherwise, all electrical distribution and utilization equipment
shall be identified, using permanently screw - attached embossed metal, engraved metal or
laminated plastic nameplate to indicate:
1. Identify of each transformer, switchboard, motor control center, distribution
panel, feeder and motor control device, and individually enclosed over current
device, using the identification shown on the drawings.
2. Use or purpose of equipment disconnecting devices by identifying the
equipment disconnected.
B. All panel boards shall be provided with a typewritten panel circuit directory to
identify all circuits served, and updated to reflect all changes made in the field.
C. Coordinate the installation of lighting fixtures with architectural reflected ceiling
plans for proper location, trim and appropriate mounting accessories. Location of
lighting fixtures shown in mechanical equipment spaces is for bidding purposes only, and
shall be adjusted to best illuminate the equipment and avoid obstructions.
D. Adjustable and directional type lighting fixtures shall be aimed as directed by the
Architect. Outdoor adjustable fixtures shall be aimed at night.
016000
Page 5 of 7
3.05 TESTING AND ADJUSTMENTS:
A. Upon completion of all electrical work, the electrical contractor shall adjust and test
all circuits, outlets, switches, lights, motors and any other electrical item to ensure perfect
operation. Items, fixtures and parts in need of correction and discovered during such
testing shall be immediately repaired or replaced with all new equipment and that part of
the system shall then be re- tested.
B. When the installation is complete and all adjustments have been made, operate the
system for a period of one week, during which time demonstrate to the CITY that
systems are completed and operating in conformance with the specifications.
3.06 COMPLETION:
A. The work will not be reviewed for final acceptance until operating and maintenance
data, manufacturer's literature, panel board directories and nameplates have been
approved and properly posted or installed and final cleaning of equipment and premises
has been completed.
B. Upon completion of all electrical work of the contractor shall adjust and test all
circuits, outlets, switches, lights, motors, and any other electrical items to ensure perfect
operation of all electrical equipment. Items, fixtures, and parts in need of correction and
discovered during such testing shall be immediately repaired or replaced with all new
equipment and that part of the system shall be re- tested. All such replacement or repair
shall be done at no additional cost to the CITY.
3.07 RECORD DRAWINGS:
A. Accurately locate all underground stubouts and all changes to the work that deviate
from the construction documents prepared by the Architect and Engineer. Submit one set
of the record (as- built) drawing in reproducible form to the CITY for review before
requesting final payment. Prepare as -built drawings that also incorporate all existing
electrical work that relates to the project regardless if the items are shown on the contract
documents.. This drawing shall serve as a comprehensive as -built drawing for the CITY
as of the date of the completion of the project.
3.08 OPERATING AND MAINTENANCE DATA AND LOOSE MATERIALS:
A. Deliver to the CITY and obtain an itemized receipt for the following material
identified as to purpose:
1. All keys properly tagged.
2. Tool kits and special tools furnished with the equipment.
3. Loose operating handles.
4. Spare parts.
016000
Page 6 of 7
5. An indexed loose -leaf three -ring binder containing documentation for all
fixtures, switches, etc. used in this project are to be specifically identified in
literature. Literature shall include but not be limited to the following documents:
a. Wiring diagrams
b. Instruction books
c. Service manuals
d. Switchboard and panel board shop drawings
e. Lighting fixture cuts
PART 4- GUARANTEE:
A. Provide a written guarantee for all equipment and work for a period of one year from
the date of acceptance against defective workmanship, materials, and improper
installation. Upon notification of failure, correct deficiency immediately and without
cost to the CITY.
B. Standard warranty of manufacturer shall apply for replacement of parts after
expiration of the above period. Manufacturer shall furnish replacement parts to the
CITY. Furnish to the CITY printed manufacturers warranties, complete with material
included and expiration dates upon completion of the project.
END OF SECTION 16000
016000
Page 7 of 7
C3-?)
er 1) 3T�
October 9, 2001
CITY COUNCIL AGENDA
ITEM NO. 4
TO: Mayor and Members of the City Council
FROM: Public Works Department
uAPPR I'M
SUBJECT: BEACH RESTROOM REHABILITATION — 15 STRE R, NEWPORT PIER,
58TH STREET AND ORANGE STREET, AWARD OF CONTRACT NO.
3377
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3377 to BB Construction for the Total Bid Price of $158,000,
and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $15,800 to cover the cost of testing and unforeseen work.
DISCUSSION:
At 11:00 A.M on September 25, 2001, the City Clerk opened and read the following bids
for this project:
The low total bid amount is 4 percent below the Engineer's Estimate of $165,000. The
low bidder, BB Construction, possesses a General Building Contractor "B" license, but
has not performed previous contract work for the City. A check with their references
and the Contractors State License Board indicates that BB has satisfactorily completed
similar public building projects for other Southern California agencies and has no
pending actions detrimental to their contractor's license, respectively.
BIDDER
TOTAL BID
AMOUNT
Low
BB Construction
$158,000
2
Klassic, Inc.
$164,500
3
MJ Contractor
$186,000
4
2H Construction, Inc.
$235,000
5
Construct 1 One, Corporation
$268,393
6
AJ Construction Enterprises
$283,222
7
State Wide Construction Management, Inc.
$302,633
8
Universal Construction
$312,600
9
Sandoval Construction
$329,449
The low total bid amount is 4 percent below the Engineer's Estimate of $165,000. The
low bidder, BB Construction, possesses a General Building Contractor "B" license, but
has not performed previous contract work for the City. A check with their references
and the Contractors State License Board indicates that BB has satisfactorily completed
similar public building projects for other Southern California agencies and has no
pending actions detrimental to their contractor's license, respectively.
SUBJECT: BEACH RESTROOM REHABILITATION - 1r STREET, NEWPORT OR, 58'" STREET AND ORANGE
STREET, AWARD OF CONTRACT NO. 3377
October 9, 2001
Page: 2
PROJECT DESCRIPTION:
On September 26, 2000, the City Council entered into a Professional Services
Agreement with Hutson & Partners Architecture to prepare plans and specifications for
rehabilitating the 15th Street, Newport Pier, 58th Street, and Orange Street restrooms
(see attached location map). Those plans and specifications are now complete and
Building Permit - ready.
The California Building Code requires that at least 20 percent of the cost of renovation
projects shall be for providing accessibility to the facility. Accordingly, approximately 20
percent of the estimated restroom rehabilitation cost is devoted to improving
accessibility at entrances; creating accessible spaces within the restrooms; and
installing accessible fixtures, drinking fountains, and telephones. The contract also
provides for replacing various plumbing and lighting fixtures, partitions, and deteriorated
wooden members; repairing masonry; installing tile work; and repainting as needed, to
upgrade the appearance of the restrooms. All work should be completed by April of
2002.
FUNDING:
The beach restroom rehabilitation work is funded with proceeds from the American
Trader Oil Spill Settlement. Sufficient funds are available in the following account to
provide for award and unforeseen work:
Account Description Account Number Amount
Beach Restroom Improvements 7295- C5100567 $174,000
Respectfully sub ed,
A
PUBL� WORKS DEPARTMENT
Stephen G. Badum, Director
.. �.
gineer
.-
Attachment: Location Map
Bid Summary
k
0
iz
U �
} \®
LLI
)/( \ \ \]
Z : «E0=e,�
>2E3BT®:am
16 �3J z7.6u} 2\7\fJ\ )4/ o&/� c
( 0 /� /)Z( \ \f); (# \
(J
2 a7?¥fa
&ked u6ui w��.,�u
/
�
�
4L
{
r
Sz
U W
UJ
LU
m
�. LU
a®
W �
Z
LL
O�
U ^�
d
E ..
aW
o Q
00
�w
x g
U
U
in p
Y O W
N Y
V � w
�^ U
V ry
Q� F
m m
.III,
y O Q
ill O
1~f1 W O O
Z9MwO
Co
Q p
J Q
m F
Q N
N F
E N
�
W
Ew
jog
O Or^Q
= R z w z
m 2
W
W
Z W
OU w a
C
O F-
J =
0
�a
U
>
F-
02
m �
0
2
Y/1
U
v
m
a
E
0
0000
0
n
Q
C
O
0
V
t
n
m
O
E
Ol
M
t
o
O
O
V
V
3
W
A
<
N
c
Q
v
O
a
a
a
a
C
o
41
L
L
L
L
N
N
3
W N
0
0
0
0
n
IN
N
L^
a
k
0
0000
0
0
0
Q
06
L'i
C6
C
n
W
Oct
Lr
W
ry
0
M
N
N
w
N
t�
M
O
N
O
N
M
M
`
Q
00
N
N
O
o
o
O
u
amwz
_
Z
m
w
mw
n
Ol
OJ
O
N
O
N
M
M
0
0
0
0
p
♦-
O
O
O
O
p
C
°
Q
�
�
M
M
Q
m
06
t
N
2
0
0
0
0
N
0
0
0
0
V
Z
x
C
.-+
of
of
0
�0000
o
0
0
0
J
Z
o
=�OOOO
O
�Q
N
o
0
O
0
O
0
o
0
x
=
2
0
0
0
cw
0
r
C
O F-
J =
0
�a
U
>
F-
02
m �
0
2
Y/1
U
v
m
a
E
0
0
0
n
O
N
O
0
V
E
V1
O
Vl
0
D
N $
3
£
A
m
v
v
v
v
a
a
a
a
C
o
L
L
L
L
N
N
W N
N
M
P
a
n
L^
a
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
AJ Construction Enterprises
856 N. Elm Street, Suite C
Orange, CA 92867 -7911
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15th Street, Newport Pier, 58`h Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
I,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
State Wide Construction
26012 Margueriete Parkway, H -130
Mission Viejo, CA 92692
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15`h Street, Newport Pier, 58`h Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
Universal Construction & Maintenance
P.O. Box 271
San Pedro, CA 90733
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15th Street, Newport Pier, 58`" Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
, S"qd&,,,,, ro. Wa
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
Sandoval Construction
3220 Falcon Ridge Road
Diamond Bar, CA 91765
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15th Street, Newport Pier, 58`h Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
Construct 1 One, Corp
2832 Walnut Avenue, Suite C
Tustin, CA 92780
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15th Street, Newport Pier, 58th Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
• •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
M J Contractor
P.O. Box 3328
Long Beach, CA 90803
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15`h Street, Newport Pier, 58th Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
i •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
Klassic, Inc.
681 S. Tustin Avenue, Suite 204
Orange, CA 92866
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15`h Street, Newport Pier, 58th Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 5, 2001
2H Construction, Inc.
4101 Long Beach Boulevard
Long Beach, CA 90807 -2618
Gentlemen:
Thank you for your courtesy in submitting a bid for the Beach Restrooms Rehabilitation
— 15th Street, Newport Pier, 58th Street and Orange Street Project (Contract No. 3377)
in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
PROFESSIONAL SERVICES AGREEMENT
FOR
15TH STREET, NEWPORT PIER, 58TH STREET,
AND ORANGE STREET RESTROOM REHABILITATION
THIS AGREEMENT, entered into this 26th day of September 2000, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City "), and Hutson & Partners Architecture, whose address is 417 30"' Street, Newport
Beach, California 92663 (hereinafter referred to as "Consultant "), is made with reference
to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City desires to rehabilitate public restrooms located 15"' Street, Newport
Pier, 58"' Street and Orange Avenue.
C. City desires to engage Consultant to prepare plans and specifications for
said restroom replacements (hereinafter referred to as 'Project') upon the
terms and conditions contained in this Agreement.
D. The principal member of Consultant firm for the purpose of Project is Lyle R
Hutson, AIA.
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, has
successfully negotiated with Consultant, and desires to contract with
Consultant under the terms and conditions provided in this Agreement.
-1-
i
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the 26th day of September 2000,
and shall terminate on the 26th day of September 2002, unless terminated earlier as set
forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit "A" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement shall not exceed the total contract price of
Sixteen Thousand Five Hundred dollars ($16,500).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
computer printing, postage and mileage.
3.2 Consultant shall submit monthly progress invoices to City payable by City
within thirty (30) days of receipt of invoice.
IPZ
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance by
City. Such costs shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. Approved computer data processing and reproduction charges.
C. Actual costs and /or other costs and /or payments specifically authorized in
advance in writing and incurred by Consultant in the performance of this
Agreement.
4. STANDARD OF CARE
4.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant
represents to City that it has or shall obtain all licenses, permits, qualifications and
-3-
approvals required of its profession. Consultant further represents that it shall keep in
effect all such licenses, permits and other approvals during the term of this Agreement.
4.2 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, failure of City to furnish timely information or to promptly
approve or disapprove Consultant's work, delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the details
in means of performing the work provided that Consultant is in compliance with the terms
of this Agreement. Anything in this Agreement which may appear to give City the right to
direct Consultant as to the details of the performance of the services or to exercise a
measure of control over Consultant shall mean that Consultant shall follow the desires of
City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant's services on Project.
Es
0
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Lyle Hutson, Architect, to be its Project
Manager. Consultant shall not bill any personnel to Project other than those personnel
identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior
written approval by name and specific hourly billing rate. Consultant shall not remove or
reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project on a timely basis as contemplated by this Agreement.
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement
and the services shall be performed by Consultant in accordance with the schedule
specified below and consistent with sound, professional practices. The failure by
Consultant to strictly adhere to the schedule may result in termination of this Agreement
by City and assessment of damages against Consultant for delay. Notwithstanding the
foregoing, Consultant shall not be responsible for delays which are due to causes beyond
Consultant's reasonable control. However, in the case of any such delay in the services
to be provided for Project, each party hereby agrees to provide notice to the other party
169
• •
so that all delays can be addressed.
8.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days after the start
of the condition which purportedly causes a delay, but not later than the date upon which
performance is due. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays which are beyond
Consultant's control.
8.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances by
telephone, fax, hand delivery or mail.
9. CITY POLICY
Consultant will discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator and City Council.
11. PROGRESS
Consultant is responsible to keep the Project Administrator and /or his /her duly
authorized designee informed on a regular basis regarding the status and progress of the
work, activities performed and planned, and any meetings that have been scheduled or
are desired.
W
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, suits, costs and expenses for damages of any nature
whatsoever, including, but not limited to, bodily injury, death, personal injury, property
damages, or any other claims arising from any and all negligent acts or omissions of
Consultant, its employees, agents or subcontractors in the performance of services or
work conducted or performed pursuant to this Agreement, excepting the negligence or
willful misconduct of City, its officers or employees, and shall include attorneys' fees and
all other costs incurred in defending any such claim. Nothing in this indemnity shall be
construed as authorizing, any award of attorneys' fees in any action on or to enforce the
terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions policies, all
insurance policies shall add City, its elected officials, officers, agents, representatives and
employees as additional insured for all liability arising from Consultant's services as
described herein.
-7-
•
0
Insurance policies with original endorsements indemnifying Project for the
following coverages shall be issued by companies that are admitted to do business in the
State of California and assigned Best's A- VII or better rating:
A. Worker's compensation insurance covering all employees and principals of
Consultant, per the laws of the State of California.
B. Commercial general liability insurance covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be in a
minimum amount of $2 million.
C. Commercial auto liability and property insurance covering any owned and
rented vehicles of Consultant in a minimum amount of $1 million combined
single limit per accident for bodily injury and property damage.
D. Professional errors and omissions insurance which covers the services to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
iQ
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, that
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing comprehensive general and automotive liability
insurance to either Consultant or City with respect to the services of Consultant herein, a
waiver of any right of subrogation which any such insurer of said Consultant may acquire
against City by virtue of the payment of any loss under such insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership orjoint- venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
N1
0 •
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
Consultant shall, at such time and in such form as City may require, furnish reports
concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless the release of information is authorized by City.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide access to and upon request of Consultant one copy of
all existing record information on file at City. Consultant shall be entitled to rely upon the
accuracy of data information provided by City or others without independent review or
evaluation. City shall provide all such materials in a timely manner so as not to cause
delays in Consultant's work schedule.
-10-
! •
18. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Lloyd
Dalton, PE, shall be considered the Project Administrator and shall have the authority to
act for City under this Agreement. The Project Administrator or his authorized
representative shall represent City in all matters pertaining to the services to be rendered
pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
-11-
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in Consultant's work, the additional design,
construction and /or a restoration expense shall be bome by Consultant. Nothing in this
paragraph is intended to limit City's rights under any other sections of this Agreement.
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making or participating in making decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
-12-
0 0
this Agreement shall not be assigned, transferred, contracted or subcontracted without
prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
City of Newport Beach, attention: Lloyd Dalton
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, CA, 92658 -8915
(949) 644 -3328
Fax (949) 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Hutson & Partners Architecture, attention: Lyle Hutson
417 30"' Street
Newport Beach, CA 92663
(949) 675 -9195
Fax (949) 675 -9638
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
-13-
! •
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
26.1 City shall have the option, at its sole discretion and without cause, of
terminating this Agreement by giving seven (7) days' prior written notice to Consultant as
provided herein. Upon termination of this Agreement, City shall pay to Consultant that
portion of compensation specified in this Agreement that is earned and unpaid prior to the
effective date of termination.
27. COMPLIANCES
Consultant shall comply with all state or federal laws and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
-14-
0 0
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of City. Since
Consultant has no control over the cost of labor and material, competitive bidding or
market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of the work. City agrees that Consultant shall not be
liable for claims, liabilities or losses arising out of, or connected with (a) the modification
or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of
accuracy or readability of CADD data due to inappropriate storage conditions or duration;
or (c) any use by City or anyone authorized by City to use CADD data for additions to this
Project, for completion of this Project by others, or for any other project, excepting only
such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City
agrees to indemnify Consultant for damages and liability resulting from the modification or
misuse of such CADD data.
All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file
format. All written documents shall be transmitted to the City in Microsoft Word 97 and
Microsoft Excel 97 and be consistent with Microsoft Office 97.
-15-
01 0
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
IN WITNESS WHEREOF, the parties have caused this r,yreement to be executed
on the day and year first written above.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH
A Municipal Corporation
By_ 9L4-� By
Robin Clauson
Assistant City Attorney
AT
a
LaVonne Harkless
City Clerk
Hutson & Partners Architecture
B:
Lyl u on, , P incipal
Huts n & artners Architecture
f:\ users\pbw\shared\agreementstamerican tradefVestroom rehabilitatioMhutson agreement
-16-
PA i,
1UTSON Si
ARTNERS
August 31, 2000
Mr. Lloyd Dalton, Design Engineer
Public Works Department
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92658 -3311
Re: Qualifications for Hutson & Partners
Dear Lloyd:
It is with great pleasure that Hutson & Partners submits these qualifications to the
City of Newport Beach for the Oceanfront Restroom Rehabilitation project in
Newport Beach.
I would like to thank you and the City for allowing us to submit these qualifications
for professional architectural services. This introduction is intended to answer a
number of questions that you may have about our firm. If after review of our
qualifications and the additional information provided you have further questions,
please do not hesitate to call and we will be happy to answer any questions you may
have.
The following information is provided for you use in evaluation of our firm, its
philosophies and personnel.
1. PERSONNEL
Hutson & Partners is comprised of people who's objective is to provide
clients with service, experience and creativity beyond that normally received
from larger architectural firms with the hands on accessibility of the
principal architects. Principal involvement is not just a line we tell our
clients, but the way we work. On this project, Lyle R. Hutson, AIA, will
be the individual leading the project commencing with the initial research,
reviewing information and preparing plans, specifications and estimates for
the needed facility modifications. The following is a brief description of
related projects that Hutson & Partners personnel has had a direct
involvement with. In addition, attached are personal profiles for the
individuals listed below.
+I. 10 111 ?TFI!
1 r n
Lyle R. Hutson, AIA - Hutson & Partners
Experience includes:
CF.1 J }.1.1., I.J lyi
h.ac 049-675 ao;F
Newport Beach Qualifications • •
August 31, 2000
Page 2 of 5
• Signal Hill Community / Youth Center
City of Signal Hill
Remodel and expansion of City Youth Center and Community
Center
Design Architect / Consultant for City of Signal Hill
• Police Department Operations Room /Staff Lounge
Design Architect / Consultant for City of Newport Beach
• City of Newport Beach Balboa Ferry Restroom
Remodel for existing restroom building and viewing deck at the
Balboa Ferry.
• City of Newport Beach City Council Chambers Remodel
ADA Accessibility for the council chambers.
• City of Newport Beach ADA Renovations
ADA Accessibility Consultant for 30 separate recreation sites within
the city of Newport Beach.
• Oasis Senior Center Recreation Room
Design Architect for "Friends of Oasis" / Oasis Senior Center
Newport Beach, CA
• Oasis Senior Center Kitchen Remodel
(Federal Meal Program)
Design Architect for "Friends of Oasis" / Oasis Senior Center
Newport Beach, CA
• Colony Club Association Community Clubhouse /Pool
ADA / Title 24 Accessibility, Restrooms & Outside Showers
• Balboa Community Center Remodel
Design Architect / Consultant for City of Newport Beach
• West Newport Community Center Accessibility Remodel
Design Architect / Consultant for City of Newport Beach
• Woodbridge Plaza ADA Consulting /Construction
Design Architect / Consultant for 3 building Office complex
renovation including restrooms, showers, stairs, etc.
Rosie Garcia - Project Manager
Rosie has a Bachelor's Degree in Architecture from Cal Poly
Pomona, she has been with Hutson & Partners over 3 years and has
worked on numerous projects for the City of Newport Beach. Her
experience ranges from preparing Drawings for Planning, Zoning
and Design Review to Construction Drawings and Construction
Newport Beach Qualifications • •
August 31, 2000
Page 3 of 5
Observation. In the last 2 years she has worked exclusively on
ADA Compliance and has a reasonable understanding of the
requirements. She also possesses the ability to get everyone
involved in a "team" mentality so that the project becomes the
primary focus.
Her experience includes:
• Signal Hill Community / Youth Center
City of Signal Hill
Project Manager /Construction Documents and Construction
Observation
• Police Department Operations Room /Staff Lounge
Design Development / Construction Drawings
• City of Newport Beach Balboa Ferry Restroom
Facility Review, Field Verify Existing Conditions, Design
Development/Construction Drawings/Project Management
City of Newport Beach City Council Chambers Remodel
Field Verify Existing Conditions, Construction Drawings/Project
Management
• Colony Club Association Community Clubhouse/Pool
Design Development Package
Woodbridge Plaza ADA Consulting /Construction
Project Manager /Construction Drawings/Construction Observation
2. ATTRIBUTES
Hutson & Partners is an architectural firm that has combined talents to
provide architectural and planning services for specific design and
construction projects. Our collaboration is not one of convenience or need
but an association and combination of talents that are best suited for specific
projects. Our experiences with similar types of projects and our willingness
to participate in the process will enable the City of Newport Beach and the
public Works department to gain the benefit of a combined architectural
effort. As previously indicated we have worked on a number of similar
projects and are comfortable that we can provide unparalleled quality and
integrity with creative and cost effective problem solving.
We would like the City of Newport Beach to evaluate our qualifications
carefully in that there may be areas of experience that we can provide that
were not previously considered for a project of this type.
Newport Beach Qualifications • •
August 31, 2000
Page 4 of 5
3. SERVICES
Hutson & Partners will provide the following services with regard to each
item as determined by the city and as prepared and outlined in the Request
for Qualifications dated 8/24/00. All services described will be performed
by Hutson & Partners and solutions will be reviewed with the city staff for
intent and alternative options (if any).
• Provide the city with additional areas of non - compliance as discovered during
field review (if any).
• Review of all information and preliminary scope of work with city staff prior to
preparation of final PS &E.
• Preparation of PS &E which conform with the requirements of the 1997
Uniform Building Code and applicable ADA regulations as interpreted by the
city of Newport Beach.
• Prepare PS &E in an 24" x 36' (sheets provided by the City) format and submit
for plan check.
• Provide clarification and in- the -field assistance if need to resolve any design
related problems during construction of the improvements. Clarification shall
be limited to design issues related to the identified changes.
• During field review of identified upgrades Hutson & Partners may note for
consideration by City staff additional items which should be considered for
alteration or removal.
• We would request that the City provide all information regarding existing
conditions and field observations used during the cities development of the
current project list. In addition we would like all documents that exist for the
facilities and any other information that relates to the facilities specifically site
plan, floor plans, electrical and plumbing drawings if available. These items are
not required, but if they exist it will aid the process and reduce the cost of
preparation of PS &E.
4. SUB CONSULTANTS
Hutson & Partners has developed a team of professionals that are history of
providing quality and professional services. Hutson & Partners would be
responsible for all aspects of the project Our sub consultants have worked
with Hutson & Partners on a continuing basis for over 10 years and is
experienced with this type of institutional and remodel work in their
respective disciplines. Hutson & Partners would maintain control in all sub
consultant work and would be the decision maker with respect to all value
engineering.
Newport Beach Qualifications •
August 31, 2000
Page 5 of 5
Hutson & Partners may contract Mechanical, Electrical, Plumbing and
Structural Engineers as necessary. This will be determined after site visits
and determination of scope of work.
5. INSURANCE
Hutson & Partners carries General Liability and Professional Liability
Insurance that is not required for practicing professionals. We view this as
a benefit to us as well as our clients in providing professional architectural
and planning services. We attempt to maintain the quality and
professionalism that is expected of professional licensed architects. To this
effort we offer to name as additionally insured the City of Newport Beach
as allowed within the confines of the separate policies.
Commercial General Liability: Total Limit: $1,000,000.00
Professional Liability: Total Limit: $500,000.00
6. PRIOR NEWPORT BEACH EXPERIENCE
It should be noted that Hutson & Partners has successfully worked with the
City of Newport Beach Recreation Department, Planning Department, and
Public Works Departments on a variety of projects over the last 5 years.
This includes meeting all licensing and insurance requirements as well as
providing quality professional services.
We sincerely appreciate your request for qualifications and I look forward to
hearing from you and will await your response.
Sincerely,
4h•
Lyle R. Hutson, AIA
I
HUTSON 6�
'ARTNERS
EITIMMITTA
. . `1 f• : I i
.N!,x �%,e- rl "I
9105
0
August 31, 2000
Mr. Lloyd Dalton, Design Engineer
Public Works Department
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92658 -3311
Re: Fee Proposal for Oceanfront Restroom Rehabilitation
Dear Lloyd:
It is with great pleasure that Hutson & Partners submits this proposal to the City of
Newport Beach. Per your letter dated 8/24/00 and review of the restrooms we have
prepared this proposal.
SERVICES
Hutson & Partners will provide the following services with regard to each item as
determined readily achievable by the city as prepared and outlined in the Request for
Qualifications dated 8/24/00. All services described will be performed by Hutson &
Partners and solutions will be reviewed with the city staff for intent and alternative
options (if any).
• Review each item as described and prepare field condition sketches for
preparation of PS &E.
• Review with city project manager proposed solution and alternatives (if
any).
• Provide the city with additional areas of non - compliance as discovered during
field review (if any).
• Review of all information and preliminary scope of work with city staff prior to
preparation of final PS &E.
• Preparation of PS &E which conform with the requirements of the 1997
Uniform Building Code and applicable ADA regulations as interpreted by the
City of Newport Beach.
• Prepare PS &E in an 24" x 36" (sheets provided by the City) format and submit
for plan check.
Newport Beach Fee Proposal • •
%ugust 31, 2000
'age 2 of 2
• Provide clarification and in- the -field assistance if need to resolve any design
related problems during construction of the barrier removal. Clarification shall
be limited to design issues related to the identified barrier only, consultation on
additional barriers shall be classified as additional services.
• During field review of identified barriers Hutson & Partners may note for
consideration by City staff additional items which should be considered for
alteration or removal. Hutson & Partners shall not be compensated for such
identifications and as such will not be responsible for identification of such.
STANDARD AGREEMENT
We have reviewed the City standard consultant agreement and have the following
comments: None at this time.
FEE
The fee to provide PS &E for the four restroom facilities; 15th Street, Newport Pier,
58th Street, and Orange Street shall be $16,500.00 plus reimbursable items
(Telephone, FAX, printing and mileage)which will be billed back to the City at a
rate of 1.10 administrative multiplier. This fee is based on a Magnitude of Cost of
$145,000.00 to $175,000.00. This fee does not include costs for any additional
consultants such as plumbing, mechanical, electrical that may be required by the
City during plan check. At this time no additional consultants are required.
Additional services shall be based on an hourly rate of:
Principal - $95.00 /Hour
Draftsperson - $55.00 /Hour
Clerical - $45.00 /Hour
Time to complete the proposed scope of work shall be 12 -16 weeks based on City
staff review and comments on the preliminary design criteria for barrier removal.
As indicated above we have requested minor changes to the standard agreement that
will allow our insurance carrier to issue the appropriate certificates to the City of
Newport Beach. I trust this proposal meets with your approval and look foreword
to hearing from you.
Sincerely,
Lyl@ R. tson, A A
Principal
0
9
J
UI
N
v
_ 0
V
v
Co
W� ryZZ�oVm° EZ n N
o< 00 5
>. c cu c I o 0 0 0 0
Z S c o O L
QVUVwiLLl7 l7 II IS�n
aam (i oui C 3 - - Y-i
� N N
Z to Y
F VNC d �-O
m i
6-1 v m N m 2 m C
2 2 Y d U Z
v a v o a;
> V OK>
n
e
c:
r°
Certificate of I suralg 2 2 2000
i
of 1 #S20199/M20198
COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES.
TYPE OF INSURANCE POLICY NUMBER EFF.DATE EXP.DATE
•
GENERAL LIBILITY
7RS66307800
Agency Name and Address:
TMIS Fe—wm J, M c DAS A MA1 TIER OF
Professional Practice
INFORMATIORZT!ti A# 1"CDNFEIRS'NO RIGHTS UPON
Insurance Brokers, Inc.
THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES
10 California Street
NOT AMEND, EXTEND OR ALTER THE COVERAGE
Redwood City, CA 94063 -1513
AFFORDED THE POLICIES LISTED BELOW.
$1,000,000
Bodily Injury/person:
Insureds Name and Address:
Companies Affordingg Policies:
Hutson &Partners
AAmerican Motorists Insurance Company
$0
B.Continental Casualty Company
417 30th Street
C.
Newport Beach, CA 92663
D.
E.
$1,000,000
F.
$1,000,000
Disease /Employee:
COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES.
TYPE OF INSURANCE POLICY NUMBER EFF.DATE EXP.DATE
•
GENERAL LIBILITY
7RS66307800
06/01/00
06/01/01
$2,000,000
❑X Commercial General Liability
$1,000,000
Each Occurrence:
$1,000,000
Fire Dmg. (any one fire):
❑ Claims Made
Combined Single Limit:
$1,000,000
Bodily Injury/person:
$0
® Occurrence
$0
Property Damage:
$0
Each Occurrence:
❑ Owner's and Contractors
Aggregate:
Statutory Limits
Protective
$1,000,000
Disease /Policy Limit:
$1,000,000
Disease /Employee:
$1,000,000
Per Claim
$250,000
Aggregate
•
AUTO LIABILITY
7RS66307800
06 /01 /00
06/01/01
❑ Any Automobile
❑ All Owned Autos
❑ Scheduled Autos
Hired Autos
X❑ Non -owned Autos
❑ Garage Liability
EXCESS LIABILITY
❑ Umbrella Form
❑ Other than Umbrella Form
A
WORKERS'
7CW30554603
06125/00
06/25/01
COMPENSATION
AND EMPLOYER'S
LIABILITY
B
PROFESSIONAL
SFN113817340
06/01/98
06/01101
LIABILITY'
Description of Operations /LocationsNehicles /Restrictions /Special items:
ALL OPERATIONS OF THE NAMED INSURED. SEE ATTACHED ADDITIONAL INSURED ENDORSEMENT.
'Written at aaareaate limits of liabilitv not less than amount shown
POLICY LIMITS
General Aggregate:
$2,000,000
Products- Com/Ops
WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED.
Aggregate:
$2,000,000
Personal and Adv. Injury:
$1,000,000
Each Occurrence:
$1,000,000
Fire Dmg. (any one fire):
$ 100,000
Combined Single Limit:
$1,000,000
Bodily Injury/person:
$0
Bodily Injury/accident:
$0
Property Damage:
$0
Each Occurrence:
Aggregate:
Statutory Limits
Each Accident:
$1,000,000
Disease /Policy Limit:
$1,000,000
Disease /Employee:
$1,000,000
Per Claim
$250,000
Aggregate
$500,000
$0
Certificate Holder:
THEAGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED
WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED.
City of Newport Beach
CANCELLATION:
Public Works Dept., Attn: Shaun
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING COMPANY, ITS AGENTS OR REPRESENTATIVES WILL MAIL 30
P.O. Box 1768
DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EXCEPT IN
Newport Beach, CA 92658
THE EVENT OF CANCELLATION FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS
NOTICE WILL BE GIVEN.
Autho ,etl Representairve: / 09/20/00
cc:
KEMPER PREMIER ENDORSEMENT
FOR ARCHITECTURE AND ENGINEERING FIRMS
This blanket endorsement modifies insurance provided under the following:
[Named Insured: Hutson & Partners
olicy Term: 0 610 110 0 -06101101 Policy No. 7RS66307800
1. THE FOLLOWING IS ADDED TO THE BUSINESS OWNERS LIABILITY COVERAGE FORM, BP 71 08:
Item 5. of Section C. – WHO IS AN INSURED, is deleted and replaced by the following:
2.
0
4.
ADDITIONAL INSURED — BY CONTRACT, AGREEMENT OR PERMIT
City of Newport Beach, its officers, agents, officials, employees and volunteers
Any person or organization (named above) to whom or to which you are obligated by virtue of a written
contract, agreement or permit to provide such insurance as afforded by this policy is an insured, but only with
respect to liability arising out of:
a. "Your work" for that insured by you, including work or operations performed on your behalf for that
insured;
b. Permits issued by state or political subdivision for operations performed by you; or
c. Premises you own, rent, occupy or use.
PRIMARY /NON- CONTRIBUTORY —This insurance is primary and is not additional to or contributing with
any other insurance carried by or for the benefit of Additional Insureds.
This provision does not apply unless the written contract or agreement has been executed, or the permit has
been issued, prior to the "bodily injury; " property damage; "personal injury" or "advertising injury."
This provision does not apply to any person or organization included as an insured under Additional Insured
– Vendors.
SEPARATION OF INSUREDS — Except with respect to the Limits of Insurance, and any rights or duties
specifically assigned in this policy to the first Named Insured, this insurance applies:
a. As if each Named Insured were the only Named Insured; and
b. Separately to each insured against whom claim is made or suit is brought.
NOTICE OF CANCELLATION
a. If we cancel this policy for any reason other than non - payment of premium, we will mail written
notice at least 30 days before the effective date of cancellation to the Additional Insureds on file
with the Company.
b. If we cancel this policy for non - payment of premium, we will mail written notice at least 10 days
before the effective date of cancellation to the Additional Insureds on file with the Company.
WAIVER OF SUBROGATION — V.2.a. Applicable to Businessowners Liability Coverage:
If the insured has rights to recover all or part of any payment we have made under this policy, those rights
are transferred to us. This insurance shall not be invalidated should the Named Insured waive in writing,
prior to a loss, any or all rights of recovery against any party for a loss occurring. However, the insured must
do nothing after a loss to impair these rights. At our request, the insured will bring "suit" or transfer those
rights to us and help us enforce them. This condition does not apply to Medical Expenses Coverage.
Nothing herein contained shall vary, after or extend any provision or condition of the Policy other than as above stated.
AMERICAN MOTORISTS INSURANCE COMPANY
Authorize igna re
I NOTE: MEETS OR EXCEEDS CG 20 10 11 851 ISSUED: September 20, 2000
September 26, 2000
CITY COUNCIL AGENDA
ITEM NO. 6
APPROVED
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: 15TH STREET, NEWPORT PIER, 58TH STREET, AND ORANGE STREET
RESTROOMS REHABILITATION, CONTRACT NO. 3377 - APPROVAL
OF PROFESSIONAL SERVICES AGREEMENT
RECOMMENDATION:
Authorize the Mayor and the City Clerk to execute a Professional Services Agreement
with Hutson & Partners Architecture, in the amount of $16,500 to prepare plans,
specifications, and estimates for rehabilitating the 15`h Street, Newport Pier, 58`h Street,
and Orange Street public restrooms.
DISCUSSION:
The current budget contains an appropriation for rehabilitating the 15th Street, Newport
Pier, 58th Street, and Orange Street public restrooms (see attached map for locations).
The restroom rehabilitation is an item funded under the American Trader Oil Spill
settlement.
Staff requested proposals from the following consultants to provide professional
services for the project:
1. Azizi Architects
2. Paul Ruffing, Architect
3. Hutson & Partners Architecture
Proposals were returned from Azizi Architects and Hutson & Partners Architecture. Paul
Ruffing stated he was too busy with other projects to submit a proposal.
After reviewing the qualifications of the two firms submitting proposals, staff felt that
Hutson & Partners Architecture was better qualified to perform the work. The sealed fee
envelope containing their proposed fees was opened staff negotiated the services and
fees described in the attached Professional Services Agreement.
SUBJECT: 15TH STREET, NE�RT PIER, 58TH STREET AND ORANGE STIR RESTROOMS REHABILITATION,
CONTRACT NO. 337 APPROVAL OF PROFESSIONAL SERVICES AG MENT
September 26, 2000
Page: 2
Per the attached agreement, Hutson & Partners Architecture will field- review existing
facilities; compile a prioritized list of rehabilitation and aesthetic enhancement needs;
prepare sketches and estimates for the items on their list; meet with staff to compare their
data with staffs data; and complete final, permit -ready plans, specifications, and
estimates by March 1, 2001.
The following appropriation provides adequate funds to award this contract:
Account Name Account Number Amount
Beach Restroom Improvements 7295- C5100567 $16,500
Hutson & Partners Architecture has previously provided excellent consultant services to
the City. City staff will furnish design surveys, geotechnical data, environmental
documentation, and plan check for the project. To minimize cost and public
inconvenience, all four restrooms will be constructed under a combined contract next
spring (if plans, specifications and permits are completed in a timely manner) or next fall.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
i
►' , '�I%�%�,
. . .
Design Engineer
Attachments: Restroom Location Map
Professional Services Agreement
0
0
PROFESSIONAL SERVICES AGREEMENT
FOR
15TH STREET, NEWPORT PIER, 58TH STREET,
AND ORANGE STREET RESTROOM REHABILITATION
THIS AGREEMENT, entered into this day of , 2000, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City "), and Hutson & Partners Architecture, whose address is 417 30th Street, Newport
Beach, California 92663 (hereinafter referred to as "Consultant'), is made with reference
to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City must rehabilitate public restrooms located 15th Street, Newport Pier,
58th Street and Orange Avenue.
C. City desires to engage Consultant to prepare plans and specifications for
said restroom replacements (hereinafter referred to as 'Project") upon the
terms and conditions contained in this Agreement.
D. The principal member of Consultant firm for the purpose of Project is Lyle R
Hutson, AIA.
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, has
successfully negotiated with Consultant, and desires to contract with
Consultant under the terms and conditions provided in this Agreement.
-1-
E
0
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the _ day of , 2000, and
shall terminate on the _ day of , 200_, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit "A" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement shall not exceed the total contract price of
Sixteen Thousand Five Hundred dollars ($16,500).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
computer printing, postage and mileage.
3.2 Consultant shall submit monthly progress invoices to City payable by City
within thirty (30) days of receipt of invoice, subject to the approval of City and based upon
-2-
0 0
the billing rates as set forth in Exhibit "B ".
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance by
City. Such costs shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. Approved computer data processing and reproduction charges.
C. Actual costs and /or other costs and /or payments specifically authorized in
advance in writing and incurred by Consultant in the performance of this
Agreement.
4. STANDARD OF CARE
4.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant
-3-
0 0
represents and warrants to City that it has or shall obtain all licenses, permits,
qualifications and approvals required of its profession. Consultant further represents and
warrants that it shall keep in effect all such licenses, permits and other approvals during
the term of this Agreement.
4.2 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, failure of City to furnish timely information or to promptly
approve or disapprove Consultant's work, delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the details
in means of performing the work provided that Consultant is in compliance with the terms
of this Agreement. Anything in this Agreement which may appear to give City the right to
direct Consultant as to the details of the performance of the services or to exercise a
measure of control over Consultant shall mean that Consultant shall follow the desires of
City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
151
• a
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant's services on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Lyle Hutson, Architect, to be its Project
Manager. Consultant shall not bill any personnel to Project other than those personnel
identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior
written approval by name and specific hourly billing rate. Consultant shall not remove or
reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project on a timely basis as contemplated by this Agreement.
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement
and the services shall be performed by Consultant in accordance with the schedule
specified below. The failure by Consultant to strictly adhere to the schedule may result in
termination of this Agreement by City and assessment of damages against Consultant for
delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays
which are due to causes beyond Consultant's reasonable control. However, in the case
-5-
0
of any such delay in the services to be provided for Project, each party hereby agrees to
provide notice to the other party so that all delays can be addressed.
8.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days after the start
of the condition which purportedly causes a delay, but not later than the date upon which
performance is due. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays which are beyond
Consultant's control.
8.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances by
telephone, fax, hand delivery or mail.
9. CITY POLICY
Consultant will discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator and City Council.
11. PROGRESS
Consultant is responsible to keep the Project Administrator and /or his /her duly
authorized designee informed on a regular basis regarding the status and progress of the
work, activities performed and planned, and any meetings that have been scheduled or
M
0 0
are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions policies, all
insurance policies shall add City, its elected officials, officers, agents, representatives and
employees as additional insured for all liability arising from Consultant's services as
110
E
described herein.
•
Insurance policies with original endorsements indemnifying Project for the
following coverages shall be issued by companies that are admitted to do business in the
State of California and assigned Best's A- VII or better rating:
A. Worker's compensation insurance covering all employees and principals of
Consultant, per the laws of the State of California.
B. Commercial general liability insurance covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be in a
minimum amount of $2 million.
C. Commercial auto liability and property insurance covering any owned and
rented vehicles of Consultant in a minimum amount of $1 million combined
single limit per accident for bodily injury and property damage.
D. Professional errors and omissions insurance which covers the services to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
In
0 0
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, that
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing comprehensive general and automotive liability
insurance to either Consultant or City with respect to the services of Consultant herein, a
waiver of any right of subrogation which any such insurer of said Consultant may acquire
against City by virtue of the payment of any loss under such insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership orjoint- venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
!Q
0 0
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
Consultant shall, at such time and in such form as City may require, furnish reports
concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless the release of information is authorized by City.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide access to and upon request of Consultant one copy of
all existing record information on file at City. Consultant shall be entitled to rely upon the
accuracy of data information provided by City or others without independent review or
evaluation. City shall provide all such materials in a timely manner so as not to cause
delays in Consultant's work schedule.
-10-
• •
18. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Lloyd
Dalton, PE, shall be considered the Project Administrator and shall have the authority to
act for City under this Agreement. The Project Administrator or his authorized
representative shall represent City in all matters pertaining to the services to be rendered
pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
SEE
•
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in Consultant's work, the additional design,
construction and /or a restoration expense shall be borne by Consultant. Nothing in this
paragraph is intended to limit City's rights under any other sections of this Agreement.
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making or participating in making decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
-12-
0 0
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted
without prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
City of Newport Beach, attention: Lloyd Dalton
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, CA, 92658 -8915
(949) 644 -3328
Fax (949) 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Hutson & Partners Architecture, attention: Lyle Hutson
417 30t Street
Newport Beach, CA 92663
(949) 675 -9195
Fax (949) 675 -9638
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
-13-
0 0
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
26.1 City shall have the option, at its sole discretion and without cause, of
terminating this Agreement by giving seven (7) days' prior written notice to Consultant as
provided herein. Upon termination of this Agreement, City shall pay to Consultant that
portion of compensation specified in this Agreement that is earned and unpaid prior to the
effective date of termination.
27. COMPLIANCES
Consultant shall comply with all state or federal laws and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
-14-
E
0
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of City. Since
Consultant has no control over the cost of labor and material, competitive bidding or
market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of the work. City agrees that Consultant shall not be
liable for claims, liabilities or losses arising out of, or connected with (a) the modification
or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of
accuracy or readability of CADD data due to inappropriate storage conditions or duration;
or (c) any use by City or anyone authorized by City to use CADD data for additions to this
Project, for completion of this Project by others, or for any other project, excepting only
such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City
agrees to indemnify Consultant for damages and liability resulting from the modification or
misuse of such CADD data.
All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file
format. All written documents shall be transmitted to the City in Microsoft Word 97 and
Microsoft Excel 97 and be consistent with Microsoft Office 97.
-15-
• 0
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
Bv:
Robin Clauson
Assistant City Attorney
ATTEST:
By:
LaVonne Harkless
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Mayor
City of Newport Beach
Hutson & Partners Architecture
By:
Lyle R. Hutson, AIA, Principal
Hutson & Partners Architecture
f:\ users \pbv,Asharedtagreementstamedoan trader\restroom rehabilitation\hutson agreement
-16-
I
HUTSON S�
PARTNERS
17 ;Ili; <TP11T
\f I''IT R'1, ,.
Ti,L ')40-075,919i
rn X;Q +9•t „i -9635
ELL, TKOII, ?1{n
•
August 31, 2000
Mr. Lloyd Dalton, Design Engineer
Public Works Department
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92658 -3311
Re: Qualifications for Hutson & Partners
Dear Lloyd:
It is with great pleasure that Hutson & Partners submits these qualifications to the
City of Newport Beach for the Oceanfront Restroom Rehabilitation project in
Newport Beach.
I would like to thank you and the City for allowing us to submit these qualifications
for professional architectural services. This introduction is intended to answer a
number of questions that you may have about our firm. If after review of our
qualifications and the additional information provided you have further questions,
please do not hesitate to call and we will be happy to answer any questions you may
have.
The following information is provided for you use in evaluation of our firm, its
philosophies and personnel.
1. PERSONNEL
Hutson & Partners is comprised of people who's objective is to provide
clients with service, experience and creativity beyond that normally received
from larger architectural firms with the hands on accessibility of the
principal architects. Principal involvement is not just aline we tell our
clients, but the way we work. On this project, Lyle R. Hutson, AIA, will
be the individual leading the project commencing with the initial research,
reviewing information and preparing plans, specifications and estimates for
the needed facility modifications. The following is a brief description of
related projects that Hutson & Partners personnel has had a direct
involvement with. In addition, attached are personal profiles for the
individuals listed below.
Lyle R. Hutson, AIA - Hutson & Partners
Experience includes:
Newport Beach Qualifications • •
August 31, 2000
Page 2 of 5
• Signal Hill Community / Youth Center
City of Signal Hill
Remodel and expansion of City Youth Center and Community
Center
Design Architect / Consultant for City of Signal Hill
• Police Department Operations Room /Staff Lounge
Design Architect / Consultant for City of Newport Beach
• City of Newport Beach Balboa Ferry Restroom
Remodel for existing restroom building and viewing deck at the
Balboa Ferry.
• City of Newport Beach City Council Chambers Remodel
ADA Accessibility for the council chambers.
• City of Newport Beach ADA Renovations
ADA Accessibility Consultant for 30 separate recreation sites within
the city of Newport Beach.
• Oasis Senior Center Recreation Room
Design Architect for "Friends of Oasis" / Oasis Senior Center
Newport Beach, CA
• Oasis Senior Center Kitchen Remodel
(Federal Meal Program)
Design Architect for "Friends of Oasis" / Oasis Senior Center
Newport Beach, CA
• Colony Club Association Community Clubhouse /Pool
ADA / Title 24 Accessibility, Restrooms & Outside Showers
• Balboa Community Center Remodel
Design Architect / Consultant for City of Newport Beach
• West Newport Community Center Accessibility Remodel
Design Architect / Consultant for City of Newport Beach
• Woodbridge Plaza ADA Consulting /Construction
Design Architect / Consultant for 3 building Office complex
renovation including restrooms, showers, stairs, etc.
Rosie Garcia - Project Manager
Rosie has a Bachelor's Degree in Architecture from Cal Poly
Pomona, she has been with Hutson & Partners over 3 years and has
worked on numerous projects for the City of Newport Beach. Her
experience ranges from preparing Drawings for Planning, Zoning
and Design Review to Construction Drawings and Construction
Newport Beach Qualifications
August 31, 2000
Page 3 of 5
0
Observation. In the last 2 years she has worked exclusively on
ADA Compliance and has a reasonable understanding of the
requirements. She also possesses the ability to get everyone
involved in a "team" mentality so that the project becomes the
primary focus.
Her experience includes:
• Signal Hill Community / Youth Center
City of Signal Hill
Project Manager /Construction Documents and Construction
Observation
• Police Department Operations Room /Staff Lounge
Design Development / Construction Drawings
• City of Newport Beach Balboa Ferry Restroom
Facility Review, Field Verify Existing Conditions, Design
Development/Construction Drawings/Project Management
• City of Newport Beach City Council Chambers Remodel
Field Verify Existing Conditions, Construction Drawings/Project
Management
• Colony Club Association Community Clubhouse /Pool
Design Development Package
• Woodbridge Plaza ADA Consulting /Construction
Project Manager /Construction Drawings /Construction Observation
2. ATTRIBUTES
Hutson & Partners is an architectural firm that has combined talents to
provide architectural and planning services for specific design and
construction projects. Our collaboration is not one of convenience or need
but an association and combination of talents that are best suited for specific
projects. Our experiences with similar types of projects and our willingness
to participate in the process will enable the City of Newport Beach and the
public Works department to gain the benefit of a combined architectural
effort. As previously indicated we have worked on a number of similar
projects and are comfortable that we can provide unparalleled quality and
integrity with creative and cost effective problem solving.
We would like the City of Newport Beach to evaluate our qualifications
carefully in that there may be areas of experience that we can provide that
were not previously considered for a project of this type.
Newport Beach Qualifications
August 31, 2000
Page 4 of 5
3.
0
SERVICES
Hutson & Partners will provide the following services with regard to each
item as determined by the city and as prepared and outlined in the Request
for Qualifications dated 8/24/00. All services described will be performed
by Hutson & Partners and solutions will be reviewed with the city staff for
intent and alternative options (if any).
• Provide the city with additional areas of non - compliance as discovered during
field review (if any).
• Review of all information and preliminary scope of work with city staff prior to
preparation of final PS &E.
• Preparation of PS &E which conform with the requirements of the 1997
Uniform Building Code and applicable ADA regulations as interpreted by the
city of Newport Beach.
• Prepare PS &E in an 24" x 36" (sheets provided by the City) format and submit
for plan check.
• Provide clarification and in- the -field assistance if need to resolve any design
related problems during construction of the improvements. Clarification shall
be limited to design issues related to the identified changes.
• During field review of identified upgrades Hutson & Partners may note for
consideration by City staff additional items which should be considered for
alteration or removal.
• We would request that the City provide all information regarding existing
conditions and field observations used during the cities development of the
current project list. In addition we would like all documents that exist for the
facilities and any other information that relates to the facilities specifically site
plan, floor plans, electrical and plumbing drawings if available. These items are
not required, but if they exist it will aid the process and reduce the cost of
preparation of PS &E.
4. SUB CONSULTANTS
Hutson & Partners has developed a team of professionals that are history of
providing quality and professional services. Hutson & Partners would be
responsible for all aspects of the project Our sub consultants have worked
with Hutson & Partners on a continuing basis for over 10 years and is
experienced with this type of institutional and remodel work in their
respective disciplines. Hutson & Partners would maintain control in all sub
consultant work and would be the decision maker with respect to all value
engineering.
Newport Beach Qualifications . •
August 31, 2000
Page 5 of 5
Hutson & Partners may contract Mechanical, Electrical, Plumbing and
Structural Engineers as necessary. This will be determined after site visits
and determination of scope of work.
5. INSURANCE
Hutson & Partners carries General Liability and Professional Liability
Insurance that is not required for practicing professionals. We view this as
a benefit to us as well as our clients in providing professional architectural
and planning services. We attempt to maintain the quality and
professionalism that is expected of professional licensed architects. To this
effort we offer to name as additionally insured the City of Newport Beach
as allowed within the confines of the separate policies.
Commercial General Liability : Total Limit: $1,000,000.00
Professional Liability: Total Limit: $500,000.00
6. PRIOR NEWPORT BEACH EXPERIENCE
It should be noted that Hutson & Partners has successfully worked with the
City of Newport Beach Recreation Department, Planning Department, and
Public Works Departments on a variety of projects over the last 5 years.
This includes meeting all licensing and insurance requirements as well as
providing quality professional services.
We sincerely appreciate your request for qualifications and I look forward to
hearing from you and will await your response.
Sincerely,
Lyle R. Hutson, AIA
?J 4
HUTSON 6:
PARTNERS
Tu 049-o-.5 910i
F,1'0411.1,; i.9n IS
0 0
August 31, 2000
Mr. Lloyd Dalton, Design Engineer
Public Works Department
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92658 -3311
Re: Fee Proposal for Oceanfront Restroom Rehabilitation
Dear Lloyd:
&z"a/ro
It is with great pleasure that Hutson & Partners submits this proposal to the City of
Newport Beach. Per your letter dated 8/24/00 and review of the restrooms we have
prepared this proposal.
SERVICES
Hutson & Partners will provide the following services with regard to each item as
determined readily achievable by the city as prepared and outlined in the Request for
Qualifications dated 8/24/00. All services described will be performed by Hutson &
Partners and solutions will be reviewed with the city staff for intent and alternative
options (if any).
• Review each item as described and prepare field condition sketches for
preparation of PS &E.
• Review with city project manager proposed solution and alternatives (if
any).
• Provide the city with additional areas of non - compliance as discovered during
field review (if any).
• Review of all information and preliminary scope of work with city staff prior to
preparation of final PS &E.
• Preparation of PS &E which conform with the requirements of the 1997
Uniform Building Code and applicable ADA regulations as interpreted by the
City of Newport Beach.
• Prepare PS &E in an 24° x 36" (sheets provided by the City) format and submit
for plan check.
Newport Beach Fee Proposal •
kugust 31, 2000
'age 2 of 2
• Provide clarification and in- the -field assistance if need to resolve any design
related problems during construction of the barrier removal. Clarification shall
be limited to design issues related to the identified barrier only, consultation on
additional barriers shall be classified as additional services.
• During field review of identified barriers Hutson & Partners may note for
consideration by City staff additional items which should be considered for
alteration or removal. Hutson & Partners shall not be compensated for such
identifications and as such will not be responsible for identification of such.
STANDARD AGREEMENT
We have reviewed the City standard consultant agreement and have the following
comments: None at this time.
FEE
The fee to provide PS &E for the four restroom facilities; 15th Street, Newport Pier,
58th Street, and Orange Street shall be $16,500.00 plus reimbursable items
(Telephone, FAX, printing and mileage)which will be billed back to the City at a
rate of 1.10 administrative multiplier. This fee is based on a Magnitude of Cost of
$145,000.00 to $175,000.00. This fee does not include costs for any additional
consultants such as plumbing, mechanical, electrical that may be required by the
City during plan check. At this time no additional consultants are required.
Additional services shall be based on an hourly rate of:
Principal -
$95.00 /Hour
Draftsperson -
$55.00 /Hour
Clerical -
$45.00 /Hour
Time to complete the proposed scope of work shall be 12 -16 weeks based on City
staff review and comments on the preliminary design criteria for barrier removal.
As indicated above we have requested minor changes to the standard agreement that
will allow our insurance carrier to issue the appropriate certificates to the City of
Newport Beach. I trust this proposal meets with your approval and look foreword
to hearing from you.
Sincerely,
Lyl@ R. tson, A A
Principal
I;
1
OC%
..
InI �
A,y �Q
V
Q VD
a
J
v
� c
y
W vwV �. «V;nc N
E V p w.,
L6 fz-
O `C- W— A o b 2 3 v m
,off— c c.N v au.2m
Eoa oQO >°v°�
` b c c U c= p So
C Y c m p N ry A q
C � U U V W ,L U V S
iA o.amooLdw0± --YJ
N �V
E U��
a
N � �.
✓ 2 A C
a Fa YO -yin °-UZ
.n v ` v v v
a U= 'u a => o a ro