Loading...
HomeMy WebLinkAboutC-3642 - Corporation Yard Building WCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC December 12, 2007 Horizons CCI Services, Inc. 712 North Valley, Suite G Anaheim, CA 92801 Subject: Corporation Yard Building "W" (C -3642) To Whom It May Concern: On December 12, 2006, 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 January 18, 2007. The Surety for the contract is The Explorer Insurance Company and the bond number is 2165962. Enclosed is the Faithful Performance Bond. Sincerely, J LaVonne M. Harkless, MMC City Clerk cc: Public Works Department 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 ORIGINAL THE vREMIUAA rs vREO GArEn orr THE RNA CONTRACTPRICEANO ISSUED IN FOUR ORIGINAL COUNTERPARTS JSSUBJECTTOAOJUSTA7ENT. COUNTERPART N0.3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 BOND NO. 2165962 PREMIUM: $6,922.00 FAITHFUL PERFORMANCE BOND $25.00 TO THE FIRST $100,000.00 The premium charges on this Bond is $ 15.00 TO THE NEXT $400,000.00 being at the rate of $ 6,922.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to HORIZONS CCI SERVICES, INC.,, hereinafter designated as the "Principal ", a contract for construction of CORPORATION YARD BUILDING IT ', Contract No. 3642 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. 3642 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 THREE HUNDRED NINETY- -FOUR THOUSAND, SEVEN HUNDRED FORTY DOLLARS AND 001100 ($394,740.00) 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 work, 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. F'Z'. 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 and 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 duly executed by the Principal and Surety above named, on the BTH day of APRIL , 2005. HORIZONS. CC[ SERVICES, INC., (Principal) Autha' ed Signature�tie� THE EXPLORER INSURANCE COMPANY Name of Surety authorized Agent Signat e 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 JULIA B. LEONARD, ATTORNEY-IN-FACT Address of Surety Print Name and Title 619- 261 -7330 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On APR 8 2005 before me, S.L. KYSETH, NOTARY PUBLIC Name and Tige of Olgoer (e.g., "Jane Doe, Notary Public") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ proved to S.L. iGYSETH COMM. #1528013 NOTARY PUBLIC - CALIFORM MIrR, 1 9 �v19 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 his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. --- ------- -- ---------------------"--- 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: Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BO -1133 09100 ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: General ITS 11.+Le1 Iw INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Camino Real San Diego, Ca 92130 -2045 BOND # TERRORISM COVERAGE DISCLOSURE 2165962 The Terrorism Risk Insurance Act of 2002 (the "Act ") establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain Iosses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. No. 0002916 ISSUED IN FOUR ORIGINAL COUNTERPARTS ICWGROUP BOND NO: 2165962 Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint KENNETH A. COATE, MARK N. GLADDING AND JULIA B. LEONARD their true and lawful Attorney(s) -in -Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this l6th day of January, 2001. �ut�aarM)BFy ��Q, may ��i INSURANCE COMPANY OF THE WEST j a�rrohy� joss coo n�+' \n\ /S.P� 1 THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY P of SEAL COMPANY John H. Craig, Assistant Secretary John L. Hannum, Executive Vice President Sate of California } County of San Diego ss. On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hammon and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instnunart, 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. MARY COBB .. `" COMM. #1321341 t7 t� N0tAPYPU9UC- CAU:0WA rnA T`{ r SAN Expir COrmnsyp�� s :i SEPTEMBER20. 2005 Witness my hand and official seal. Mary Cobb, 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 respective Boards of Directors of each of the Companies: "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 -Faa 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 FURTTER: 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 Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do 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 respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 8TH day of APRIL 2005 au John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-500 -877 -1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above coined indiwdual(s) and details of the bond to wldch the power is attached. For information or Sling claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (855) 350 -2400. Page 1 of 1 Washington, Lillian From: Lacey, Mary Sent: Tuesday, January 30, 2007 3:34 PM To: Washington, Lillian Subject: Horizons Contractor E Contractor I Street I City, State, zip Horizons CCI Services, Inc. 712 North Valley, Suite G Anaheim, CA 92801 Contractor Phone Fax Mobile (714)563 -1600 (714)563-15301(714) 417-4323 This is what we have on file for them. Mary Locey I Public Works Specialist I City of Newport Beach Phone: 949-644-33111 Fax: 949 - 644 -3316 1 Email: mlocey @city.newport - beach.ca.us 01/30/2007 df'wp'o CITY HALL Office of the City Clerk ® A011k NBFW�< 3300 Newport Boulevard Q� PO. Box 1768 '5777357w�-,P mrwi FOR Lr Newport Beach, California 92658-8915 RETURN SERVICE REQUESTED Horizons CCI Services, Inc 2111 W. Crescent Avenue Ste G Anaheim, (- $ 00-608 MAILFI) PP. OPA Z.1pGODF MWCWTO 19MMOMM *LRA3 AIDDPMXSED WN &Z For, TO.' PORWARD 820*0691669 .*2077-oar"2-26-27 K' A XG s CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC January 18, 2007 Horizons CCI Services, Inc 2111 W. Crescent Avenue Ste G Anaheim, CA 92801 Subject: Corporation Yard Building W (C -3642) To Whom It May Concern: On December 12, 2006, 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 December 14, 2006, Reference No. 2006000838195. The Surety for the contract is The Explorer Insurance Company and the bond number is 2165962. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Michael Sinacori, P.E. encl. 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 ORIGINAL 0 . -6- ... . ISSUED IN FOUR ORIGINAL COUNTERPARTS COUNTERPART NO._a_ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W' CONTRACT NO. 3642 BOND NO. 2165962 PREMIUM: INCLUDED IN THE PREMIUM CHARGED FOR THE PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to HORIZONS CC[ SERVICES, INC., hereinafter. designated as the 'Principal," a contract for construction of CORPORATION YARD BUILDING "W", Contract No. 3642 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. 3642 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 INSRUANCE 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 THREE HUNDRED NINETY - FOUR THOUSAND, SEVEN HUNDRED FORTY DOLLARS AND 001100 ($394,740.00) 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, firmly 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 attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. FU The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 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, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 8TH day of APRIL . 2005. n HORIZONS CCI SERVICES, INC., (Principal) Authorized Signature/Title THE EXPLORER INSRUANCE COMPANY Name of Surety Authorized Agent Signature 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 Address of Surety 619- 261 -7330 Telephone JULIA B. LEONARD ATTOgEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL -PU State of CALIFORNIA County of RIVERSIDE ACKNOWLEDGEMENT On APR 8 290 before me, S.L. KYSETH, NOTARY PUBLIC Name and Tide of Officer (e.g., "Jam Doe, Notary Public ") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ proved to S.L. KYSETH COl #1528013 NornRVPtTeLlc• cN IFOrteru RTJEMCI! COUNTY Comm rerr Nov. to 2008 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 helshe /they executed the same in his /her /their authorized capacity(ies), and that by histher /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and --- — - ---� —� -------- OPTIONAL — - ---- -- — Though the information below is not required bylaw, it may prove valuable to persons retying 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: ❑ Individual ❑ Corporate Officer ❑ Tities(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: a ICW GROUP 11 INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Canino Real San Diego, Ca 92130 -2045 BOND # COVERAGE DISCLOSURE 2165962 The Terrorism Risk Insurance Act of 2002 (the "Act ") establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the ,policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. I.. ISSUED IN FOUR ORIGINAL COUNTERPAS No. 0002916 ICW CROUP BOND NO: 2165962 Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint KENNETH A. COATE, MARK N. CLADDING AND JULIA B. LEONARD their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof; the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. COD ailGD?11" INSURANCE COMPANY OF THE WEST R °o�+r'fc' THE EXPLORER INSURANCE COMPANY EALp n INDEPENDENCE CASUALTY AND SURETY `xCQ COMPANY aeA 4y John H. Craig, Assistant Secretary John L. Hannum, Executive Vice President State of California County of San Diego as. On December 5, 2003, before tne, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be the persons whose comes are subscribed to the wi thin instrument„ and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the insuumem, the entity upon behalfof which the persons acled, executed the insrument- V, •i: Witness my hand and official seal. vy�lt 04-66 Mary Cobb, 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 respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive on 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 repuesentations of those signatures; and the signature and seal of my 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 photonopy -g.° CERTIFICATE L the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do 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 respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have ad my hand this RTH day of APRIL 2005 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 shove 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, 11455 El Camino Real, San Diego, CA 92130-2045 or call (958) 350 -2400. LI_! CE CE Recorded in Official Records, Orange County RECORDING REQUESTED BY AND Tom Daly, clerk- Recorder WHEN RECORDED RETURN TO: 111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII111111111111111111111111111111NO FEE City Clerk 2006000838195 12:11 pm 12114106 City of Newport Beach 102 4 w12 1 3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 If Newport Beach, CA 92663 "Exempt from recording fees N` pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Horizons CCI Services, Inc. of Anaheim, California, as Contractor, entered into a Contract on April 12, 2005. Said Contract set forth certain improvements, as follows: Corporation Yard Building W (C -3642) Work on said Contract was completed on April 21. 2006, and was found to be acceptable on December 12. 2006, by the City Council. Title to said property is vested in the Owner, ar4the Surety for said Contract is The Explorer Insurance Company. Q _ N W d e ro � U VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ,C)Aa4A t,, l 3. L tom( at Newport Beach, California. r i ►i Wo 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless. MMC December 13, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice. of Completion (C -3826) Notice of Completion (C -3642) Notice of Completion (C -3800) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Encls. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644-3039, www.city.newport- beach.caus 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 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Horizons CC[ Services, Inc. of Anaheim, California, as Contractor, entered into a Contract on April 12, 2005. Said Contract set forth certain improvements, as follows: Corporation Yard Building W 1C -36421 Work on said Contract was completed on April 21, 2006, and was found to be acceptable on December 12, 2006 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 ,Gaut" 13. a o® at Newport Beach, California. BY ayU� M•r� City Clerk Q- -;6Za • 1. - CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 10 December 12, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Martin 949 -644 -3311 or pbwadmin @city.newport- beach.ca.us SUBJECT: CORPORATION YARD BUILDING "W" — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3642 RECOMMENDATIONS: 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. 5. Approve a Budget Amendment appropriating $44,900 from unappropriated Equipment Internal Services fund balance to Account No. 7611- C6120725 to cover extra costs for this project. DISCUSSION: On April 12, 2005, the City Council authorized the award Corporation Yard Building "W" to Horizons CCI Services, Inc. The contract provided the construction of a 40' x 60' x 29'± high masonry and steel structure to enclose and secure the City's welding equipment and workers to accommodate welding on all of the City's equipment and vehicles in an enclosed and sheltered facility. The masonry structure has been built also to allow for the installation of a 75 -ton bridge crane. A fenced and covered 40' x 15' storage area was also constructed adjacent to the new Building W. 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: $394,740.00 Actual amount of bid items constructed: $394,740.00 Total amount of change orders: $ 44.639.93 Final contract cost: $439,379.93 Corporation Yard Building 'W - Compleb* Acceptance of Contract No. 3642 December 12, 2006 Page 2 The final overall construction cost including Change Orders was 11.3 percent over the original bid amount. Six change orders totaling $ 44,639.93 were issued for the project. They are as follows: • Change Order 1 in the amount of $7,280.19 provided for delay time due to the City having to get the fire alarm disconnected, additional grading to raise the building slab and the repair of an unmarked gas line. • Change Order 2 in the amount of $9,830.11 provided for upgraded concrete mix, changed compressed air line to copper pipe, additional electrical wiring and a change in the truss hangers. • Change Order 3 in the amount of $17,686.69 provided for the addition of a 480 volt panel and appurtenances. • Change Order 4 in the amount of $823.02 provided for the cost of materials to install anchor bolts for the new hoist inside the building. • Change Order 5 in the amount of $5,262.29 provided for the cost of adding additional lighting within the new building and upgrading the grounding terminal for the new 480 volt panel. • Change Order 6 in the amount of $3,757.63 provided for the cost of adding additional switches and conduits for the exhaust fans and the roll up doors, and to relocate the thermostat for the heated floor system. In addition, to the Change Orders issued by the City, the Contractor has an outstanding claim for approximately $190,600 plus interest. The Contractor contends that it is entitled to this additional compensation due to alleged delays and the performance of extra work. City Staff has reviewed the claim and has determined that the Contractor's claim is without merit and that the City has cross - claims against the Contractor. The total construction cost is $439,379.93. The City has retained $43,937.99 of contract funds. If no subcontractor claims are filed during the 35 day period of the Notice of Completion, the retention will be released to the contractor. Other Project Costs: In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction $ 439,379.93 Design Services $ 22,149.26 Geotechnical Services $ 28,642.50 Geotechnical Materials Testing $ 11,804.00 Survey $ 2,220.00 Title $ 1,000.00 Incidentals and Parts $ 2,453.51 Total Project Cost $ 507,649.20 • Corporation Yard Building "w" - Completion Occeptance of Contract No. 3642 December 12, 2006 Page 3 Environmental Review: The project was determined to be Categorically Exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(c) of the CEQA Implementing Guidelines. This exemption covers the addition to structures involving negligible or no expansion of an existing use beyond that existing at the time the project was authorized by City Council, provided that the addition will not result in an increase of 10,000 square feet and the project is not located in an environmentally= sensitive area. Fundina Availability: Due to additional expenses for geotechnical services and materials testing not originally budgeted, there are not enough funds in the designated account for this project. Upon approval of the recommended budget amendment, sufficient funds for the project will be available in the following account. Account Description Corporation Yard Building W All work was completed on April 21, 2006. .Prepared by: Frank Martin Senior Public Works Inspector Attachment: Budget Amendment Account Number Amount 7611- C6120725 $439,739.93 Submitted in G. Badum Works Director (fy of Newport Beach# NO. BA- 07BA -030 BUDGET AMENDMENT 2006 -07 AMOUNT: 544,900.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from unappropriated fund balance for the completion of Corporation Yard Building W. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 610 3605 REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Equipment Fund - Fund Balance Description Signed: Signed: Signed: Financial Approval: Adminis a Services Director Administrative App• al: City Manager City Council Approval: City Clerk Amount Debit Credit $44,900.00 Autom fic System Entry. /C-2 - Date ,: �DI � G Date Date Description Division Number 7611 Equipment Fund - Capital Expenditures Account Number C6120725 Corporation Yard Building W Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Financial Approval: Adminis a Services Director Administrative App• al: City Manager City Council Approval: City Clerk Amount Debit Credit $44,900.00 Autom fic System Entry. /C-2 - Date ,: �DI � G Date Date ORIGINAL . ISSUED IN FOUR ORIGINAL COUNTERPARTS COUNTERPART N0.3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 BOND NO. 2165962 PREMIUM: $6,922.00 FAITHFUL PERFORMANCE BOND $25.00 TO THE FIRST $100,000.00 The premium charges on this Bond is $ 15.00 TO THE NEXT $400,000.00 being at the rate of $ 6,922.00 THE PREMIUM IS PREDICATED ON THE ANAL CONTRACT PRICE ANC IS SUBJECT T O AD,XIS1MENi thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to HORIZONS CC] SERVICES, INC.,, hereinafter designated as the "Principal ", a contract for construction of CORPORATION YARD BUILDING "W ", Contract No. 3642 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. 3642 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 THREE HUNDRED NINETY -FOUR THOUSAND, SEVEN HUNDRED FORTY DOLLARS AND 001100 ($394,740.00) 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 work, 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. 33 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 and 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 duly executed by the Principal and Surety above named, on the STH day of APRIL 2005. HORIZONS CCI SERVICES, INC., (Principal) Author ed Signaturerl-itle J THE EXPLORER INSURANCE COMPANY Name of Surety uthorized Agent Signa 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 JULIA B. LEONARD, ATTORNEY -IN -FACT Address of Surety Print Name and Title 619 - 261 -7330 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL- PURPOM ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On APR S 2005 before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ proved to S.L. KYSETH COMM. #1528013 NOTARYPUBLIC -I ALIPORNIA M Cartm Mi COpUNTY ZQOB 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 his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS rVy hand and offigial seal. _cow_____--- _- _ -_ -_- OPTIONAL- -_._._._..__._._M_.___.__-_ 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: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 General Number of Pages: Signer's Name: El Individual Corporate Officer Title(s): Partner - ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: 0 ICW GROUP INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Camino Real San Diego, Ca 92130 -2045 BOND # 2165962 TERRORISM COVERAGE DISCLOSURE The Terrorism Risk Insurance Act of 2002 (the "Act ") establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain Iosses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. No. 0002916 ISSUE) IN FOUR ORIGINAL COUNTERPARTS ICW GROUP BOND NO: 2165962 Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casually and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint KENNETH A. COATE, MARK N. GLADDING AND JULIA B. LEONARD their true and lawful Attorney(s) -in -Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. t118_0 �''' x'vo INSURANCE COMPANY OF THE WEST rOPe °roo* THE EXPLORER INSURANCE COMPANY a SEAL o (l\ � INDEPENDENCE CASUALTY AND SURETY `tuai t.or" +°A �yi ��� i a . COMPANY � +axa John H. Craig, Assistant Secretary John L. Hmmum, Executive Vice President State of California } County of San Diego ss. On December 5, 2003, before me, Mary Cobb, 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. MARY COBS COMM. #1321341 ff `w... NOtARYPUBIJC- CAUFORMA W SAN 0WGOCONTY 0 pins. SMMPCF£mMyen E 200$ Witness my hand and official seal. v_ Mary Cobb, 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 respective Boards of Directors of each of the Companies: "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 Atmmey(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 from signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein my be affixed by stamping, printing, typing, or photocopying." CERTIFICATE L the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not beetr revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 8TH day of APRIL 2005 49*�+�(��� Jotm 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 ansclied. For information or Sling claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 350 -2400. 5 S J CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 a.m. on the 23rd day of March, 2005, at which time such bids shall be opened and read for: CORPORATION YARD BUILDING W Title of Project CONTRACT NO. 3642 $260,000 Engineer's Estimate %Stephen G. Badum Public Works Director Plan Holder List Available http : / /www.city.newport- beach.ca.us CLICK: Online Services — Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification required for this project. `B" For further information, call Lloyd Dalton, PE, Project Manager at (949) 644 -3328 For technical information, contact Lyle Hutson, Project Architect. at (949) 675 -9195 4 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 TABLE OF CONTENTS NOTICE INVITING BIDS .......................... ................................. ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL..................... ........................................................................ .............. ..... PR -1 SPECIAL PROVISIONS ........... .............................. .... ........................... .... ................ SP -1 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES 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. The successful bidder's security shall be held until the Contract is executed. 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. 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 0 0 securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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 by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. 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). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: www.-qpo.gov/davisbacon 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. 625o22 AZ6 Contractor's License No. & Classification dorl 2oaS 7 '�, V i P z zn Bidder CZ A th zedSignature7Titie 312 21V Date ' 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 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 - - -TEN PERCENT or BID'AMOUNT---- ------- Dollars ($ 10% OF BID AMOUNT -), to be paid and forfeited to the City of Newport Beach if the bid proposat of the undersigned Principal for the construction of CORPORATION YARD BUILDING "W ", Contract No. 3642 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 execute the Contract Documents in the forTn(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of `Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 23RD day of MARCH , 2005. HORIZONS CCI SERVICES, INC. Name of Contractor (Principal) THE EXPLORER INSURANCE COMPANY Name of Surety 10255 VISTA DEL CAPITIAN LAKESIDE CA 92040 -2520 Address of Surety 619 - 261 -7330 Telephone 2L Y�/Ji I dI/" uthoriz Signatu /Title YA,\v � thorized Agent Signature 3ULIA B. LEONARD, ATTORNEY -IN -FACT _ Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL -PU State of CALIFORNIA County of RIVERSIDE ACKNOWLEDGEMENT On MAR $ 3 2 05 before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Officer (e.g., 'Jam Doe, Notary Public ") personally appeared MARK N. GLADDING, ATTORNEY IN FACT Name(s) of Signers) ® personally known to me -OR- ❑ proved to S.L. KYSETH COMM. #1528013 NOTARY PUBIC - CAUFORNIA RIVERSIDE CouNTY Comm. NoV.1 2808 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 his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. _._._.r._._._..._..____ -- OPTIONAL----------- __- _________M_____ -_ -_w 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: Number of Pages: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer ❑ Titles(s): ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Attorney -in -Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of Thumb here ❑ Other: Signer Is Representing: 80.1133 09100 Signer Is Representing: - ICW CROUP No. 0002916 Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint KENNETH A. COATI, MARK N. GLADDINC AND JULIA B. LEONARD their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereat the Companies have caused these presents to be executed by its duly authorized officers this 160h day of January, 2001. svoar.wr�, COSEAL � /�,°P INSURANCE COMPANY OF THE WEST `r THE EXPLORER INSURANCE COMPANY n > INDEPENDENCE CASUALTY AND SURETY COMPANY John H. Craig, Assistant Secretary John L. Hanmmi, Executive Vice President State of California } County of San Diego Ss. On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hamtum and John JI- Craig, personally known to me to be the persons whose names are subscribed in 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. MARY COBB COMM. #1321341 f�J NDtARYPU8Ll"AUF0RNlA N SAN DIEGO.00{1NW 0 MMyy COnrmiaawrt Expaea SEPTEMBER 20, 2M Witness my hand and official seal. `fir 00� Mary Cobb, 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 respective Boards of Directors of each of the Companies: "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 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 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." CERTVICATE L the undersigned, Assistant Secretary of hnsuran a Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in fill force and effect, and bas not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force . IN WITNESS WHEREOF, Ihave set my hand this 2380 day of MARCH 20115 o9 � 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, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 3502400. ­- Damp Slalua: 20058es1%£la't!ment File - PIC. US. Connotes date Compiled as 03112005 (As Received). I Slatcmmaw. five were of nnamtal does spechicalydn MIS compare. a Conmarmat- slpmbslde financial analysis ofDds comuarrywiwe pour gmaporpp mile offer companies you select I icampermile - remain Mrs roprpams grandam against a poorgroup composite. Rosen displays bon me Serena and small composite press selected peer group. lDog's Sev Ruling [!Ins Preserraft forms Includes Beall Financial Sleengm Rating and monclal : dais as plodded in Bag% Rey Ralfng Guide prodium. J Dan Sgmrs. 2003 Financial Dam (Quality Cross Checked). for Use File Eclk Ill Favorihes Tools Help - -= • ,.,.� ?' Bade. ; 4-7; '0 -)GIB ASearch GJFavo/lteB °��la aj 5g), a a , a © ddress iIhtip: / /www3ombe t. comiratmgs/ FulProriiersp7 B1= 0AAMB= 2852&AILSrc =I&AIWum�URATINGID= 890616 Ham. —._ _ }— PGo LInlis ij� Carl ter $Aa Rata4fince Relh lt01a1raagY %� � _ �%�Rtlgs�Fm.wiUnwmh yiwier cream ace[tirniep'Amerrcrced Sexnn ale W aGn1•p:. a •..° °�:�._.'" i : rnanxr stRmm Explorer Insurance Company �6 egaaoeEt n.,.�ea of loxamw a•e.el.�..,a, �. .e.,.an.: I'. _ kdt -1 Al.atp N.0E65S fWC X, U[$a FEIn M: If$)rG11a naW.in WONvlT mr furiwrcerenb Address: P.O. Bw 85563 Phone: e5 &3502100 :Spatial ReOms Son Dina, Ca 821305583 Fax B%3502616 sa�rla�. Web; wvrw.wrm on am Rehttilwhrt+tl _ Win" RgP'd IBCSLS.ftatinDS. - •. _ - gtHheR u, - BtOR SYYItYNar ( �= lranpl1 Ra11rIpS View DBRniticns RabnO: A.(ERCxLan) Firmncial Sim Cacagor(.N ($750 prison in We million) OP3ooR Slrmle Action. pehmtnl 1- tOET 'j Eto[dvo Dale: And 21,2001 (Reppra -and News VIII our NewsRoom tai me Was! news and grass releases for this rompom and de AM, BestOmup. ill: Hats Coommwfiep - Intrudes Bears FlnanclalSbenCth Rating and rationale alanOVdlh (� V "f comprehEnsbe anaMtcalcommempn, detailed oueinessroemewrad kaVilnanclar data SepmlRMSl OMM01232001 (represents the latest signifiicantchange). tUatOrlcal ReDales ore orailablo In Se_t's Cernnam Reoon wcaWO. _ Scar's 6ecWire 9emnmy Pryers (Einanclar Ova Mew) - available In three victors, mesa applications atria peoples feature balance sheet Income sLiameat kar financial performance @45 Mch-di..n nrnaronnim I ­- Damp Slalua: 20058es1%£la't!ment File - PIC. US. Connotes date Compiled as 03112005 (As Received). I Slatcmmaw. five were of nnamtal does spechicalydn MIS compare. a Conmarmat- slpmbslde financial analysis ofDds comuarrywiwe pour gmaporpp mile offer companies you select I icampermile - remain Mrs roprpams grandam against a poorgroup composite. Rosen displays bon me Serena and small composite press selected peer group. lDog's Sev Ruling [!Ins Preserraft forms Includes Beall Financial Sleengm Rating and monclal : dais as plodded in Bag% Rey Ralfng Guide prodium. J Dan Sgmrs. 2003 Financial Dam (Quality Cross Checked). for Use 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 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. (Use additional sheets if needed) Subcontractor's Information B Bid Item D Description of Work % %of Number T Total Bid Name: ca �vt,`d¢ ce4( . Vi, � �09�,l^% Address: /y27 J �P f YUA � µ µ CiQew� -L rc�; n,e 17 2,0 ^ ^� S Phone: 7rtf _ 3��7j - 1563 State License Number: e7v O,/3 Name: 6PLIAWn0 1 Mmvr,' fc Address: 2,b Z c, P044 fir; SO4A wNO- Q& 92707 Phone: 7!y - f 749- JON State License Number: rit'0 h Name: rArlad c � �Q Address: 003w & ~ " C'o vitta, 9i2 3 Phone: 0,l - 73 2 -7 treo State License Number: `L (2cy sPYJicP,S )XI4, Bidder Aut ized Signa ure/Title • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!I Please print or type. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number Project Description Approximate Construction Dates: From _n y) to -2coyTo: Auol • of . 2ooU Agency Name C)A _IwrzaP Contact Person bow ,5 1� ct VidSon 2 Telephone 69p 7 y - Original Contract Amount $l 3 Final Contract Amount$ Coo If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 2 Project Name /Number Project Description (ansuU r f i /o- n -Ya e ra L?w fj Lo a Approximate Construction Dates: From 7 . l` oo 3 To: /fay 2 Agency Name Contact Person , like fig gl PY, Telephone (r625 99, 3- Original Contract Amount $-31X—Final Contract Amount $ -Ci `- k If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 6N� No. 3 Project Name /Number Project Description (Ad li r 54,ve) V od ern, -z4I i'nri Approximate Construction Dates: From 21-;'ev I To: Ray-r. � , 200 3 Agency Name Contact Person Telephone (j62) q9% -7553 Original Contract Amount $ Final Contract Amount $ �J' %A-1 If final amount is different from original, please explain (change orders, extra work, etc.) It/, Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No.4 J/� L/�lChi� Project Name /Number CatolN O So V1 �L'Ynacw /�'!rs//l Z-5IPY',��Ir U Project Description Approximate Construction Dates: From INnf 20o4 To: �e C . 2o0�{ Agency Name Contact Person ��YC i l i mm i ndS Telephone (loq) Original Contract Amount $.Final Contract Amount $� O-T�- If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. TW Project Description J�,'fAQ3 PeI3e2i/at-i'6K 71 Approximate Construction Dates: From . � IAYI P 2oo� TO: CC t • 2oo q Agency Name U I ITT U it ld rMt . Contact Person A e rteA Telephone (goo 9�JI �28 Original Contract Amount $74.4bt'--) Final Contract Amount $ 7:f., 209 b� If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 6 Project Name /Number Project Description �G� c' eiboal Hao em;za to),3 Approximate Construction Dates: From oc) (--3 To: 2 om Agency Name Contact Person �Cj� e r t Telephone (!62) q� `7 -��1 53 Original Contract Amount $ Final Contract Amount $ `2. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. /lor,:zonS L'Ci bo Bidder �u-4 ed /te 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of an 9 P. ) being fir's't duly sworn, deposes and says that he or she is of 1!21 C C4 - Fdc„ the party making the foregoing ftthiftlthe 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 parry 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. p� FW + i w �Flty; coo iNG. Bidder uthoma Sinnature/TitlP Subscribed and sworn to before me this 2'2- day of MA P-C R . 12005. [SEAL] Notary Public° My Commission Expires: 2.-4 2 O8, 11 PATRICIA Y. CORTE$ M� Comm.R11479119 M W NOTARY PUBUC•CALF'OMA fn Ot�r�@ee County r N7 Comm. Expins IAeRh27,2M CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 DESIGNATION OF SURETIES Bidders name i7ori Bons 0-C I %ey-yi [' e.s . Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): I111miaA SUVed 43`11 !mot A em s `firer t Ste * 2,0 yers ide r e,4g25o I T'J (' 16/ 76P3 - R6-e l frY 5I) le -Tel:- 15,lq- 2K1 -i33o 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W' CONTRACT NO. 3642 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name AOri,zon S ec Y Swyi Ces. Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2004 2003 2002 2001 2000 Total 2005 No. of contracts 2 C J 1 Total dollar Amount of 30014, ��� �5Z Contracts (in Thousands of $ No. of fatalities .. No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder Yori,&05 col Ser CPS. SriC 1 Business Address: 2�\t V.7. I eSeeIn 92001 Business Tel. No.: State Contractor's License No. and T Classification: 8260 2 2 A R i_ Title G(r' nYa t io n _ The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. �� p 9 4 PATRICIA Y CORTES Comm. #1479119 NOTARY PUBLIC - CALIFORNIA r On���yyao Caurq My Comm. u's Much 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 ACKNOWLEDGEMENT OF ADDENDA Bidders name ri.zons (01 SerV� cej.` C. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: ri onV eC 15eyyic 7nC . Business Address: 2111 Ids. C re S C et) Mw s te P, Awd pi in i c/4 Telephone and Fax Number: T£ I 'I I - X63 - I 1S0 o Nr X -1&-M3 -M3 - /536 California State Contractor's License No. and Class: 025022 A S- Qj (REQUIRED AT TIME OF AWARD) Original Date Issued:-q-2-b-Q1 Expiration Date: -05 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: - - -L eK Wi II01,0A The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Address Name Title -. - 4 !!, l.� L 14.4 r r Corporation organized under the laws of the State of Ca torn i q is The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: 14,104 All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes 163� Are any claims or actions unresolved or outstanding? Yes / CO o 17 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. 81tem ih (Print name of qwner or President of Corporati ompany) /3arlxo s l?e7seryrces,�. Bidder AutHbrized Si nature/Title Q)\Adv Title �5/2.diM5 Date Subscribed and sworn to before me this Z�L . day of M a+zcid 2005. [SEAL] PATRICIA Y. CORTE$ Comm. # 1479119 r^ NOTARY PMnp1UUeC. CALIFORNIA N MT commO18'% X9,2008 in 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • 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. Original 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 Public Works Department within ten (10) working days after the date shown on the Notification 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. 19 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING "W" CONTRACT NO. 3642 THIS AGREEMENT, entered into this _ day of , 2005, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and HORIZONS CCI SERVICES, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: CORPORATION YARD BUILDING "W' Preparing and submitting a satisfactory Water Quality Control Plan, obtaining the Building Permit; removing and disposing of asphalt pavement and a portion of existing metal shed; staking out the building location, excavating and recompacting soil; and constructing a reinforced masonry building with storage yard and concrete aprons in the city of Newport Beach's Corporation Yard at 592 Superior Avenue. Contract No. 3642 WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3642, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the 'Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be fumished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 0 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 THREE HUNDRED NINETY -FOUR THOUSAND, SEVEN HUNDRED FORTY DOLLARS AND 001100 ($394,740.00). 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) 6443328 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Horizons CCI Services, Inc. 2111 W. Crescent Avenue, "G" Anaheim, CA 92801 714 -563 -1600 714 -563 -1530 Fax Contractor, by executing this Contract, "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 original 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 21 0 0 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 0002 (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 0002 0287 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. 22 0 0 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, agents, 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, agents, 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, agents, 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. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 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. 23 6. Right to Stop Work for Non - Compliance City shall have the right to direct 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. I. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 n L-A J 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: 'm CITY OF NEWPORT A Municipal Cg porati OMTI CITY CLERK AP=O FORM: C C r. ATTORNEY 25 HORIZONS Z110ES, INC. By: 1 Authorized Signature and Title ACORD CERTIFICAT OF LIABILITY INSURA E DATEIMMmD/YYYY) 04/01/2005 PRODUCER . (818) 788 -5200 FAX (8 788 -6141 United Agencies, Inc. /Premier Class License 0252636 5435 Balboa Blvd. #102 Encino, CA 91316 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFO I N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE ICIES BELOW. INSURERS AFFORDING COVE NAIC # INSURED Horizons CCI Services, Inc. 2111 W. Crescent Avenue Suite G Anaheim, CA 92801 INSURER A' Landmark n ante Co. LIMITS INSURER B: X INSURER C: LHA127657 D. 02/18/2006 INSURINSURER Is 1,000,00 V• THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR T ICY ICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION B ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHIM�ERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TE CLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD PULIUY OATS M PINATI LIMITS A X GENERAL LIABILITY J( COMMERCIAL GENERAL LIABILITY CLAIMS MADE 7X LHA127657 02/18/2005 02/18/2006 EACH OCCURRENCE Is 1,000,00 PREMISES Ea occurence $ 100,00( MED EXP (Anyone person) $ 5 , DD PERSONAL & ADV INJURY $ 1,000,00( X Ded:5,000 /Claim GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER POLICY PRO JECT LOC PRODUCTS - COMPIOP AGG S 2,000,0 AUTOMOBILE LIABILITY ANY AUTO COMBINE Ea socidentSINGLE LIMIT $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per Person) S HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per amideM) $ GARAGE LIABILITY AUTO ONLY - FA ACCIDENT S ANY AUTO ' OTHER THAN EA ACC E AUTO ONLY: CC $ EXCESSIUMBRELLA LIABILITY OCCUR ❑ CLAIMS MADE EACH OCCURRENCE 1 S AGGREGATE Is 8 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LABILITY TORY MI - S ER U - E.L. EACH ACCIDENT $ ANY PROPRIETORIPARTNERIEXECUTNE OFFICEP/MEMBER EXCLUDED? a yes. tle under SPEC IAL PROVISIONS below E.L DISEASE - EA EMPLOYE $ E.L DISEASE POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS E: Contract No: 3642 - Corporation Yard Building W ewport, CA he City, its officers, officials, employees and volunteers are additional insured as per - lanket Form CG2010 11/85 with Primary and Non - contributory with the insurance provided hereunder: See attached description) City of Newport Beach, .Tts officers, agents, officials, employees and volunteers Public Work Department 3300 Newport Beach P.O. Box 1768 Newport Beach, CA 92658 2512001/081 FAX- (QAQ) AAA_22 I SHOULD ANY OF POLICIES THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WALL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL OF ANY KIND UPON THE INSURER, ITS ADEN J.P. Ga NO OBLIGATION OR LIABILITY n'A rnon Y`nooncA TInm 'I DAR IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 26 (2001108) City d1rNewport Beach, Its officers, a nts, Certificate issued to City of Newport Beach, Its officers, agents, 04/01/2005 United Agencies, Inc. /Premier Class Primary Wording is included per attached. Waiver of subrogation is included per attached. '10 Day Notice of Cancellation for Non - Payment of Premium. This Endorsement Changes The Policy. Please Read !t Carefully. ADDITIONAL INSURED BLANKET - PRIMARY - This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: * * Any person or organization to whom or to which you are obligated by virtue of a written contract or by the issuance or existence of a permit, to provide insurance such as is afforded by this policy: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) SECTION 11 - WHO IS AN INSURED is amended to include as an insured the person or organization shown in t �e SCHEDULE, but only with respect to liability arising out of "your worlf' for that insured by or for you. If you are required by a written contract to provide primary insurance, this pony shall be primary as respects your negligence and SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance does not apply, but onry with respect to coverage provided by this policy. t* City of Newport Beach, Its officers, agents, offcials, employees and volunteers Public Works Department 3300 Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -8915 RE: Corporation Yard Building W- Contract No. 3642 This endorsement effective 4/11/05 formspartof Policy Number LHA127657 issuedto HORIZONS CCI SERVICES, INC. byLandmark American Ins. CO. EndorsementNo.: 002 RSG 150010903 Includes copyrighted material of Insurance Services Office, Inc. 1984 (CG 2010 1185) with Its permission A'CDRDTM CERTI 1769 W. LA PALMA AVE ANAHEIM (7141491 -3010 HATEM A. IBRAHIM HORIZONS CCI SERVICES, INC. 2111 W. CRESCENT AVE SUITE G Anl Auome . OF LIABILITY INSU INCE D3130 /2ID S 3/30/20D5 S THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR CA 92801 COVERAGES INSURER B: THE INSURED INSURER C: ! INSURER O' ys5 F POi.(C RIOD INDICATED. NOTWITHSTANDING QedlV�O`. CA 92801 INSURER E WITH RESPE T p CH THIS CERTIFICATE MAY BE ISSUED OR COVERAGES �.wv�.��.u+• •+• BEFORE THEEXPIRATION THE INSURED NAMED ABOVE F POi.(C RIOD INDICATED. NOTWITHSTANDING THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO WITH RESPE T p CH THIS CERTIFICATE MAY BE ISSUED OR ANY REQUIREMENT. TERM OR CONDITION AFFORDED OF ANY CONTRACT OR OTHER BY THE POLICIES DESCRIBED HEREIN DOCUMENT IS SUBJECT TO ALL TI' MS. EXCLUSIONS AND CONDITIONS OF SUCH MAY POLICIES, PERTAIN, THE INSURANCE AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY E POLICY XPIRA ION' LIMITS ILTR TYPE OF INSURANCE POLICY NUMBER DATE P4MIDD(YY DATE MMIDONY EACH OCCURRENCE 5 GENERAL LIABILITY FIRE DAMAGE (Any one fire) f COMMERCIAL GENERAL LIABILITY - - " ""' MEO EXP (Any one person) S CLAIMS MADE OCCUR PERSONAL B ADV INJURY $ { GENERAL AGGREGATE f PRODUCTS - COMPOP AGO S GEN'L AGGREGATE LIMB APPLIES PER ' I POLICY JECT LOG AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,DOO,UDD (Ea axidenU X ANY AUTO ALL OWNED AUTOS BODILY INJURY S IPe, person) SCHEDULED AUTOS 08299144 -0 9/8/2004 91612005 A HIRED AUTOS BODILY INJURY S (Par eaitlenU NON-OWNED AUTOS PROPERTY DAMAGE S ' rye, acadenU L AUTO ONLY - EA ACCIDENT S GARAGE LIABILITY �— EA ACC OTHER THAN S ANY AUTO _ AUTO ONLY. AGO S EACH OCCURRENCE S EXCESS LIABILITY OCCUR CLAIMS MADE AGGREGATE S f f DEDUCTIBLE S RETENTION S WG STATV- OTH- WORKERS COMPENSATION AND TORY LIMBS ER EMPLOYERS' LIABILITY EL. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE $ i E.L. DISEASE - POLICY LIMIT f OTHER DESCRIPTION OF OPERATK NBfLOCATIONS IVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER(S) ARE NAMED ADDITIONAL INSUREDS) AS PER ATTACHED ENDORSEMENT AND WITH TO WORK PERFORMED CORPORATIGWYARD BUILDING W CITY OF NEWPORT BEACH, CA. CONTRACT NO. RESPECT 3642. ADDITIONAL INSUREDS: THE CITY, IT'S OFFICERS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS. CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LtI I tR: �.wv�.��.u+• •+• BEFORE THEEXPIRATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN CITY OF NEWPORT BEACH NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBUGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR PUBLIC WORKS DEPARTMENT REPRESENTA IVES. 330 NEWPORT BOULEVARD AUTHO P SENTATIVE NEWPORT BEACH CA 92658 m ACORD CORPORATION 1998 ACORD 265 (7197) PF 0.0.1 LM: LPW 0.9.8 on 5130/05 -10:42 by UserName LP'. LPW A.B.S on 3MIN0 10:42 by U..dN e 6028b Z ADDITIONAL INSURED This endorsement is a part of your policy. Except for the changes in states, all other terms of the policy remain the same and apply to this endorsement. It is effective at the same time as your policy if issued with it. If issued at a later time the name, policy and effective date must be shown. Issued by PROGRESSIVE INSURANCE COMPANY of Highland Heights, Ohio by the company's name on the.policy of which this endorsement a part. Named Insured PROGRESSIVE INSURANCE COMPANY Policy number: 08299144 -0 Countersigned 7AL Y 27 Effective date 09/08/04- 09/08/05 by L 12:01 AM Standard Time Au ara q It is agreed that Liability- Coverage A of your policy is extended to the party named on the declarations page as an Additional Insured. The Additional Insured is subject in the provisions of the policy granting coverage to an insured other than you. The Additional Insured: 1. has the same right of recovery tinder this policy as before; 2. is not liable for any premium or any expense under this policy; 3. is not a member of the Proggiesive Insurance Company of Highland Heights, Ohio. This policy will not be changed or terminated as to the interest of the Additional Insured unless we give such insured notice. The number of days we will give is ten unless another number is shown on the declarations page. President ADDITIONAL INSURED: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA. 92663 ADDITIONAL INSUREDS: THE CITY, ITS OFFICERS, OFFICIAL, EMPLOYEES, AND VOLUNTEERS r 06 DS 02:29p jp J/ J� Fax #: CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach P. 1 This checklist is comprised 'offrrequirements as outlined by the City of Newport Beach. l Date Received: =f'- S W DeptlContact Received From: Lf Date Completed: - (p -6S Sent to: a I-A ,yt (5 - Company /Person required to have certificate: l 13,5 C_L ✓u! C-1-O GENERAL LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): f1 C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $1M or greater): What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ❑Yes f No d pLG Yes No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? Yes ❑ No H. CAUTION! (Confine that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes X�Nlo 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: B. AM BEST RATING (A: VII or greater) _Ib C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? 9Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? XYes ❑ No F. PRIMARY & NON- CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? Yes ❑ 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: B. AM BEST RATING (A; VII or greater): C) f a)'D 0-1 C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes No IF NO, WHICH ITEMS NEED TO BE COMPLETED? r: `I h c, W � G-�.i..,slfr Company Profile • Page 1 of 2 Company Profile EXPLORER INSURANCE COMPANY (THE) PO BOX 85563 11455 EL CAMINO REAL SAN DIEGO, CA 92186 -5563 800 - 788 -8984 Agent for Service of Process JAMES III W. AUSTIN, 11455 EL CAMINO REAL SAN DIEGO, CA 92130 -2045 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 40029 NAIC Group #: 0922 California Company ID #: 3004 -9 Date authorized in California: July 17, 1985 License Status: UNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: ARIZONA Dines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the log ssary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY . ak MISCELLANEOUS http: / /cdinswww. insurance. ca.gov /pls /wu_co _prof/idb_co_prof utl.get_co _prof?p_EID =... 04/19/2005 Company Profile • • Page 2 of 2 PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information lkCompany Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - November 04, 2004 11:18 AM Copyright ® California Department of Insurance Disclaimer http: / /cdinswww. insurance. ca.gov /pls /wu_co _prof/idb_Co _prof utl.get_co _prof?p_ElD =... 04/19/2005 • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT CORPORATION YARD BUILDING W CONTRACT NO. 3642 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that supplied by the City of Newport Beach, and shall perform all work required to complete Contract No. 3642 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ............. ........... .......................... ........ .................. ..i Lump Sum Construct CORPORATION YARD BUILDING W TOTAL PRICE IN WRITTEN WORDS: and __Cents '312.2 /o S Date 71y- 563 -160o 7jq- 563 -1536 Bidder's Telephone and Fax Numbers 825o22 Ag (� Bidder's License No(s). and Classification(s) $ 3 '7y,7g0, TOTAL PRICE IN FIGURES i�ot^i �dr7S +?ei. der ✓�ceS, 3nc�. Bidder G u. B)6delPs Au orized Signaturif and Title 2111 W- UeScentAve. Sic G,Ano6im .921 Bidder's Address The Contractor shall submit to the Engineer a Schedule of Values for this Lump Sum Proposal within seven calendar days after bids are opened. The Engineer shall use said Schedule for calculating monthly progress payments, etc., during construction. HORIZONS eci 63aVIC33, =re. Mr. Hatem A. Ibrahim President Background Summary Mr. Ibrahim is an Architectural Engineer with over 15 years of local and international experience in construction supervision, project management and controls, construction consulting and CPM scheduling. Computer literate with the latest scheduling, estimating, spreadsheet and CAD software. His project experience includes commercial buildings, residential and power plants. Also participated in the preparation of construction claims, estimates and building evaluation for Government projects. His business experience is sharpened with a Master's Degree in Construction and Facilities Management. Education - Master of Engineering Management, The George Washington University, 1997 - Bachelor of Engineering, Ain -Shams University, 1987. Professional Experience Project Manager and Co -Owner 2002 - Present Horizons CCI Services, Inc. —A General Contracting Firm in Anaheim, California Managed the overall construction process on a number of commercial projects. Work included complete buyout, submittals and project administration, managing subcontractors and in-house labor, planning and coordinating project requirements with Client needs, update and monitor schedule, cost control and project closeout. Sample Design/Build Projects: Magnolia Recreation Kitchen, City of Upland, AI -Huda Islamic School, Hawthorne, YPA Music Studio, Aliso Viejo. Sample Construction Projects: Lindbergh Middle School, Phase IV, Long Beach, Presley Park, Irvine, Downey Wholesale Warehouse. Kessler Park, San Bernardino. Ongoing projects: City of Colton Fire Training Towers. Project Manager 2000-2002 Projective Development, Inc. —A General Contracting Firm in Long Beach, California Managed the overall construction process on a number of public projects. Work included complete buyout, submittals and project administration, managing subcontractors and in -house labor, planning and coordinating project requirements with Client needs, update and monitor schedule, cost control and project closeout. Sample Projects: California State College at Dominguez Hills, Reid High School, Washington Middle School Modernization. Consultant 1997 - 2000 Hill International, Inc. — Construction Management and Claims Firm in Newport Beach, California Mr. Hatem Ibrahim Page 1 of 3 u 0 HORIZONS ect 8XIMIC26. IXC. Provided assistance and support; prepared and analyzed CPM schedules to support construction management programs and claims evaluations and assisted in claims presentation. Sample Projects: Universal Office Building, Beverly Hills; CE Casecnan Hydraulic Dam, Philippines; Jeddah Cornice Development Projects, Saudi Arabia; Aladdin Hotel and Casino, L.V; and Union Camp Corporation, Franklin, VA. Project Manager/ Quality Control Manager 1994 - 1997 D&MGeneral Contracting, Inc., - A General Contracting and Construction Management Firm in Rockville, Maryland - Managed the construction for a number of projects and provided a single -point management of the Quality Control Program in accordance with the contract documents and D &M's QC plan. Responsibilities included planning and scheduling new jobs using the latest Primavera software, managing subcontractors and in -house labor, inspection of materials and equipment, review submittals and verify that work conforms to contract document, prepare daily reports and take required actions to warrant the quality of the final work, in addition to time and cost control. Sample Project: Upgrade Nuclear Medicine HVAC, Building 10, National Institutes of Health (NIH). Most current project: Hall of Geology, Gems and Minerals which houses the "Hope Diamond" in the Natural History Museum, Washington, DC. This project was opened to the public in September 1997. - Provide assistance to the senior project estimator in the bidding phase for several government projects. Project examples: Cell Processing Lab, NHI and Exhibit construction in National Air and Space Museum, "Smithsonian Institution" including reviewing plans and specifications, acquiring subcontract quotes, analyzing bids, preparation of reports and assistance in the determination of the bid price. International Experience Architect/ Engineer 1992 - 1994 DEAAMEngmeering Consultant Office — Design and Construction Supervision Firm in Jeddah, Saudi Arabia - Prepared the working drawings for Prince Faisal Ibn Sultan's shopping center, Jeddah using AutoCAD 12. Estimated cost ($40 Million). - Designed, prepared working drawings, and managed construction of several residential and commercial buildings. Project example: Dr. Baldish Hospital extension. Superintendent Engineer 1989-1992 El -Maadi Development & Construction Co. — a design and Supervision Offlce in Cairn, Egypt. - Prepared schedule for ($l l Million) residential complex in EL MaadL Greater Cairo, resulting in the acceptance of the schedule by the owner. - PM Oversight and supervision of a 25- building complex including quantity surveying, invoices and claims. Reviewed contract specifications and took off quantities. Assisted in submittal preparations and management. Followed up on procurements, installations of architectural and MEP major items. Mr. Hatem Ibrahim Page 2 of 3 0 0 HORIZONS CCI SSAWCES, INC. Technical Office Engineer 1987 -1989 Philippa Focht, S.P.A. - Italian Civil Contracting Firm - Power Plant Construction in Alexandria, Egypt Mr. Hatem Ibrahim Page 3 of 3 License Detail • ® Page 1 of 2 California Home Thursday, Ma We to',f y #�� �. a'b9 F MORT, H rA License Detail Contractor License # 825022 CALIFORNIA CONTRACTORS STATE LICEN DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 03/24/2005 * * * Business Information * * * HORIZONS C C I SERVICES INC 2111 W CRESCENT AVENUE SUITE G ANAHEIM, CA 92801 Business Phone Number: (714) 563 -1600 Entity: Corporation Issue Date: 09/25/2003 Expire Date: 09/30/2005 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Kiis l Description FA GENERAL ENGINEERING CONTRACTOR © GENERAL BUILDING CONTRACTOR C -4 BOILER, HOT WATER HEATING AND STEAM FITTING C20 WARM -AIR HEATING, VENTILATING AND AIR - CONDITIONING http: / /www2.cslb.ca.gov /CSLB_LIBRARY /License +Detail.asp 03/24/2005 License Detail • • Page 2 of 2 * * * Bonding Information CONTRACTOR'S BOND: This license filed Contractor's Bond number 25310587 in the ar $10,000 with the bonding company WESTERN SURETY COMPANY. Effective Date: 01/0112004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying Individual i 25310588 for RICHARD DEAN WILLIAMS in the amount of $7,500 with the bonding con WESTERN SURETY COMPANY. Effective Date: 09/15/2003 BOND OF QUALIFYING INDIVIDUAL(2): The Responsible Managing Officer (RMO) KIP KOTRASH certified that he/she owns 10 percent or more of the voting stock/equity of corporation. A bond of qualifying individual is not required. Effective Date: 09/25/2003 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 1749495 Effective Date: 08/29/2003 Expire Date: 08/29/2005 Personnel listed on this license (current or disassociated) are listed on other lice/ Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request © 2005 State of Califomia. conditions of Use Privacy Policy http: / /www2.csib.ca.gov /CSLB_LIBRAR`Y/License +Detaii.asp 03/24/2005 • • 1 1 2 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CORPORATION YARD BUILDING W CONTRACT NO. 3642 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -5 SHOP DRAWINGS AND SUBMITTALS 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS 1 1 2 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 0 0 7 -7 COOPERATION AND COLLATERAL WORK 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -15 CONTRACTOR LICENSES 5 7.16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 5 SECTION 9 MEASUREMENT AND PAYMENT 6 9 -3 PAYMENT 6 9 -3.1 General 7 PART 3--- CONSTRUCTION METHODS SECTION 300 EARTHWORK 6 300 -1 CLEARING AND GRUBBING 6 300 -1.5 Solid Waste Diversion 6 SPECIFICATIONS (ARCHITECTURAL) • • SP 1 OF 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS � o. 19111 CORPORATION YARD BUILDING W 7J52)PC gl CONTRACT NO.3642 IV►4 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, including the Specifications (Architectural) attached hereto; (2) the Plans (Drawing No. B- 5185 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) the Standard Specifications for Public Works Construction (2003 Edition), including supplements; (5) the Newport Beach Municipal Code, and (6) the Building Permit (Plan Check #1551- 2004). 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., 1612 South Clementine Street, Anaheim, CA 92802; (714) 517 -0970. 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, "The Contractor shall provide shop drawings and submittals, including duplicate samples showing full color range available, to the Engineer at the Contractor's sole expense." • • SP2OF6 2 -6 WORK TO BE DONE Add to this section, 'The work necessary for the completion of this contract consists of preparing and submitting a satisfactory Water Quality Control Plan, obtaining the Building Permit, removing and disposing of asphalt pavement and a portion of a metal shed, staking out the building location, excavating and recompacting soil, and constructing a reinforced masonry building with storage yard and concrete aprons in the City of Newport Beach's Corporation Yard at 592 Superior Avenue." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The City's surveyor shall verify the Contractor's construction staking for the improvements. The Contractor shall notify the City at least two working days before the date that stakes must be verified." 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. 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. • • SP3OF6 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 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 time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed'. No work shall begin until a 'Notice to Proceed'" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. 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. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet his/her original schedule and has demonstrated that he /she will be able to maintain his /her approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his/her overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all onsite work under this contract within 100 consecutive working days after the date on the Notice to Proceed. It shall be the Contractor's responsibility to 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 1",` the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24"', (Christmas Eve — half day), December 2V' (Christmas), and December 31" (New Year's Eve — half day). If • SP40F6 January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 6:30 a.m. to 4:30 p.m. Monday through Thursday, and 6:30 a.m. to 3:30 p.m. Friday. The Contractor and his/her subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc. before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. 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 $60.00 per hour when such time periods are approved. SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Replace this section with, "The Contractor shall obtain, as a portion of his contract services, construction permits for this project which will be issued by the City of Newport Beach's Building Department. Said permits shall provide for constructing the building as specked in the plans and specifications. Plans for said permits are 'permit ready' (Plan Check #1551 - 2004). City of Newport Beach building permit and construction inspection fees will be waived. To facilitate construction, the Engineer will provide the Contractor a gratis copy of City records pertaining to existing development at the site." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "Corporation Yard forces will be continuously performing City work within the Corporation Yard and adjacent to the work site during the term of this contract. City staff will work with the Contractor to locate adequate staging and parking areas near the work site for the Contractor and his employees and equipment. The Contractor shall cooperate with City forces concerning these matters. Upon completion of work, the Contractor shall provide untreated base material and densify the top foot around Building W to 90% minimum relative compaction. City forces will then patch back asphalt paving at no cost to the Contractor." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the • • SP5OF6 Contractor, less a quantity charge for water usage and repair charges for damage to the meter. The Contractor shall be responsible for conducting water and power to his work site and for removing same and restoring the Corporation Yard to the Engineer's satisfaction upon completion of work. Electric current will be provided at no cost to the Contractor." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, 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 any catch basin, Newport Harbor, the beach, or the ocean. Dust shall be controlled by watering and /or dust palliative. Paint, plaster, cement, soil, mortar, or other residue shall not be allowed to enter streets, gutters or storm drains. Between October 15 and May 15, erosion control measures shall be in place at the end of each work day whenever the five -day probability of rain exceeds 30 percent. During the remainder of the year they shall be in place at the end of each working day whenever the daily rainfall probability exceeds 50 percent. Failure to request inspections and /or have removable erosion control devices onsite at the appropriate times shall result in a stop work order. The Contractor shall submit his comprehensive Water Quality Control Plan to the Building Department for approval prior to obtaining the Building Permit." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.4 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, and 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 other City 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 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a Building Contractor Class B License. At the start of work and until completion of work, the Contractor and each sub - contractor shall possess a business license that was 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 • • SP6OF6 separate set of drawings shall be maintained for this purpose. These drawings shall be updated and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The lump sum price for this contract shall constitute full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place, and no other compensation shall be provided." PART .3 CONSTRUCTION METHODS SECTION 300 -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.5 Solid Waste Diversion. The Contractor may dispose of asphalt and non- reinforced concrete generated from the job site in the City's onsite bin for materials to be crushed for reuse. The Contractor shall comply with the following SPECIFICATIONS (ARCHITECTURAL) which augment, but are not referenced to, sections of the Standard Specifications for Public Works Construction. 0 SPECIFICATIONS (ARCHITECTURAL) DIVISION 2 - SITEWORK 02060 Demolition 02200 Earthwork 02513 Asphalt Concrete Paving 02830 Chain Link Fences & Gates DIVISION 3 - CONCRETE 03200 Reinforcing Steel 03300 Cast in Place Concrete DIVISION 4 - CONCRETE MASONRY UNITS 04200 Unit Masonry DIVISION 5 — METALS (Not Uioo) DIVISION 6 - WOOD AND PLASTICS 06100 Rough 0 1 -2 1 -7 1 -4 1 -3 1 -2 1 -6 1 -3 07131 Self- Adhesive Waterproofing 1 -2 07200 Insulation 1 -3 07510 Built -Up Asphalt Roofing Systems 1 - 4 07600 Flashing and Sheet Metal 1- 4 07900 Joint Sealants 1- 5 DIVISION 8 - DOORS AND WINDOWS 08110 Steel Doors and Frames 1 - 3 08331 Overhead Coiling Doors 1 - 2 08620 Unit Skylights 1 - 2 08700 Finish Hardware 1 - 6 DIVISION 9 - FINISHES 09200 Lath & Plaster 1- 7 09900 Painting 1- 7 DIVISION 10 — SPECIALTIES 10431 SIGNS 1- 2 10522 Fire Extinguishers DIVISION 15 — MECHANICALIPLUMBING 15400 Plumbing 15838 Power Ventilators DIVISION 16 — ELECTRICAL SEE DRAWINGS FOR SPECIFICATIONS END OF TABLE OF CONTENTS 0 1 -3 1- 7 1- 2 0 SECTION 02060 - DEMOLITION PART 1- GENERAL 1.01 RELATED DOCUMENTS E Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 19 UP I W91141 S—I W. • ► • • 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 Owner. 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. 02060 Pagel of 2 PART 3 - EXECUTION 3.01 DEMOLITION: 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. 3.02 DISPOSAL OF DEMOLISHED MATERIAL: A. General: Remove from site debris, rubbish and other materials resulting from demolition operations. 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. END OF SECTION 02060 02060 Page2 of 2 SECTION 02200 - EARTHWORK PART 1- GENERA L 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State 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 back filling excavations. 1.03 OUALITY ASSURANCE: A. Codes and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. B. Testing and Inspection Service: Contractor shall engage soil testing and inspection service for quality control testing during required earthwork operations. C. Geotechnical Investigation: Review findings and comply with recommendations of Geological Report prepared on project site, provided City of Newport Beach prepared by Bagahi Engineering. D. Soils report prepared by Bagahi Engineering shall take precedence over information given in this specification. This specification shall support all data and recommendations contained in the soils investigation and recommendations. 1.04 JOB CONDITIONS: A. Site Information: Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that Owner will not be responsible for interpretations or t`�r tTt I' conclusions drawn there from by Contractor. Additional test borings and other exploratory operations may be made by Contractor at no cost to Owner. B. 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 utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. C. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights 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. PART 2 - PRODUCTS 2.01 SOIL MATERIALS: A. Definitions: 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. 4. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2" in any dimension, debris, waste, vegetables and other dipterous matter. PART 3 - EXECUTION 3.01 EXCAVATION: 02200 Page 2 of 8 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 Architect. Unauthorized excavation, as well as remedial work directed by Engineer, shall be at Contractor's expense. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Lean concrete fill may be used to bring elevations to proper position, when acceptable to Engineer. C. Additional Excavation: When excavation has reached required sub grade elevations, notify Engineer who will make an inspection of conditions. If unsuitable bearing materials are encountered at required sub grade elevations, carry excavations deeper and replace excavated material as directed by Engineer. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in work. D. 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. E. 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. F. 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, undercutting footings, and soil changes detrimental to stability of sub grades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge 02200 Page 3 of 8 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. G. 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. H. Excavation for Structures: Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10', and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of services, other construction, and for inspection. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. I. 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. J. 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. BackFll 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 backfrlling to avoid damage or displacement of pipe systems. 3.02 COMPACTION: A. General: Control soil compaction during construction providing minimum percentage of density specified for each area classification. 02200 Page 4 of 8 • 0 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. 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 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. Back ill 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. 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. 02200 Page 5 of 8 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 area classification. Place backfill and fill materials evenly adjacent to structures, to required elevations. Take care to prevent wedging action of baclfill 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. 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. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of 1 /2" when tested with a 10' straightedge. D. Compaction: After grading, compact sub grade surfaces to the depth and percentage of maximum density for each area classification. 3.05 PAVEMENT SUBBASE COURSE: t" 15 I' .. 0 0 A. General: sub base course consists of placing sub base material, in layers of specified thickness, over sub grade surface to support a pavement base course. See other Division -2 sections for paving specifications. B. Grade Control: During construction, maintain lines and grades including crown and cross -slope of sub base course. C. Shoulders: Place shoulders along edges of sub base course to prevent lateral movement. Construct shoulders of acceptable soil materials, placed in such quantity to compact to thickness of each sub base course layer. Compact and roll at least a 12" width of shoulder simultaneously with compacting and rolling of each layer of sub base course. D. Placing: Place sub base course material on prepared sub grade in layers of uniform thickness, conforming to indicated cross - section and thickness. Maintain optimum moisture content for compacting sub base material during placement operations. 3.06 FIELD QUALITY CONTROL A. Quality Control Testing During Construction: Allow testing service 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 Architect ". 2. Paved Areas and Building Slab Sub grade: Make at least one field density test of sub grade for every 2,000 sq. ft. of paved area or building slab, but in no case less than 2 tests. In each compacted fill layer, make one field density test for every 2,000 sq, ft. of overlaying building slab or paved area, but in no case less than 2 tests. 3. Foundation Wall Backfill: Take at least 2 field density tests, at locations and elevations as directed. 02200 Page 7 of 8 • s If in opinion of Engineer, based on testing service reports and inspection, sub grade or fills, which have been placed, are below specified density, provide additional compaction and testing at no additional expense. 3.07 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 8 of 8 SECTION 02513 ASPHALT CONCRETE PAVING PARTI - GENERAL 1.01 RELATED DOCUMENTS: 0 Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Extent of asphalt concrete paving work is shown on drawings. B. Prepared aggregate sub -base is specified in earthwork sections. C. Marking, striping & etc. of site. 1.03 STANDARDS: Standard specifications, State of California, 'Business and Transportation Agency, Department of Transportation (Caltrans) ", Standard Specifications for Public Works Construction (1999 Edition). 1.04 SUBMITTALS: Material Certificates: Provide copies of materials certificates signed by material producer and Contractor, certifying that each material item complies with, or exceeds specified requirements. 1.05 JOB CONDITIONS A. Weather Limitations: Observe weather limitations as per Division of Highway Standards. B. Grade Control: Establish and maintain required lines and elevations. PART 2- PRODUCTS 2.01 MATERIALS: A. General: Use locally available materials and gradations which exhibit a satisfactory record of previous installations. 02513 Page 1 of 4 0 B. Soil Sterilization: Treat areas to be surfaced with asphalt concrete with soil sterilizing agent. C. Base Course Aggregate: Per Section 200 -2 of the Standard Specifications for Public Works Construction (1988 Edition) and in accordance with the Paving Notes as shown on Plan Sheet No. Gl- G3. D. Asphalt Concrete: Class Band in accordance with the Paving Notes as shown on Plan Sheet No. Gl- G3. E. Prime Coat: Cut -back asphalt type; MC -30, MC -70 or MC -250. F. Tack Coat: Emulsified asphalt, SS -1, SS-lb, CSS -1 or CSS -lb, diluted with one part water to one part emulsified asphalt. G. Lane Marking Paint: Chlorinated rubber -alkyd type, FS TT-P -115, Type II1. Color - White, Red, blue. 2.02 ASPHALT- AGGREGATE MIXTURE: Plant -mix asphalt concrete, Type B having a minimum cohesiometer reading of 200 and Type B mineral aggregates as specified in Section 39 of referenced standard. Access Drive - 4.0 ", Drive Aisles - 3.5 ", Parking - 3.0 ". PART 3 - EXECUTION 3.01 SURFACE PREPARATION: Remove loose material from compacted sub -base surface immediately before applying prime coat. Proof roll prepared sub -base surface to check for unstable areas and areas requiring additional compaction. Notify Contractor of unsatisfactory conditions. Do not begin paving work until deficient sub -base areas have been corrected and are ready to receive paving. A. Prime Coat: Apply at rate of 0.20 to 0.50 gal. per sq. yd., over compacted sub - grade. B. Tack Coat: Apply at rate of 0.05 to 0.15 gal. per sq. yd. of surface. Allow to dry until at proper condition to receive paving. 3.02 PLACING MIX: 02513 Page 2of4 0 0 A. General: Place asphalt concrete mixture on prepared surface, spread and strike -off. Spread mixture at minimum temperature of 2500 F (1210 Q. Place inaccessible and small areas by hand. Place each course to required grade, cross - section, and compacted thickness. 3.03 ROLLING: A. General: Begin rolling when mixture will bear roller weight without excessive displacement. Compact mixture with hot hand tampers or vibrating plate compactors in areas inaccessible to rollers. Continue rolling and compaction per referenced standards. B. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. C. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.04 SLURRY COAT: A. Location: All existing and new asphalt concrete paving surfaces, before striping, shall receive a slurry coat. B. Mixture: Slurry coat shall be a mixture of slow setting asphalt emulsion, fine aggregate, mineral filler and water. 3.05 TRAFFIC LANE AND PARKING MARKINGS: A. Cleaning: Sweep and clean surface to eliminate loose material and dust. B. Striping: Use chlorinated- rubber base traffic lane marking paint, factory- mixed, quick - drying, and non- bleeding. Apply paint with mechanical equipment to produce uniform straight edges. Apply in 2 coats at manufacturer's recommended rates. Apply the second coat a minimum of two weeks subsequent to application of the first coat. 3.05 FIELD OUALITY CONTROL: A. General: Test in -place asphalt concrete courses for compliance with requirements for thickness and surface smoothness. Repair or remove and replace unacceptable paving as directed by Engineer. 02513 Page 3 of 4 0 B. Thickness: In -place compacted thickness will not be acceptable if exceeding following allowable variation from required thickness. 1. Base Course: 1/2 ", plus or minus. 2. Surface Course: 1/4 ", plus or minus. C. Surface Smoothness: Test finished surface of each asphalt concrete course for smoothness, using 10' straightedge applied parallel with, and at right angles to centerline of paved area. Surfaces will not be acceptable if exceeding the following tolerances for smoothness. 1. Base Course Surface: 1/4 ". 2. Wearing Course Surface: 1/8 ". 3. Check surface areas at intervals as directed by Architect. END OF SECTION 02513 02513 Page 4 of 4 SECTION 02830 - CHAIN LINK FENCING AND GATES PART 1- GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION: Provide chain link fence and gate materials, including chain link fabric, framework, fittings and installations as required in the contract drawings and specifications. 1. Exterior gates 2. Exterior enclosure 1.03 QUALITY ASSURANCE: Manufacture per recommended specifications of USS Cyclone Fence Co. Include post, footing, top rail, extension arms as necessary to complete. PART 2- PRODUCTS A. Chain link fabric shall be galvanized conforming to ASTM -A392, Class 2. Fabric shall be woven from 9 gage (coated size) wire in 2" mesh. Fabric 72" high and over shall be knuckled at one selvage and twisted and barbed at the other selvage. B.. Line posts shall be 2 3/8" O.D. standard weight galvanized pipe with minimum bending strength of 201 pounds under a 6' cantilever load. C. Top and brace rails shall be 1.66" O.D. standard weight galvanized pipe with minimum vertical bending strength of 202 pounds on 10' span. Top rail couplings 6" minimum in length shall be spaced at maximum 21' centers. Fabric tie wire shall be spaced at 24" maximum centers. D. All end, comer, and pull posts shall be 2718" O.D. galvanized standard weight pipe with minimum bending strength of 381 pounds on 6' cantilever load. Gate posts shall be of the following sizes for single swing gates or one leaf of double gates: 02830 Page I of 3 1. Leaf Width Gate Post Lbs/Lin. Ft. 2. Over 6' to 134" O.D. Pipe 9.11 Over 13' to 1816 5/8 O.D. Pipe 18.97 Over 18' 8 5/8 O.D. Pipe 28.55 3. Gate frames shall be tubular shaped, 1.90" outside diameter with welded or steel fitted comers. Braces, and trusses shall be furnished when necessary. E. Gate posts for slide gates shall be of the following sizes: 1. Support Posts: 4" O.D. Pipe 9.11 lbs /lin. ft. 2. Latch Posts: 2 7/8" O.D. Pipe 5.79 lbs /lin. ft. 3. Guide Post: 2.25 "x 1.70" C -sec. 2.64 lbs /lin. ft. Guide posts to restrict lateral movement of gate frame shall be full height and braced to support gates. F. Hinges shall be pressed steel or malleable iron. Provide one pair for each leaf. Latches shall be forked type for single gates and plunger bar type for double gates. Both shall have a padlock eye and permit operation from either side of gate. Keepers shall be provided for each gate leaf over 5'0" wide and shall consist of a mechanical device for securing the free end of the gate when in full open position. 1. Rollings as shown on plans shall include frame, fabric, double wheels, wall support and guides as required, provide hasp lock device and concrete pad at wheel rest. 2.07 FABRICATION: A. General posts and rails shall be galvanized standard weight pipe. All fittings shall be pressed steel or malleable iron and shall be hot dip galvanized conforming at ASTM- A153. Tie wires shall be minimum 9 gage aluminum or 11 gage galvanized steel. Line and terminal posts to be of sufficient length to allow for approximately 36" settings into concrete footing. Diameter of footings to be 10" for line posts, and 12" for terminal posts. Maximum spacing of line posts to be 190" unless noted on drawing. C- Section line posts may be mechanically driven 3'0" into the ground in lieu of concrete set. Elevation, property line stakes and grade stakes will be established by owner. Fence to follow ground line unless otherwise provided for in this specification. All material is 02830 Page 2 of 3 0 n u subject to testing. Mill certificates will be submitted for approval upon request of owner. PART 3 - EXECUTION cam. 7iiA Fabrication and installation shall be in strict compliance with printed manufacturers specifications and details on construction documents. 3.02 FOOTINGS: Anchoring connections for post and gates shall be designed by manufacturer to adequately support the fence and gate operations. A. Minimum Requirements: 1. Posts to be of sufficient length to allow for approximately 36" settings into concrete footings. Diameter of footings to be 3 times the diameter of the gate post or 12" minimum. All material is subject to testing. 3.03 CLEAN -UP: Remove all rubbish, debris, surplus material and equipment and legally dispose of same off the premises. 3.04 GUARANTEE: Furnish a written guarantee, in accordance with the Special Conditions, for a period of five (5) years from final acceptance of the building by the Owner. END OF SECTION 02830 02830 Page 3 of 3 0 SECTION 03200 - REINFORCING STEEL PART1- GENERAL 1.01 RELATED DOCUMENTS: 0 Drawings and general provisions of the Contract, including the State 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 primed recommendations of Concrete Reinforcing Steel Institute (CRSI). B. Testing Laboratory shall perform test on all reinforcing materials in accordance with American Society for Testing and Materials. C. Certification that tests have been performed and materials comply with test standards shall be sent to the Architect. D. No materials shall be used on the project that do not conform to the requirements of these specifications. 2.01 MATERIALS: A. Reinforcing Bars: ASTM A 615 Grade Concrete Grade 60 Deformed Masonry Grade 40 Deformed B. Welded Wire Fabric: ASTM A 185,6 x 6 -10 x 10 WWF. Furnish in flat sheet, not rolls. C. Tie Wires: Annealed steel, 16 1/2 Gage minimum. D. Supports: 1. Bar Supports and spacing of same shall be per recommendations set forth in Chapter 3 of the CRSI Manual. 03200 Page 1 of 2 0 �J 2. For slabs -on -grade use supports with sand plates or horizontal runners where base materials will not support chair legs. 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. 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 SECTION 03300 - CAST -IN -PLACE CONCRETE PART 1- GENERA L 1.01 RELATED DOCUMENTS: 0 Drawings and general provisions of the Contract, including the State 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. (1985 Edition) 1.04 SUBMITTALS: A. Concrete Testing Service: Employ acceptable testing laboratory to perform materials evaluation, testing and design of concrete mixes. B. Quality Control: Testing laboratory will perform sampling and testing during concrete placement. This testing does not relieve Contractor of responsibility of providing concrete in compliance with specifications. Contractor may perform additional testing as necessary, at no expense to Owner, to ensure quality of concrete. Sampling: ASTM C 172 Slump: ASTM C 143, one of test for each load at point of discharge. Air Content: ASTM C 173, one for each set of compressive strength specimens. 03300 Page 1 of 6 0 • Compressive Strength: ASTM C 39, one set for each 50 cu. yds. or fraction thereof of each class of concrete; one specimen tested at 7 days, one specimen tested at 28 days, and one retained for later testing if required. C. Test Results: Will be reported in writing to Architect, Contractor, and concrete producer within 24 hours after tests are made. D. Laboratory Reports: Submit 2 copies of laboratory test or evaluation reports for concrete materials and mix designs. PART 2- PRODUCTS A. Grade: Sub -slab bed shall as indicated on soils report ( see sheets GI -G3) Or unless noted otherwise on plans B. Reinforcing Materials: Refer to Section 03200 - Reinforcing Steel. C. Form Material: Provide form materials with sufficient stability to withstand pressure of placed concrete without bow or deflection. For exposed concrete surfaces use material suitable for project conditions. 1. Sonotube form or equal where required. D. Concrete Materials: 1. Portland Cement: ASTM C 150, Type I or Type II unless otherwise acceptable to Architect. 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. 03300 Page 2 of 6 1. Submit written report to Architect 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. 2. Mix designs may be 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 Architect ". 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. H. Concrete Sealer: To be Thompson's Water Seal #101. PART 3 - EXECUTION 3.01 FORM: A. Formwork: Construct so that concrete members and structures are of correct size, shape, alignment, elevation and position. B. Provide openings in formwork to accommodate work of other trades. Accurately place and securely support items built into forms. C. Clean and adjust forms prior to concrete placement. Apply form release agents or wet forms, as required. Retighten forms during concrete placement if required to eliminate mortar leaks. 3.02 REINFORCING: Refer to Section 03200 "Reinforcing Steel ". 3.03 SUB -SLAB FILL: A. Provide under all building slabs crushed gravel as noted on plans see sheets GI — G3). B. Under concrete paving (exterior), use sub -base material or satisfactory excavated or borrow material. 03300 Page 3 of 6 3.04 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 as located on drawing. Additional 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. B. Weakened -Plane (Contraction) Joints: Provide weakened -plane (contraction) joints, sectioning concrete into areas as shown on drawings. Construct weakened -plane joints for a depth equal to at least 1/4 concrete thickness, as follows: 1. Tooled Pattern Joints: Form weakened -plane joint in fresh concrete by grooving top portion with a recommended cutting tool and finishing edges with a jointer. 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 torn, abraded, or otherwise damaged by cutting action. C. Construction Joints (Keyed Cold 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 keyed cold joints as shown. 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 (Prefabricated Control Joints): Provide premolded joint filler for expansion joints abutting concrete curbs, catch basins, manholes, inlets, structures, walks and other fixed objects, unless otherwise indicated. 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 tip 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 of clip joint filler sections together. 03300 Page 4 of 6 3.05 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. Coordinate installation of floor drainage trench system. 3.06 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. 2. In hot weather comply with ACI 305. D. Do not use Retarding Admixtures unless otherwise acceptable in mix design. KVIALON-041101 A. General: Concrete areas are to be level surface plane to a tolerance not exceeding 1/8" in 10' when tested with 10' straight edge. Uniformly slope surfaces to where drains occur or indicated on drawings. B. Trowel Finish: Apply trowel finish to monolithic slab surfaces to be exposed -to- view, and slab surfaces to be finish coating system. Consolidate concrete surface by final hand troweling operation, free of trowel marks, uniform in texture and appearance. C. Architectural Finishes: Apply concrete finishes to exterior exposed area as required by drawing. 03300 Page 5 of 6 1. Trowel Finish. 2. Light Broom Finish. 3.08 CONCRETE CURING AND PROTECTION: 0 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. C. Concrete Sealer: Apply to concrete floor at all interior areas at the rate of 400 Sq. Ft. per Gal. and comply with manufacturer's specification and exposed exterior concrete areas. 3.09 PROTECTION ON CONCRETE A. Concrete surfaces exposed -to -view must be protected from damage, marring and deterioration during construction. Contractor shall cover or provide other means of protection to concrete surfaces. END OF SECTION 03300 . .. 03300 Page 6 of 6 0 SECTION 04200 - UNIT MASONRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS: 0 Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. • • •; 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). 11*561-11-Xvdt Submit product data for masonry units, cementitious products for mortar and grout and masonry accessories. Submit samples of exposed masonry units. PART2- PRODUCTS 2.01 MATERIALS: A. Concrete Masonry Units: ASTM C40 Grade A, standard units 8" x 8" x 16" precision block or Split Face block (as shown on drawings). 04200 Page I of 3 0 0 B. Concrete Masonry Units: ASTM C90 Grade A, standard units 12" x 12" x 16" precision block or Split Face block (as shown on drawings). - C. Portland Cement: ASTM C150, Type II Low Alkali. D. Mortar Sand: ASTM C144. E. Hydrated Lime: ASTM C207, Type S. F. Reinforcing Steel: ASTM A615 Grade 60. G. Water: Potable. H. Grout: ASTM C476. 2.02 MORTAR AND GROUT: 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. PART 3 - EXECUTION 3.01 DELIVERY AND PROTECTION: 04200 Page 2 of 3 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 comers square and true. C. 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. D. Reinforcing to be placed accurately at spacing shown, secure against displacement. Splice by lapping, unless otherwise indicated, at location shown. 3.03 FINAL CLEANING: After mortar is thoroughly set and cured, clean masonry to comply with masonry manufacturer's direction and applicable NCNIA TEV Bulletin. A. Remove all excessive mortar and grout from face of masonry units that effects the appearance of the masonry. Final masonry surfaces shall be clean, uniform surface, acceptable without additional coating. END OF SECTION 04200 04200 Page 3 of 3 • SECTION 06100 - ROUGH CARPENTRY PART 1- GENERA L 1.01 RELATED DOCUMENTS: C� Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Definition: Rough carpentry includes carpentry work not specified as part of other sections and which is generally not exposed, except as otherwise indicated. Types of work in this section include rough carpentry for: 1. Wood framing. 2. Timbers for posts and beams. 3. Wood ground, nailers, blocking and sleepers. 4. Wood furring. 5. Sheathing. 6. Underlayment. 1.03 PRODUCT HANDLING: Delivery and Storage: Keep materials dry at all times. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber and plywood, and provide air circulation within stacks. 1.04 JOB CONDITIONS: Coordination: Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds and similar supports to allow proper attachment of other work. PART 2- PRODUCTS 06100 Page I of 6 2.01 WOOD PRODUCT OUALTfY STANDARDS: A. Lumber Standards: Comply with PS 20. B. Plywood Standard: Comply with PS 1. C. Factory -mark each piece of lumber and plywood with type, grade, mill and grading agency, except omit marking from surfaces to be exposed with transparent finish or without finish. 2.02 MATERIALS: A. Lumber, General: 1. Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by PS 20, for moisture content specified for each use. a. Provide dressed lumber, S4S, unless otherwise specified. b. Provide seasoned lumber with 19% maximum moisture content at time of dressing. 2. Framing Lumber (2" through 4" thick): a. For 2" x 4" stud framing, provide "Stud" grade lumber No. 1 grade for larger pieces, Douglas Fir. b. For structural framing, provide No. 1 grade, Douglas Fir. 3. Miscellaneous Lumber: Provide wood for support or attachment of other work including cant strips, bucks, nails, blocking, furring, grounds, stripping and similar members. Provide lumber of sizes shown or specified, worked into shapes shown, and as follows: Moisture content: 15% maximum for lumber items not specified to receive wood preservative treatment. 06100 Page 2 of 6 9 • a. Grade: Construction Grade light framing size lumber of Douglas Fir or board size lumber as required. Provide construction grade boards or No. 2 boards (WWPA). b. Plywood: c. Concealed Plywood: Where plywood will be concealed by other work, provide structural I conforming to product standard PS 1 -24. For plywood sheathing and subflooring, provide with exterior glue. B. Miscellaneous Materials: 1. Fasteners and Anchorages: Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommending nails. 2. Building Paper: Asphalt saturated felt, non - perforated, ASTM D 226. 2.03 WOOD TREATMENT: A. Preservative Treatment: Where lumber or plywood is indicated as "Treated ", or is specified herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood) and of AWPB standards listed below. Mark each treated item with the AWPB Quality Mark Requirements. 1. Pressure-treat above - ground items with water -borne preservatives complying with AWPB LP- 2. After treatment, kiln -dry to a maximum moisture content of 15%. Treat indicated items and the following: a. Wood cants, milers, curbs, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and waterproofing. b. Wood sills, sleepers, blocking, furring, stripping and similar concealed members in contact with masonry or concrete. c. Wood framing members less than 18" above grade. 06100 Page 3of6 0 0 2. Complete fabrication of treated items prior to treatment, where possible. If cut after treatment, coat cut surfaces with heavy brush coat of same chemical used for treatment. Inspect each piece of lumber or plywood after drying and discard damaged or defective pieces. PART 3 - EXECUTION 3.01 INSTALLATION: A. General: 1. Discard units of material with defects which might impair quality of work, and units which are too small to fabricate work with minimum joints or optimum joint arrangement. 2. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. 3. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards. Countersink nail heads on exposed carpentry work and fill holes. Use common wire nails, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without split -ling of wood; predrill as required. 4. Wood Grounds, Nailers, Blocking and Sleepers: a. Provide wherever shown and where required for screening or attachment of other work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. b. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise shown. 5. Wood Furring: a. Install plumb and level with closure strips at edges and openings. Shim with wood as required for tolerance of finished work. Firestop 06100 Page 4 of 6 u 0 furred spaces on walls at each floor level, with wood blocking or incombustible materials, accurately fitted to close furred spaces. b. Suspended Furring: Provide size and spacing shown, including hangers and attachment devices. Level to a tolerance of 1/8" in 10'. 6. Wood Framing, General: a. Provide framing members of sizes and on spacings shown, and frame openings as shown. Do not splice structural members between supports. b. Anchor and nail as shown, and to comply with recommendations of the N.F.P.A. c. Firestop concealed spaces with wood blocking not less than 2" thick, if not blocked by other framing members. Provide blocking at each building story level and at ends of joist spans. 7. Stud Framing: a. General: Provide stud framing where as shown spaced 16" o.c. with long face perpendicular to direction of wall or partition. Provide single bottom plate and double -top plates 2" thick by width of studs; except single top plate may be used for non- load - bearing partitions. Nail or anchor plates to supporting construction. Construct comers and intersections with not less than 3 studs. Provide miscellaneous blocking and framing as shown and as required for support of facing materials, fixtures, specialty items and trim. Provide continuous horizontal blocking row at mid - height of single -story partitions, using 2" thick members of same width as wall or partitions. b. Frame openings with multiple studs and headers. Provide nailed header members of thickness equal to width of studs. Set headers on edge and support on jamb studs. c. For non- bearing partitions, provide double jamb studs and headers not less than 4" deep for openings 3' and less in width, and not less than 6" deep for wider openings. d. For load -bearing partitions, provide double jamb studs for openings 6 and less in width, and triple -jamb studs for wider openings. Provide 06100 Page 5 of 6 • 11 headers of depth shown, or if not shown, provide as recommended by N.F.P.A. 8. Joist Framing: a. General: Provide framing of sizes and spacings shown. Install with crown edge up and support ends of each member with not less than 1 -1/2" of bearing on wood or metal. Attach to wood bearing members by toe nailing or metal connectors; frame to wood supporting members with wood ledgers as shown, or if not shown, with metal connectors. Frame openings with headers and trimmers supported by metal joist hangers; double headers and trimmers where span of header exceeds 4'. Do not notch in middle third of joists; limit notches to 116 -depth of joist, 1/3 at ends. Do not bore holes larger than 1/3 -depth of joist or locate closer than 2" from top or bottom. Provide solid blocking (2" thick by depth of joist) at ends of joists unless nailed to header or band member. 9. Installation of Plywood: a. Comply with recommendations of the American Plywood Association (APA), for the installation of plywood. b. Sheathing and Subflooring: Install as recommended by APA for spacing of supports or types of substrates involved in the work. Provide thickness shown. END OF SECTION 06100 06100 Page 6 of 6 0 • SECTION 07131 - SELF - ADHERING SHEET WATERPROOFING 17 \;�QeIa�1� :7 \J� 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction apply to work of this section. 1.2 SECTION REQUIREMENTS A. Submittals: Product Data and product test reports. B. Installer Qualifications: Authorized, approved, or licensed by waterproofing manufacturer. PART 2- PRODUCTS 2.1 WATERPROOFING MATERIALS A. Rubberized- Asphalt Sheet: 60 -mil- (1.5 -mm -) thick, self- adhering sheet consisting of 56 mils (1.4 mm) of rubberized asphalt laminated to a 4-mil- (0.10 -mm -) thick, polyethylene film with release liner on adhesive side and formulated for application with primer or surface conditioner that complies with VOC limits of authorities having jurisdiction. 1. Products: a. Blueskin WP 200 mfg. by Henry B. Auxiliary Materials: Primer, sheet flashing, liquid membrane, substrate patching membrane, mastic, adhesives, tape, and metal termination bars recommended by waterproofing manufacturer. 1. Primer: Liquid primer recommended for substrate concrete block. 2. Surface Conditioner: Liquid surface conditioner recommended for substrate. C. Protection Course: [Semirigid sheet with reinforced asphaltic core, 1/8 inch (3 nun) thick] [Fan- folded extruded - polystyrene board insulation faced both sides with plastic film, 1/4 inch (6 nun) thick] [ASTM C 578, Type I, molded - polystyrene insulation board, I inch (25 nun) thick]. 07131 Page 1 of 2 0 • D. Composite Drainage Panels: Permeable geotextile laminated to a three - dimensional, molded - plastic -sheet drainage core. PART 3 - EXECUTION 3.1 INSTALLATION A. Clean, prepare, and treat substrates. Provide clean, dust -free, and dry substrates for waterproofing application. B. Remove fins, ridges, mortar, and other projections and fill honeycomb, aggregate pockets, holes, and other voids. C. Prepare, fill, prime, and treat joints and cracks in substrates. Remove dust and dirt from joints and cracks. D. Bridge and cover joints and with overlapping sheet strips. Invert and loosely lay first sheet strip over center of joint. Firmly adhere second sheet strip to first and overlap to substrate. E. Prepare, prime, and treat inside and outside corners according to ASTM D 6135. F. Prepare, treat, and seal vertical and horizontal surfaces at terminations and penetrations through waterproofing and at drains and protrusions according to ASTM D 6135. G. Install self - adhering sheets according to waterproofing manufacturer's written instructions and recommendations in ASTM D 6135. H. Apply primer to substrates at required rate and allow to dry. I. Apply and firmly adhere sheets. Accurately align sheets and maintain uniform 2-1/2 - inch- (64 -mm -) minimum lap widths and end laps. Overlap and seal seams and stagger end laps. J. Repair tears, voids, and lapped seams not complying with requirements. Slit and flatten fishmouths and blisters. Patch with sheets extending 6 inches (150 mm) beyond repaired areas in all directions. K. Install protection course over waterproofing membrane before starting subsequent construction operations. L. Place and secure drainage panels to substrate without penetrating waterproofing. Lap edges and ends of geotextile. M. Protect waterproofing from damage and wear during construction. END OF SECTION 07131 07131 Page 2 of 2 h 0 SECTION 07200 - INSULATION PART1- GENERAL 1.01 RELATED DOCUMENTS: 0 Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK: Extent of work is shown on drawings, including Thermal and Acoustical Insulation. 1.03 QUALITY ASSURANCE: A. Thermal Conductivity: Thermal resistance for each specified material to be in accordance with ASTM C -518; R- value. B. Fire and Insurance Ratings: Comply with fire- resistance, flammability and insurance ratings indicated, and comply with governing regulations as interpreted by authorities. 1.04 SUBMITTALS: Product Data: Submit manufacturer's specifications and installation instructions for each type of insulation required. 1.05 PRODUCT HANDLING- General protections: Do not allow insulation materials to become wet or soiled. Comply with manufacturer's recommendations for handling, storage and protection during installation. PART 2 - PRODUCTS 2.01 MATERIALS: A. General: Insulating materials shall be manufactured by Celotex. B. Roof Insulation: 1. Batt Insulation: "Flame Spread 25" Insulation 24" x 96 "x 6 1 /4; R -value 30 @ all ceiling/roof areas. Batt insulation to be foil faced. 07200 Page 1 of 2 0 0 2.02 MISCELLANEOUS MATERIALS: A. Mechanical Anchors: Type and size as recommended by insulation manufacturer for type of application and condition of substrate. B. Mastic Sealer: Type recommended by insulation manufacturer for bonding edge joints between units and filling voids in work. PART 3 - EXECUTION 3.01 INSPECTION: Installer must examine substrate and conditions under which insulation work is to be performed and must notify Contractor in writing of unsatisfactory conditions. Do not Proceed with insulation work until unsatisfactory conditions have been corrected in a manner acceptable to installer. 3.02 INSTALLATION: A. General: 1. Comply with manufacturer's instructions for particular conditions of installation in each case. H printed instructions are not available or do not apply to project conditions, consult manufacturer's technical representative for specific recommendations before proceeding with work. 2. Extend insulation full thickness as shown over entire area to be insulated. Cut and fit tightly around obstructions, and fill voids with insulation. Remove projections which interfere with replacement. 3. Apply a single layer of insulation or required thickness, unless otherwise shown or required to make up total thickness. B. Exposed Insulation: 1. Insulation shall be installed to provide good appearance without rips, tears, wrinkles and well fitted to framing members and at butt joints. END OF SECTION 07200 07200 Page 2 of 2 E SECTION 07510 - BUILT -UP ROOFING PART 1- GENERA L 1.01 RELATED DOCUMENTS: n U Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK: Work shall include complete weather tight Built -Up Roofing system. Included in system is coordination of. Flashing installation, pitch pocket, parapet walls, equipment mounting, roof penetration to assure a weather tight roof system. 1.03 REFERENCES: A. American Society for Testing and Materials (ASTM). 1. C726 Specification for Mineral Fiber and Mineral Fiber, Rigid Cellular Polyurethane Composite Roof Insulation Board. 2. D41 Specification for Asphalt Primer Used in Roofing, Damp Proofing and Waterproofing. 3. D312 Specification for Asphalt Used in Roofing. 4. D1227 Emulsified Asphalt Used as a Protective Coating for Built -Up Roofs. 5. D1863 Specification for Roof Gravel. 6. D2178 Specification for Asphalt Glass Felt Used in Roofing and Waterproofing. 7. D2822 Specification for Asphalt Roof Cement. 8. D2824 Specification for Aluminum - Pigmented Asphalt Roof Coating. B.Federal Specifications: 1. HH -I -526 Insulation Board, Thermal (Mineral Fiber). 07510 Page 1 of 4 0 2. HH- I- 1972/2 Insulation Board, Thermal,Polyurethane or Polyisocyanurate Faced with Asphalt/Organic Felt, Asphalt/Asbestos Felt or Asphalt/Glass Fiber Felt on Both Sides of the Foam. 3. SS -A -701 Asphalt, Petroleum (Primer, Roofing and Waterproofing). 4. SS -C -153 Cement, Bituminous, Plastic. 5. TT -P -320 Pigment, Aluminum, Powder and Paste,for Paint. C. Owens- Coming Built -Up Roofing Products & Systems Catalog (1 -RW- 5393). 1.05 SUBMITTALS: A. Submit manufacturers product data and samples per Division -1. B. Submit certification that application is certified by roofing product manufacturer. 1.06 DELIVERY, STORAGE AND HANDLING: A. All materials must be delivered, stored and handled in strict compliance with manufacturer's printed instructions. 1.07 PROJECT CONDITIONS: A. Contractor must comply with all project conditions as stated in Owens- Corning Printed Requirements and Specifications. Follow all jurisdictional regulations, Underwriters Requirements as apply to this project. 1.08 WARRANTY /GUARANTEE: A. Roofing Guarantee will be provided to cover products, performance and installation for a minimum 10 year period from the date of completion of the roofing membrane. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURER: A. Products manufactured or accepted by Owens- Coming Fiberglass Corporation. 07510 Page 2 of 4 0 A. Cap Sheet Roofing: r� u 1. Owens/Coming Fiberglass Nailable /Cap Sheet Specification 41 NC Perma Ply IV (Cap Sheet). B. Related Materials: 1. Asphalt Primer: To comply with General Requirements of ASTM D41 or Federal Specification SS- A0701. 2. Asphalt Roofing: To comply with General Requirements of ASTM D312, Type III. 3. Emulsion: To comply with ASTM Spec D1227, Type I. 4. Flashing: Flashing materials shall be Derbigum Membrane supplied by Owens - Coming and installed in accordance with approved published flashing details. 5. Nails: As specified by the fastener manufacturer for specific application. 6. Plastic Cement: To comply with General Requirements of Federal Specifications SS -00153 or ASTM D2822. 7. Coal Tar Pitch: Conform to ASTM D 450. PART 3 - EXECUTION A. All Roofing shall be applied and /or installed in strict conform with Owens- Coming Fiberglass Corporation Published Instructions including: 1. Preparation. 2. Application /Installation. 3. Field Quality Control. 4. Cleaning. 07510 Page 3 of 4 5. Maintenance. 3.02 PROTECTION: Finished roof areas shall be protected from damage by the contractor during construction; after construction finished roof areas shall be protected by the owner. END OF SECTION 07510 07510 Page 4 of 4 SECTION 07600 - FLASHING AND SHEET METAL PART 1- GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. The extent of each type of flashing and sheet metal work is indicated on the drawings and by provisions of this section. B. The types of work specified in this section include the following: 1. Metal flashing and counter flashing. 2. Miscellaneous sheet metal accessories. 3. Parapet Cap 1.03 SUBMITTALS: Shop Drawings: Submit drawings showing layout, joining, profiles, and anchorages of all fabricated work. Prepare full size details. 1.04 JOB CONDITIONS: Coordinate work of this section with interfacing and adjoining work for proper sequencing of each installation. Ensure best possible weather resistance and durability of the work and protect of materials and finishes. PART 2 - PRODUCTS 2.01 SHEET METAL MATERIALS: A. Sheet Metal: Galvanized Steel - conform to ASTM A525, coating G90, gages as recommended by SMACNA, 1979 Standard Edition. 07600 Page 1 of 4 9 B. Flashing and Counter Flashing: "Fry Reglet" surface mounted (Expan -O -Seal) Reglet and Flashing for use with concrete block. 1. Prefabricated Reglet Comers. 2. Atmoseal Washers. itll000iRaUM, 4. Windlock Clips. C. Miscellaneous Materials and Accessories: 1. Fasteners: Same metal as flashing/sheet metal or, other noncorrosive metal as recommended by sheet manufacturer. Match finish of exposed heads with material being fastened. 2. Bituminous Coating: FS TT-C-494 or SSPC - Paintl2, solvent type bituminous mastic, nominally free of sulfur, compounded for 15 -mil dry film thickness per coat. 3. Mastic Sealant: Polyisobutylene; non - hardening, non - skinning, non - drying, non - migrating sealant. 4. Elastomeric Sealant: Generic type recommended by manufacturer of metal and fabricator of components being sealed; comply with FS TT- S0027, TT-S- 00230, or TT-S- 001543. 5. Epoxy Seam Sealer: 2 -part non - corrosive metal seam cementing compound, recommended by manufacturer for exterior /interior nonmoving joints including riveted joints. 6. Adhesives: Type recommended by flashing sheet manufacturer for waterproof /weather - resistant seaming and adhesive application of flashing sheet. 7. Metal Accessories: Provide sheet metal clips, straps, anchoring devices and similar accessory units as required for installation of work, matching or compatible with material being installed, non - corrosive, size and gage required for performance. 8. Roofing Cement: ASTM D 2822, asphaltic. 07600 Page 2 of 4 2.02 FABRICATED UNITS: A. General Metal Fabrication: Shop- fabricate work to greatest extent possible. Comply with details shown, and with applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. Fabricate for waterproof and weather - resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. Form work to fit substrates. Comply with material manufacturer instructions and recommendations. Form exposed sheet metal work without excessive oil canning, buckling and tool marks. True to line and levels as indicated, with exposed edges folded back to form hems. 1. Seams: Fabricate nonmoving seams in sheet metal with flat -lock seams. For metal other than aluminum, tin edges to be seamed, form seams, and solder. Form aluminum seams with epoxy seam sealer; rivet joints for additional strength where required. 2. Expansion Provisions: Where expansion provisions in work cannot be used, or would not be sufficiently water /weatherproof, form expansion joints of intermeshing hooked flanges, not less than 1" deep, filled with mastic sealant (concealed within joints). 3. Sealant Joints: Where movable, non - expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with industry standards. 4. Separations: Provide for separation of metal from non compatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer /fabricator. PART 3 - EXECUTION 3.01 INSTALLATION REQUIREMENTS: A. General: Except as otherwise indicated, comply with manufacturer's installation instructions and recommendations, and with SMACNA "Architectural Sheet Metal Manual ". Anchor units of work securely in place by methods indicated, providing for thermal expansion of metal units; conceal fasteners where possible, and set units a true to line and level as indicated. Install work with laps, joints and seams which will be permanently watertight and weatherproof. 07600 Page 3 of 4 B. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. 3.02 CLEANING AND PROTECTION• A. Clean exposed metal surfaces, removing substances which might cause corrosion of metal or deterioration of finishes. B. Protection: Installer shall advise Contractor of required procedures for surveillance and protection of flashings and sheet metal work during construction, to ensure that work will be without damage or deterioration, other than natural weathering, at time of substantial completion. END OF SECTION 07600 07600 Page 4 of 4 0 SECTION 07900 - SEALANTS PART1- GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State 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 REOUIREMENTS: 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 Owner. B. Submit to the Architect 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 Architect at least 2 weeks before application. 07900 Page I of 5 0 0 �y 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 Architect 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 metal frame and masonry. Sealant (#2). 2. Expansion and control joints. Sealant ( 0). 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 ( #1), (#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 -M27E, Class A, Type 1, (Self - Leveling) or Class A, Type II (Non -Sag), such as THC- 4001901, as manufactured by Tremco Incorporated, Cleveland, Ohio, or equal. C. Primer for sealants shall be as recommended by sealant manufacturer. 07900 Page 2 of 5 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 Architect from manufacturer's standard colors. PART 3 - EXECUTION 3.01 MANUFACTURER'S INSPECTION: A. Provide sealant manufacturer's inspection of conditions prior to start of the work and initial supervisioD 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 General 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. 07900 Page 3 of 5 Joint depth, for Sealants #1, #2 and #3, shall not exceed its width for joints ranging from 114 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. 3.03 APPLICATION: 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 40oF 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 General Contractor. 3.04 WORKMANSHIP: 07900 Page 4 of 5 0 9 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 5 of 5 SECTION 08110 - STEEL DOORS AND FRAMES PARTI - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1XIMBPOWN-31 �• Extent of work is indicated and scheduled on drawings, and by provisions of this section including: A. Steel Doors. B. Steel Door Frames. 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. 08110 Page I of 3 0 0 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. PART 2 - 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. Kri eger 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. Shop Applied Paint: 1. Primer: Rust - inhibitive enamel or paint, either air -drying or baking, suitable as a base for specified finish paints. Finish paint to be field applied. D. Field Applied Paint: 1. Finish paint to be field applied. 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. 08110 Page 2 of 3 9 0 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. 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 08330 - COILING DOORS PART 1- GENERA L 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK Extent of coiling doors is shown on drawings. Provide complete operating door assemblies including door curtains, guides, counterbalance mechanism, hardware, operators, and installation accessories. 103 OUALTTY ASSURANCE• E A. Furnish each coiling door as a complete unit produced by one manufacturer, including hardware, accessories, mounting and installation components. B. Insert and Anchorages: Furnish inserts and anchoring devices which must be set in concrete or built into framed wall for installation of units. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. C. Wind Loading: Design and reinforce coiling doors to withstand a 20 lb. per sq. ft. wind loading pressure unless greater loading required by local conditions. A. Product Data: Submit manufacturer's product data, roughing -in diagrams, and installation instructions for each type and size of coiling door. Provide operating instructions and maintenance information. B. Shop Drawings: Submit shop drawings for special components and installations which are not fully dimensioned or detailed on manufacturers data sheets. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS• 08330 Page I of 2 A. Acceptable Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are limited to, the following: 1. Pacific Rolling Door 2. Atlas Door Corp. 3. The Cookson Co. 2.02 OVERHEAD COILING DOORS: A. Coiling Doors shall match Cookson Company, Type FC complete with guides, hoods, operating mechanism (chain) and special features as specified and detailed. 1. Curtain - Cookson Type No. 5 Slat, including endlocks, windlocks, double angle bottom with neoprene gasket. 2. Operation - to be FC - chain including Jamb Guides, brackets, cast iron gears, 4" steel tube barrel, 24 gauge galy, steel hood. 2.04 PAINTING: Shop clean and prime ferrous metal and galvanized surfaces, exposed and unexposed, except faying and lubricated surfaces, with door manufacturer's standard rust inhibitive primer. PART 3 - EXECUTION NUl■Ii!kylJU>Aw O A. Install doors and operating equipment complete with necessary hardware, jamb and head mold strips, anchors, inserts, hangers, and equipment supports in accordance with final shop drawings, manufacturer's instructions, and as specified herein. B. Upon completion of installation including work by other trades, lubricate, test and adjust doors to operate easily, free from warp, twist of distortion and fitting weather tight for entire perimeter. END OF SECTION 08330 08330 Page 2of2 0 SECTION 08620 - SKYLIGHTS PART 1- GENERA L 1.01 RELATED DOCUMENTS: 0 Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.1 SECTION REQUIREMENTS A. Submittals: Product Data, Shop Drawings, and finish Samples. PART 2- PRODUCTS 2.1 SKYLIGHTS A. Products: 1. Bristolite B. Type: Self flashing with integral curb C. Aluminum: ASTM B 209 (ASTM B 209M) sheet; ASTM B 221 (ASTM B 221 M) extrusions. D. Acrylic Glazing: ASTM D 4802, thennoformable, monolithic sheet, Category as standard with manufacturer, Type UVA (formulated with UV absorber), Finish 1 (smooth or polished). E. Fabrication: Factory assemble unit with an extruded - aluminum glazing retainer, gasketing, self- contained flashing, integral gutters with weeps for condensation control, and separate formed or extruded - aluminum curb. Fabricate curb with cants or flashing flange to receive roof flashing and counterflashing. F. Thermal Break: Fabricate unit skylights with thermal barrier separating interior metal framing from materials exposed to outside temperature. G. Aluminum Finish: Comply with NAAMMs "Metal Finishes Manual for Architectural and Metal Products." Clear anodic, Architectural Class I: AA- C22A41, complying with AAMA 611 Color: Clear Anodized 08620 Page 1 of 2 PART 3- EXECUTION 3.1 INSTALLATION A. Comply NRCA's "Roofing and Waterproofing Manual." Coordinate with installation of vapor barriers, roof insulation, roofing, and flashing as required to ensure combined elements are waterproof and weathertight. B. Isolate metal surfaces in contact with incompatible metal or corrosive substrates, including wood, with bituminous coating on concealed metal surfaces. END OF SECTION 08620 08620 Page 2 of 2 SECTION 08700 - FINISH HARDWARE PART1- GENERAL 1.01 RELATED DOCUMENTS• Drawings and general provisions of the Contract, including the State 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): l.Hinges 2.Lock cylinders and key 3-Lock and latch sets 4.Bolts S.Closers 103 DUAL TY 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 Owner, Architect, 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 - no substitutions. 08700 Page I of 7 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. 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, swing, 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. PART 2- 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. 08700 Page 2of7 • ! 2.02 MANUFACTURERS: A. Approval of manufacturers. Item Manufacturer Acceptable Substitute Hinges Mont -Hard Stanley Locks Schlage None Panics Adams Rite Von Duprin Closers LCN Norton Silencers Hagar Builders Brass Quality Kickplates Hagar Builders Brass Quality Stops & Holders Hagar Builders Brass Quality Thresholds Pemko Reese Seals & Bottoms Pemko Reese Cabinets Lund 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 Architect'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 112 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 - "Sparta" lever. 08700 Page 3 of 7 n • B. Hinges: Outswinging exterior doors shall have nonremovable (NRP) pin. All hinge open width shall be 180 degrees. Furnish hinges with steel pins and flush bearings. 1. Furnish 3 hinges per leaf to 7 foot 6 inch height. Add one 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 Closures: Full rack and pinion type with removable non - ferrous case and cast iron body. Provide sex bolts and grommets at all doors. Place closures inside building and rooms. Closures shall be non - handed, non - sized, and adjustable where otherwise listed. I.Drop brackets are required at narrow head rails. E. Seals: All seals shall be finished to match adjacent frame color. Solid neoprene to be MIL Spec. R6855 -CL I1I, Grade 40. Sponge neoprene to be MIL Spec. R6130, Type II, Group C. F. Screws: All exposed screws shall be 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. Generally to be BHMA 626 Dull Chromium. 1.Areas using BHMA 626 shall have push and pulls of BHMA 630, Satin Stainless Steel, unless otherwise noted. B. Spray paint door closers to match other hardware, unless otherwise noted. C. Color of seals to match frame color. 08700 Page 4 of 7 0 0 2.05 KEYING REQUIREMENTS: A. Keying of cylinder locks shall be coordinated with the Owner. For estimate, use master keying charge. Keying system shall be approved by City representative in writing. All exterior doors one KA set x 3 change keys. Stamp all keys "Do not Duplicate ". 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. 4. Extra Hinge: 6 inches from bottom of top hinge to top of extra 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. 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: 08700 Page 5 of 7 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. 3.04 SCHEDULE: A. Numeric legend of listed manufacturers: 1. Mont -Hard. 2. Schlage Lock Company. 4. LCN Closers. S. Trimco 6. Pemko 7. Lund. 12. Adams Rite. 17. Rixson 28, Mohawk Sign Systems. 31. Hagar 32. Stanley. 33. Von Duprin B. The items listed in the following "Schedule" of Finish Hardware shall conform throughout to the requirements of the foregoing specification. The last column of numbers in the Hardware Schedule refers to the manufacturer abbreviation listed above. C. The Door Schedule on the Drawings indicates which Hardware Set is used with each door. 08700 Page 6 of 7 0 HW -i Doors: B & D L SINGLE EXTERIOR HOLLOW METAL DOOR - DOOR TO HAVE: 6 HINGE BB1079 - 4-1/2 in. x NRP 01 I LOCKSET D70PD 02 l SURFACE CLOSER 1461 PARALLEL 04 1 STOP 240F - RISER AS REQUIRED 31 1 THRESHOLD FIELD VERIFY CONDITIONS 06 4 DOOR MUTES 1229A 05 HW -2 Door: C SINGLE INTERIOR HOLLOW METAL DOOR - DOOR TO HAVE: 6 HINGE BB1079 - 4-1/2 in. x NRP 01 1 LOCKSET D70PD 02 1 SURFACE CLOSER 1461 PARALLEL 04 1 STOP 240F - RISER AS REQUIRED 31 1 THRESHOLD FIELD VERIFY CONDITIONS 06 4 DOOR MUTES 1229A 05 HW -3 MISCELLANEOUS i KEY CABINET 1200 -30 CAP 07 40 KEYBLANKS 02 4 MASTER KEYS 02 SIGNS SERIES 200A 8" x 8 ". 28 COLOR & SIZE BY ARCH. END OF SECTION 08700 08700 Page 7 of 7 • SECTION 04200 - LATH AND PLASTER PART 1- GENERA L 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK: Types of work includes: A. Wire reinforced lathing systems. B. Plaster Moldings and Accessories C. Portland cement plaster. 103 OUALITY ASSURANCE: A. Fire - Resistance Rating: Where plastered assemblies with fire - resistance ratings are indicated or are required to comply with governing regulations, provide materials and installations identical with applicable assemblies which have been tested and listed by recognized authorities. B. Portland Cement Plastering Standards: ANSI A 42.2 and A. 42.3. C. Allowable Tolerances: For flat surfaces, do not exceed 118" in 8'-0" for bow or warp of surface, and for plumb or level. 1.04 SUBMITTALS: Product Data: Submit manufacturer's product specifications and installation instructions for each material, including other data as may be required to show compliance with these specifications. 1.05 PRODUCT HANDLING: Deliver, store and protect manufactured materials to comply with referenced standards. 09200 Page 1 of 6 0 0 Verify drawing dimensions with actual field conditions. Inspect related work and adjacent surfaces. Report to the General Contractor all conditions which prevent proper execution of this work. 1.07 SCAFFOLDING AND PROTECTION: Provide, install and maintain for the duration of the work all scaffolding, staging, trestles and planning necessary for the work in strict conformity with applicable laws and ordinances, and so as not to interfere with or obstruct the work of others. Provide all forms of protection as necessary to preserve the work of other trades free from damage. 1.08 CODES: Materials and work shall conform to Building Code. In case of conflict between these specifications and the Building Code, the more stringent shall govern. PART 2 - MATERIALS 2.01 MATERIALS: A. Exterior Wood Stud and /or Solid Sheathed Walls Lathing: Backing for pordand cement plaster on exterior walls shall be Stucco -Rite Standard, Type SFB (self - furring) as manufactured by Tree Island Steel, Inc. B. Plaster Moldings and Accessories: 1. Plaster Moldings shall be as manufactured by Fry Reglet Corporation as shown on the drawings and specified herein. a. Screed: PCS- 75 -100b. Foundation Screed: FWS -875c. Vent Screed: DCS- 75 -V -100 2. Plaster Accessories shall be as listed by manufacturer and catalog number. b. Comer Bead: K -Lath Kwik Corner. c. Casing: Inryco /Milcor, No. 66 Short Flange. D. Plaster: a. Portland cement - ASTM C150, Type I or III. b. Masonry cement - ASTM C91, Type N. 0 0 c. Hydrated Lime - Special finish hydrated, conforming to ASTM C206, Type S, or special hydrated lime for masonry purposes ASTM C 207, Type S. d. Aggregates - a. Sand aggregates (washed natural sand) - Clean, sharp, and free from clay, loam or other foreign matter, ASTM C 897. e. Cement plaster - Conform to ASTM C144, graded as follows:Sieve Size % Retained Sieve Size % Retained 4 0 30 30 - 65 8 0 - 10 50 70 - 90 16 10 - 40 100 90 -100 (1) For base coats: Not more than 50% retained between any two consecutive sieves nor more than 25% between the No. 50 and No. 100 sieve. f. For finish coats: 30 mesh aggregate or blend of 20 -30. E. Water - Clean and from a source intended for domestic consumption. 2.02 MIXES: A. Portland Cement Plaster: Per ASTM C929 8 2.03 MEASURING AND MIXING: A. Measure all materials in calibrated boxes; shovel measurements are prohibited. For mechanical mixing, completely discharge the mixer and remove all set or partially hardened material before loading the next batch. Partially set material may not be re- tempered or used. B. Mix all materials in the proportions specified, adding only sufficient water to attain proper consistency for proper application. PART 3 - EXECUTION 3.01 APPLICATIONS: A. Stucco-Rite 1. No string wires required. 2. Apply with long dimension at right angles to the supports. 3. Extend both horizontal and vertical factory flaps. 09200 Page 3 of 6 • • 4. Apply first course at bottom and work up. 5. Work from right to left. When proper wire overlaps are made the extended factory flaps automatically form required shingle fashion lapping. 6. Vertical laps should be staggered. 7. When circumstances required a "cove" or "shoe" of waterproofed building paper at foundations, at window flashings, and flanges of control joints, the extended factory flaps of waterproofed building paper will meet these requirements in most cases. Apply first course with horizontal factory flap down to form 'cove" or "shoe ". Succeeding courses should be applied with factory flap up. When this option is used, a 4" (two mesh) overlap is necessary on the top side of the reversed sheet to comply with waterproofing requirements. In situations where factory flaps are not provided, strip joints with waterproofed building paper. 8. No furring nails required. Attachment should be made at furring crimp 6" on centers. B. Gun -Lath: 1. Apply with long dimension at right angles to the supports. a. Band into and around comers and extend not less than one stud space on adjoining walls. b. Horizontal joints must lap a minimum of one mesh. Vertical joints must lap a minimum of one mesh. Horizontal flaps must be wire tied or "clip- tied" between supports. 4. Vertical laps should be staggered. Laps should not occur in line with framed member of openings. c. When a framed wall is a continuation of a concrete or masonry wall and is to be plastered, extend the lath at least 3 mesh onto the concrete or masonry. When a wall, ceiling or soffit meets concrete or masonry to be plastered, bend the lath into the comer and extend at least 3 mesh onto the concrete or masonry, or if butted at the intersection, provide reinforcing extending at least 3" on each adjacent surface. d. When lath abuts grounds, screeds, etc., where there is no backing between supports, the horizontal side which has the "stitch" wire at the outer edge should be applied adjacent to the grounds. 0 0 C. Lathing Accessories: Set metal accessories plumb, level and true, shimmed where necessary. Miter accessories at corners and accurately and tightly fit all exposed joints. Install sections in longest practical length and hold splices to a minimum. Fasten at not more than 12" centers. Include expansion joints at maximum 17 -foot centers in plaster surfaces unless otherwise shown. D. Exterior Comer Reinforcing: Install for full length of external angle of exterior plastering. E. Casing Beads: Install at all free edges of plaster wherever plaster abuts against other finish material and elsewhere as indicated. 3.02 ATTACHMENTS: Attachments should securely engage the back wire within the lath and be spaced no more than 6" on center on each support. A. Vertical Surfaces 1. Nails must have a minimum penetration of 3/4" into the support or as required by building codes. Exterior attachments are required to be corrosion resistant. 2. Staples of 16 gage galvanized wire, 7/8" long and 3/4" wide, must meet standard requirements. On specific applications codes may call for staples of 14 gage galvanized wire, 13/8" long and 3/4" wide. 3.03 PLASTERING: A. Perform the work in accordance with the best standards of practice related to the trade, and properly coordinate the plastering work with work of other trades. Comply with all applicable requirements of the government Building Code, including Fire - Resistive Standards. B. Arrange and install plastering work when and as required to conceal or connect with work of others in a finished manner. Ascertain if inspections of concealed work are necessary to have been made before this work is installed. Uncover any work covered before inspections are made when directed by the Architect or other authority having jurisdiction. 09200 Page 5of6 • 0 C. Rod and straightedge plaster to uniform surfaces in true plane or curve and finish free of laps, cracks, checks or other structural defects, and surface imperfections, and flush with grounds, corner beads, base screed, outlet boxes and similar details. D. Plane surface shall not vary more than 1/8" when tried with a 8 -foot straightedge. E. Take special care when working into re- entrant corners to see that the plaster is not allowed to build out beyond the established finished wall plane. Do not lap successive coats over laps in former coats. A. Thickness of Plaster: Not less than 7/8" thick for 3 -coat work. B. Portland Cement Plaster Base Coats on Wire Reinforcing Lath: Apply scratch coat to reinforcement with sufficient material and pressure to embed the reinforcement in a full 112 " of plaster. Before the scratch coat has hardened, rake in a horizontal direction to provide keying for the brown coat. After initial set, keep continuously moist for 48 hours, then allow to dry. Apply brown coat to scratch coat, bring out to grounds, straighten to a true surface, float and compact, and leave sufficiently rough to assure adequate bond for brick veneer. Make no cold joints in brown coat over cold joints in the scratch coat. Moist cure brown coat for 72 hours and allow to set for 14 days before brick veneer application. C. Finish Coat: 1/8" thick, fine sand float finish. END OF SECTION 09200 • SECTION 09900 - PAINTING PARTI - GENERAL 1.01 RELATED DOCUMENTS: 0 Drawings and general provisions of the Contract, including the State 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 schedules, 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, Architect 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, switchgear and distribution cabinets, elevator entrance frames, doors and equipment. 09900 Page 1 of 7 0 0 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. B. Samples: Submit samples for Architect's review of color and texture only. Provide a listing of material and application for each coat of each finish sample. 1. On 12" x 12" hardboard, provide two samples of each color material, with texture to simulate actual conditions. Resubmit samples as requested by Architect until acceptable sheen, color, and texture is achieved. 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 CONDrfION& 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- PRODUCES 2.01 COLORS AND FINISHES: A. Paint colors, surface treatments, and finishes, are indicated in "schedules" of the contract documents. B. Prior to beginning work Architect will furnish color chips for surfaces to be painted. Color will be custom blended, as selected by Architect. Use represented colors when preparing samples for review. 09900 Page 2 of 7 0 0 C. Color Pigments: Pure, non - fading, applicable types to suit substrates and service indicated. D. Paint Coordination: Provide finish coats which 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 Architect in writing of any anticipated problems using specified coating systems with substrates primed by others. 2.02 MATERIAL OUALITX: 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. 2. Manufacturer's shall be of quality or better, of the following: a. Sinclair Paint Co. b. Dunn - Edwards Paint Co. c. Frazee Industries d. Benjamin Moore 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. 09900 Page 3 of 7 0 40 2.03 EXTERIOR PAINT SYSTEMS (EPS): A. Provide the following paint systems for various substrates as indicated (on the drawings and specified herein). P1 Concrete, Masonry & Stucco 1st Coat: Smooth Latex Block Filler 2nd Coat: Exterior Flat Vinyl Acrylic Latex P2 Ferrous Metal: 1st Coat: Alkyd Inhibitive Primer. 2nd Coat: Alkyd Undercoat 3rd Coat: Exterior Gloss Alkyd Enamel. P3 Metal Galvanized (Solvent Cleaned) 1 st Coat: Alkyd Based Rust Inhibitive Primer. 2nd Coat: Alkyd Undercoat. 3rd Coat: Exterior Gloss Alkyd Enamel. P4 Wood: 1 st Coat: Latex Primer. 2nd Coat &3rd Coat: Exterior Flat Latex. 2.04 INTERIOR PAINT SYSTEMS (IPS)i Provide the following paint systems for various substrates as indicated on the drawings and specified herein. P1 Masonry Block, Semi Gloss: 1st Coat: Latex Primer. 2nd Coat Ord Coat: Gloss Alkyd Enamel. I' • 0 0 P2 Ferrous Metal, Gloss: Ist Coat: Red Lead Primer. 2nd Coat &3rd Coat: Interior Flat Latex. P3 Wood: 1st Coat: Latex Primer, 2nd Coat &3rd Coat: Interior Flat Latex. 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. 09900 Page 5 of 7 0 n U D. Galvanized & Aluminum: Clean free of oil and surface contaminants with non- petroleum based solvent. 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, comers, 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. 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 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 work day. 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 Architect. 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 7 of 7 0 SECTION 10431 - SIGNS PART1- GENERAL 1.1 RELATED DOCUMENTS 0 A. Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.2 SECTION REQUIREMENTS A. Submittals: Product Data, Shop Drawings, and Samples. 1. Submit full -size rubbings for metal plaques. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. PART 2- PRODUCTS 2.1 MATERIALS A. Cast Acrylic Sheet: translucent. 2.2 SIGNS A. Unframed Panel Signs: Engraved plastic laminate with beveled edges and square rounded corners. 1. Provide signs for The following rooms mounted on the wall beside the room door: "Shop Entry" (2) two exterior doors, "Machine Shop ", "Welding Shop" on interior door between rooms. 2. Provide miscellaneous signs for interior and exterior: "NO SMOKING WITHIN 25 FEET OF OUTDOOR STORAGE" Provide (3) three. To be placed at direction of CITY. 3. Provide miscellaneous signs for interior and exterior: "GASSES STORED OR USED WITHIN BUILDING OR OUTSIDE SHALL NOT EXCEED : ACETYLENE -750 CF & OXYGEN -1500 CF" Provide (4) total to be placed at direction of CITY. 10431 Page 1 of 2 n PART 3 - EXECUTION 3.1 INSTALLATION A. Locate signs where indicated or directed by CITY. Install signs level, plumb, and at heights indicated, with sign surfaces free from distortion and other defects in appearance. B. Installation shall be made with mechanical fasteners with tamperproof heads minimum od (4) four per sign. Place fasteners at corners. END OF SECTION 10431 10431 Page 2 of 2 0 SECTION 10520 - FIRE EXTINGUISHERS PART1- GENERAL 1.01 RELATED DOCUMENTS: n u Drawings and general provisions of the Contract, including the State Snecifications for Public Works Construction, apply to work of this section. FIRM §1 ma-GIL41W 0 A. Definition: "Fire extinguishers" in this section refers to units which can be hand - carried as opposed to those which are equipped with wheels or to fixed fire extinguishing systems, unless otherwise indicated. B. Types of products in this section include: 1. Fire extinguishers. Provide (4) Four total. 2. Fire extinguisher cabinets. Provide (4) Four total. 1.03 QUALITY ASSURANCE: A. Provide portable fire extinguishers, cabinets and accessories by one manufacturer, unless otherwise acceptable to Architect. B. UL- Listed Products: Provide new portable fire extin- guishers which are UL-listed and bear UL "Listing Mark" for type, rating and classification of extinguisher indicated. 1.04 SUBMITTALS: Product Data: Submit manufacturer's technical data and installation instructions for all portable fire extin- guishers required. For fire extinguisher cabinets include roughing -in dimensions and details showing mounting methods, relationships to surrounding construction, door 10520 Page 1 of 3 hardware, cabinet type and materials, trim style and door construction, style and materials. Where color selection by Architect is required include color charts showing full range of manufacturer's standard colors and designs avail- able AU:�11Wa�;z..7 1iIYI .� Hula A. General: Provide fire extinguisher cabinets of suitable size for housing fire extin- guishers of types and capacities indicated. Provide (4) four total. B. Construction: Manufacturer's standard enameled steel box with trim, frame, door and hardware to suit cabinet type, trim style and door style indicated. Weld all joints and grind smooth. Miter and weld perimeter door frames. C. Cabinet Type: Trimless, Potter -Roemer No. 1712 Fire Extinguisher Cabinet with Door Style Suffix F. Provide (4) four total. 2.02 FIRE EXTINGUISHERS: A. Each cabinet shall be provided with a Potter - Roemer Figure 3005,5 lbs. ABC Multi- Purpose Dry Chemical Portable Fire Extinguisher. UL Rating 2A:IOB:C. B. Kitchen wall mounted shall be Potter - Roemer Figure 3310, 10 lbs. Dry Chemical Portable Fire Extinguisher. UL Rating 40B:C. Provide wall bracket. PART 3 - EXECUTION 3.01 INSTALLATION: A. Install items included in this section in locations and 10520 Page 2 of 3 0 at mounting heights indicated, or if not indicated, at heights to comply with applicable regulations of governing authorities. ADA requirements must be followed. 1. Securely fasten mounting brackets and fire extin- guisher cabinets to structure, square and plumb, to comply with manufacturer's instructions. 2. Where exact location of surface- mounted cabinets is not indicated, locate as directed by Architect. 3.02 IDENTIFICATION: 9 A. Identify fire extinguisher in cabinet with lettering spelling "FIRE EXTINGUISHER ". Potter - Roemer Cabinet Decal Figure No. 1962. END OF SECTION 10520 10520 Page 3 of 3 fJ SECTION 15400 - PLUMBING 190 __I>��I�17�� 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Include all labor and materials required for the completion of fully operating plumbing systems including but not necessarily to: installation, 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. Radiant Floor Heating System — Closed System, Single zone, water heater system. C. Water heater — 40 Gallon 1.03 SUBMITTALS: A. Shop Drawings: Within ten (10) days after award of contract submit to the Engineer six (b) 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. 15400 Page 1 of 7 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. PART 2- 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 RADIANT FLOOR HEATING: A. Under floor heating system comprised of the following: a. 'h" PEX tubing (300' coils) b. 4- circuit manifolds with supply and return ball valves c. 'h" couplings d. SP -30 floor temperature control e. 1" plumbing mechanical package f. high head cast iron pump with flanges g. Closed ball system package including but not limited to: 1" ball valves, drain valves, digital temperature display, FIP Tees, I" male adaptors, and Schrader valve with bushing. B. Provide extruded polystyrene insulation 2" thick at underside of concrete slab as recommended by mfg. C. System to be manufactured by Radiantec. (800) 451 - 7593. P.O. Box 1111, Lyndonville, VT 05851 2.03 PIPING MATERIALS: 15400 Page 2 of 7 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. 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. 2. Below -grade and below slab shall be Type "K" annealed copper tube made up above floor. 3. Domestic water piping below ground outside of buildings size 11/2" 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 provide a ground wire connecting building piping to meter. E. Condensate drain and indirect waste piping: Above grade shall be DWV copper with DWV drainage type fittings. PVC may be used as approved by jurisdictional authorities. F. Gas piping shall be Schedule 40 black steel pipe (ASTM A120) with 150 psi black banded malleable iron screwed fittings and plain pattern couplings. 1 1 /4" and larger fittings may be butt- welded. Coat and wrap buried piping. G. Compressed air piping: Air piping shall be Schedule 80 black steel pipe (ASTM A120) with 250 psi black banded malleable iron screwed fittings and pattern couplings. H. Water heater: Provide Commercial grade 40 -gallon gas fired hot water heater. Mfg. AO Smith. 203 MISCELLANEOUS MATERIALS: 15400 Page 3 of 7 .. • • 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. 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. Iw 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, "J.R. 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: "J.R. Smith " 4253. Wall clean outs: "J.R. 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 Architect, equipped with key locking device. In acoustical ceilings provide with inset to receive ceiling tile. 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. 15400 Page 4of7 0 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 Architect. 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 Architect, route all pipes concealed within building cavities. D. Trenching and Backfilling: Perform all trenching and backfilling associated with the plumbing installation. I- 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. 15400 Page 5 of 7 • • 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 for pipes passing through footings. 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 15400 Page 6 of 7 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 Owner. No rubber packing or composition seal shall be installed. Supplies shall be metal to metal only. D. Provide piping connections to equipment provided under the air - conditioning section. 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 Architect. PART 4- GUARANTEES: Materials and equipment provided and/or installed under this section shall be guaranteed for a period of one (1) year from the date of final acceptance of the work by the owner. END OF SECTION 15400 15400 Page 7 of 7 SECTION 15838 -POWER VENTILATORS PART1- GENERAL 1.1 RELATED DOCUMENTS 0 A. Drawings and general provisions of the Contract, including the State Specifications for Public Works Construction, apply to work of this section. 1.2 SECTION REQUIREMENTS A. Submittals: Product Data and Shop Drawings, including roof - mounted details.. B. Bear the AMCA seal. C. Comply with UL 705. PART2- PRODUCTS 2.1 VENTILATORS AND ACCESSORIES A. Centrifugal Roof - Mounted Ventilators: Propeller up -blast centrifugal fans consisting of housing, wheel, fan shaft, bearings, motor and disconnect switch, drive assembly, curb base, and accessories. ALL FANS TO BE BRUSHLESS MOTOR TYPE. Roof Curbs: Galvanized steel; mitered and welded corners; 1 -1/2 -inch- (40 -mm -) thick, rigid, fiberglass insulation adhered to inside walls; and 1 -1/2 -inch (40 -mm) wood nailer. Size as required to suit roof opening and fan base. a. 42" Patterson up -blast fan 2hp , 480 volts, TEAO motor b. Configuration: Built -in cant and mounting C. Pitch Mounting: Manufacture curb for roof slope. d. Hinged Sub base: Galvanized steel hinged arrangement permitting service and maintenance. e. Mounting Pedestal: Galvanized steel with removable access panel. 2. Accessories: a. Disconnect Switch: Nonfusible type, with thermal - overload protection mounted inside fan housing, factory wired through internal aluminum conduit. b. Bird Screens: Removable, 1/2 -inch (13 -mm) mesh, aluminum or brass wire. 15838 Page I of 2 C. Dampers: Counterbalanced, parallel - blade, backdraft dampers mounted in wall sleeve; factory set to close when fan stops. PART 3 - EXECUTION 3.1 INSTALLATION A. Roof - Mounted Units: Install roof curb to roof structure, level, according to Division 7 Section "Roof Accessories." Install and secure rooftop units on curbs. 1. Secure roof - mounted fans to roof curbs with stainless steel fasteners. END OF SECTION L5$38 15838 Page 2 of 2 2005 • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 0 c -�4z 011100,d") Agenda Item No. 7 April 12, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department General Services Department Lloyd Dalton, PE Dave Niederhaus 949 - 644 -3328 949 - 644 -3055 Idakon @city.newport- beach.ca.us dniederhaus @city.newport- beach.ca.us SUBJECT: CORPORATION YARD BUILDING W — AWARD OF CONTRACT NO. 3642 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3642 to Horizons CCI Services, Inc., for the total bid price of $394,740, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $39,500 to cover the cost of unforeseen construction expenses. 4. Approve a Budget Amendment appropriating $289,397 from Unappropriated Internal Service Reserves into Account No. 7611- C6120725. DISCUSSION: At 11:00 AM on March 23, 2005, the City Clerk opened and read the following total bid prices for this project: Bidder Total Bid Price Low Horizons CCI Services, Inc. $394,740 2 Arya Construction, Inc. 472,000 3 Flemming Environmental 486,228 4 Tekton 582,267 5 Thomco Construction 632,445 6 4 -Con Engineering 673,900 The low total bid amount is 52 percent above the architect's estimate of $260,000. However, because six contractors competitively bid on the project, Horizons CCI Services low bid is appropriate, although the consultant's estimate was much lower due to underestimating building materials. The low bidder, Horizons CCI Services, Inc., possesses a Building Contractors Class B License as specified in the contract documents. Horizons is a 1% year -old firm. Their references say that Horizons has satisfactorily completed various projects for them. Horizons is also satisfactorily constructing improvements in Begonia Park under another City of Newport Beach contract. Building W will be a 40' x 60' x 29'± high masonry and steel structure to enclose and secure the City's welding equipment and workers. It will accommodate welding on all of SUBJECT: Corporation Yard Bui�vV — Contract No. 3461 . April 12, 2005 Page 2 the City's equipment and vehicles, and is being built to enclose a 75 -ton bridge crane to be funded in the next fiscal year. Presently, City workers must haul their equipment outside of the automotive shop to weld in an uncontrolled, out -of -doors environment. A fenced and covered 40'x 15' storage area will also be built adjacent to Building W. Staff and its design consultant, Hutson & Partners Architecture, have processed a plan check through the City's Building Department. The contract documents require that the contractor obtain the building permit; provide traffic control; remove asphalt paving and a portion of a metal equipment storage shed and its foundation (see attached Location Map); excavate and recompact approximately 700 cubic yards of former dump site fill within the footprint of the proposed Building W; construct Building W; and install utility services from the adjacent vehicle maintenance building to Building W. The Contractor must complete all work within 100 consecutive working days. Liquidated damages are $250 per calendar day. Environmental Review: The project was determined to be Categorically Exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(c) of the CEQA Implementing Guidelines. This exemption covers the addition to structures involving negligible or no expansion of an existing use beyond that existing at the time the project was authorized by City Council, provided that the addition will not result in an increase of 10,000 square feet and the project is not located in an environmentally- sensitive area. Funding Availability: Due to additional expenses for the design of the building, only $144,843 is available in the designated account for this project. Sufficient funds are available in Unappropriated Internal Service Fund reserves to award the remainder of this contract, plus 10% ($39,500) for unforeseen construction expenses. Upon approval of the recommended budget amendment, funds for the project will be available in the following account. Account Description Corporation Yard Building W • • F1, �- •/ Engineer Submitted by: �1 ra - Attachment: Bid Summary Location Map Budget Amendment Account Number Amount 7611- C6120725 $434,240 Submitted by: David E. Niederhaus General Services Director TITLE: Corporation Yard Building W CONTRACT NO.: 3642 ENGINEER'S ESTIMATE: $260,000.00 PROJECT MANAGER: Lloyd Dalton CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 23- Mar -05 TIME: BY: Mlocey CHECKED: DATE: Teklon Engineers Estimate Horizons CCI Services Arya Construction, Inc. Fleming Environmental ITEM DESCRIPTION UANTITY UN{T A OUNT UNIT AMOUNT UNIT AM UN UNIT AMOUNT 1 Lump Sum 1 Lum Sum $260,D00.00 Lump Sum $394,740.D0 Lump Sum $472,000.00 Lump Sum $486,2&00 1 $673,900.00 EE 260,000.00 1 LOW 1 $394,740.00 1 2ND 472,000.00 1 3RD 1 $486,228.00 Teklon Thomco Construction, Inc. 4 -Con Engineering, Inc. UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT Lump Sum $582,267.00 Lump Sum $632,445.00 Lum Sum $673,900.00 4TH $582,267.00 5TH $632,445.00 6TH 1 $673,900.00 • f: lusem5pbwlsharedlcontracl100A1 11l31D SUMMARY xis I Page 1 on _ _ _ _ N 490 19' 08' 584. in BUILDING "G ". i t �I 1 t BUILDING "H' 2 Existing ''jj Handicap StaNs� BUILDING A" r V Z Q J_ m FEAsting H/G parking stall R flm BUILDING "E" NOTE THIS A STM BUILDING "D" (Refer to Permit — — — — — — — — — — - — —- k0466 -2003 for Hccessible Parking) Dill 11111110 NEW BUILDING W (Project Area) Entr nce (Demo Portion) Building N -98' -4 F.V. IF r - - - - - ( Exsting) BUILD r i To Remain BUILDING "G" Ll - T �- �.`n.s�L�l =.. . i N 49° .19' 08' 760.19' ' � _ � — ASSUMED PROP 20' -1 ASSUMED PROPERTY UNE� Demo Portion of Existing RetalnlrWGa � O � z 0 0 0 CITY OF NEWPORT BEACH REQUESTS FOR FUNDS Date March 29.2005 TO: Administrative Services Director FROM: General Services Director SUBJECT: Request for Funds Request for additional funds, $289,397 Funds are not available in the current budget. Additional appropriation to the account number noted below is requested: Equipment Maintenance Capital Projects (7611) 7611- C6120725 Welding Annex $289,397 The additional funds are needed for the award of a contract for the construction of the welding annex, Building W, in the Corporation Yard. General Services Director Approved: City Manager Administrative Services Director dty of Newport BeaCi NO. BA- 052 BUDGET AMENDMENT 2004 -05 AMOUNT: $289,397.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION:. Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations for the additional funds necessary to construct Building W at the Corporation Yard from the Equipment Fund unappropriated fund balance. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 610 3605 Equipment Internal Service Fund REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITUREAPPROPRIATIONS (3603) Signed: Signed: F(i aan/ciial Approval'. Administr five Services Director Administrative ApP(roval: City Manager Amount Debit Credit $289,397.00 ' Automatic $289,397.00 Date O 3 ate Signed: City Council Approval: City Clerk Date Description Division Number 7511 Equipment Internal Service Fund Account Number C6120725 Welding Annex at Corporate Yard Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: F(i aan/ciial Approval'. Administr five Services Director Administrative ApP(roval: City Manager Amount Debit Credit $289,397.00 ' Automatic $289,397.00 Date O 3 ate Signed: City Council Approval: City Clerk Date