HomeMy WebLinkAboutC-2236 - Improvements to City's Corporate Yard, Phase I & IICITY OF NEWPORT BEACH.
OFFICE OF THE CITY CLERK
P.O. BOX 1768. NEWPORT BEACH. CA 92658 -8915
November 26, 1985
Dynamic Construction Inc.
2111 S. Standard
Santa Ana, CA 92707
Attn: Walter K. Beeson
(714) 644 -3005
Subject: Surety: Fidelity and Deposit Company of Maryland
Bonds No.: 6069268
Contract No.: C -2236
Project: Phase I and Phase II Improvements at the
Corporation Yard
The City Council on April 8, 1985 accepted the work of subject
project and authorized the City Clerk to file a Notice of
Completion. The said Notice of Completion was recorded by
the Orange County Recorder on April 15, 1985, Reference No.
85- 131959.
Since we have received a Stop Notice against you, the bonds were
not released 35 days after the Notice of Completion was recorded.
Now, the Field Engineer of Public Works, City of Newport Beach,
informed the City Clerk to release the bonds on November 25, 1985.
Please notify your surety company of our action.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
E
TO: CITY CLERK
FROM: Public Works Department
4
September 9, 1985
SUBJECT: Phase I & II Improvements at the City Corporation Yard, C -2236
Unless suits are filed for non - payment the bonds on the subject
project may be released on November 25, 1985. (Ref: Civil Code,
Section 3184,3249)
/ . ' lg�,
Field Engineer
GPD:em
CC: City Attorney
PLEASE RETURN TO: �J`-1a319J�
City Clerk f, j��� - EXEMP
City of Newpo7t i�'each C15
3300 Newport Blvd. RECORDED IN OFFICIAL RECORDS
Newport Beach, CA 92663 -3884 OF ORANGE COUNTY CALIFORNIA
NOTICE OF COMPLETION
- 130 -PM APR 15'85
PUBLIC WORKS
RECOWDER
10 All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on April 8, 1985
the Public Works project consisting of Phase I and Phase IT Improvements at the _
Corporation Yard (C -2236)
on which Dynamic Construction Inc., 2111 S. Standard Santa Ana CA 92707
was the contractor, and Fidelity and Deposit Company of Maryland, One Wilshire Blvd.,
was the surety, was completed. Los Angeles, CA 90017
CITY OF NEWPORT BFACH
I I a, )44 ublic Works Director
VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 11, 1985 at Newport Beach, California.
piriSlic Arks Director
VERIFICATION OF CITY CLERK
I. the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on April 8, 1985 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 11,' 1985 at Newport Beach, California.
CITY OF
P�Ei+' ?ORi [3fkLi#,
"AY 5 1985 ®
���^ CITY CLER
City Clerk
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
April 12, 1985
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Phase I and Phase II Improvements at the
Corporation Yard, Contract No. 2236 on which Dynamic Construction
Inc. was the Contractor and Fidelity and Deposit Company of
Maryland was the Surety.
i Please record and return to us.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
i
April 8, 1985
i
CITY COUNCIL AGENDA
BY THE CITY COUNCIL ITEM NO. F -15
• CITY OF NEWPORT BEACH
TO: CITY COUNCIL APR 8 1 935
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF PHASE I AND II IMPROVEMENTS AT THE CITY CORPORATION YARD
(C -2236)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the
Notice of Completion has been filed.
4. Assess liquidated damages in the amount of $4,100.
• DISCUSSION:
The contract for the Phase I and II improvements to the City
Corporation Yard has been completed to the satisfaction of the Public Works
Department. Major components of the project were the General Services
Administration Building (Building "A "), Carpenter and Sign Shop (Building "B "),
Automotive Shop (Building "D "), Park Department Field Office and Shop
(Buildings "K "), Gasoline Fueling Facility (Building "F "), two covered
storage /equipment parking buildings areas (Buildings "E" and "G "), material
storage bins, and site improvements.
The bid price was: $2,426,000.00
Amount of unit price items constructed: 2,409,015.80
Extra work: 154,840.72
Total Contract Cost
The project was financed from the Genera
• 02- 3397 -119 Phase I Improvements
02- 3397 -119 Phase II Improvements
02- 3397 -290 Additional Grading
Total
U
C V
Page 2
Subject: Acceptance of Improvements to Phase I and Phase II at the Corp. Yard
Page 2
• The total project cost to date is:
Engineering & Architectural Design $ 200,349.56
Contract No. 2236 2,426,000.00
Unit Price Items Deleted from Contract No. 2236 - 16,984.20
Work added to Contract No. 2236 by Change Orders 154,840.72
Soils Engineering & Materials Testing 29,519.05
Furniture and Shop Equipment 71,628.44
Miscellaneous 61,345.20
C
•
Total Project Cost to Date $2,926,698.77
The balance of the appropriations will be used for additional grading,
paving, and a boundary fence.
The decrease in the amount of unit price items was principally due to
the elimination of 1i -inch asphalt pavement over uncompacted native materials in
areas where the grade was raised appreciably and permanent pavement was either
constructed or is planned to be constructed.
Nineteen change orders were issued, as follows:
C.O. No.
Description
1. A. Eliminate fire door and louver from north wall
of Building "D ", eliminate five unit heaters
from Carpenter Shop. Add air ducts and vents in
Building "D "; add vent to sand trap at Building
I'D"
B. Eliminate 80 lineal feet of chain link fence behind
Building "V.
C. Replace 6 -inch fire main with ductile iron pipe
encased in polyethylene; relocate gas line in
Building "E" to overhead; raise drain manhole
cover to grade in Building "G "; replace encased
VCP sewer pipe with CIP with pressure joints;
Connect water system to 14 -inch main in Industrial
Way; add two 6 -inch gate valves on fire main.
Total Change Order No. 1 $ 7,214.09
2. Provide underground three -phase electical service
to Parks, Beaches, and Recreation area 13,660.00
3. Drill pilings in Building "G" deeper to obtain
required penetration into good soil 4,225.00
4. Remove portion of footing of existing retaining wall 302.00
5. Remove large chunks of concrete from site of fuel
station and 8 -inch water main 8,660.00
April 8, 1985
Subject: Acceptance of Phase I and Phase II Improvements at Corp. Yard
Page 3
is
6.
Furnish roof - mounted furnace and heating system
for Carpenter Shop
9,748.47
(Note: C.O. No. 1 allowed credit of $3,449 for
deletion of unit heater)
7.
Construct full height wall between 2 work bays in
Building "K"
3,076.81
8.
Construct retaining wall along west wall of Build-
ing "G"
3,472.89
9.
Add metal trim on Buildings "E ", "F ", "G "; and paint
the interior roof structure of Buildings "E" and "G"
6,469.05
10.
Place temporary pavement over utility trenches
9,662.55
11.
Modify roof ladders to O.S.H.A. requirements
653.00
12.
Add 2 -inch A.B. under 109,606 S.F. of 3 -inch A.C./
4 -inch A.B.
9,864.54
13.
Relocate and lower 6 sets of products reels; add
2 sets of air reels; add 1 floor drain, all in
Building "D"
3,910.00
14.
a. Paint roof beams and underside of roof decking
in Building "D"
5,037.00
b. Install ceramic tile floors in restrooms and
12,640.00
locker room in Buildings "A" and "D"
c. Install vinyl flooring in offices in Building "D"
1,394.00
d. Install janitors' sink and 3 drinking fountains
6,213.00
e. Furnish and install 16 full- height lockers in
Building "D"
1,293.00
f. Construct walkway on roof of Building "B"
407.00
g. Install stainless steel counters in Building "D"
1,126.00
•
h. Widen door opening in Building "D"
3,582.00
i. Construct additional caissons and grade beams
at Building "E"
9,890.00
Total Change Order No. 14
$ 41,587.00
15.
Construct additional P.C.C. pavement at west side
of automotive shop; and modify fire engine pit in
.automotive shop
10,570.00
April 8, 1985
Subject: Acceptance of Phase I and Phase II Improvements at Corp. Yard
Page 4
16. Install explosion -proof fan, electrical hookup,
• and vent in battery room; construct fire door in
Building "D "; add ceiling access doors in Build-
ing A "; add rubber stair skirts in Building "A ";
construct furred wall in lunchroom in Building "A ";
construct ceramic tile in restroom in Building "B ";
delete ceiling in mechanical room in Building "D ";
add drywall in corridor in Building "D "; delete
installation of one street light at Superior
Avenue gate 8,440.00
17. Add lighting in second floor restroom in Building
"A"; construct 2 junction boxes in pavement; add
4 welder receptacles in Building "D "; relocate
lights to clear overhead crane; add trim for re-
cessed lights in office in Building "A "; add floor
receptacles for secretary. 3,887.39
18. Add 4 thermostat
conduits in
Building "D "; con-
struct conduits
for Telefire
system; provide tem-
porary power to
Buildings "K" and "B ".
7,627.88
19. Add computer and
copier room
to Building "A" and
modify closet.
1,810.05
Total
All Change Orders
$154,840.72
The change orders represent 6.4% of the original contract. Several of
the change orders were necessitated by poor foundation conditions encountered
during construction, including finding unsuspected large pieces of concrete in
the vicinity of the gasoline station and in front of the lawn mower shop. Other
change orders for painting of structural steel and the underside of roof deck-
ing; for flooring in restrooms, locker rooms, and offices; for drinking
fountains and a janitor sink; and for additional portland cement covered pave-
ment which were for desirable items not included in the basic contract.
Other additional costs were incurred in keeping the City yard in con-
tinuous operation. Temporary utilities had to be provided, and unanticipated
amounts of temporary pavement were required over utility trenches.
The plans were prepared by Robinson - Thompson Associates, of Irvine.
• The contract, executed on April 28, 1982, required completion within
400 calendar days, resulting in a completion date of June 2, 1983. The work was
substantially completed on June 9, 1984, 373 calendar days after the contract
date of completion. Acceptance has been delayed pending completion of numerous
"pick up" items of remedial work.
•
r �
s
•
April 8, 1985
Subject: Acceptance of Phase I and Phase II Improvements at Corp. Yard
Page 5
The specifications provide for extensions of time to compensate for
delays beyond the control of the contractor. These were:
a. Rain /wet ground 128 days
b. Carpenter's strike 29 days
c. Extra work /changed cond. 112 days
d. Other delays (see below) 63 days
Total 332 days
While certain items of the extra work required no extra time, i.e., a
substitution of one product for one of a different price, certain items, while
not large in cost, resulted in lengthy delays. For example, the painting of the
underside of the roofs in Buildings "F" and "G" was attempted by spraying. After
wind currents carried the overspray to the adjacent automobile parking areas the
work was done by hand, requiring a total of some two weeks. During this time
most other work was held up pending completion and the subsequent move of the
City's equipment. The providing of temporary power to Buildings "B" and "K" is
another example of the disparity between cost and delay to the project. To con-
vert the available single -phase power to the required three - phase, it was
necessary to temporarily install four transformers in Building "B" (the new car-
penter and sign shop). After approval of the approximate cost by the City, the
materials were ordered. Once delivered to the yard, installation commenced, the
entire process taking approximately two weeks. In the case of Building "K" (the
Parks Department office), it was necessary to install a temporary pole line
across the rear of the yard. Once installed, the contractor connected the
overhead wires into the building which was designed to be fed from underground.
The specifications required that the contractor allow a two -week
period for the Automotive Shop to move from the old building to the new.
Because of the need to keep the shop in full service while the move was taking
place, the move actually took approximately five weeks. The contract made no
provision for the move of the General Services Administration group; however,
because of the need to coordinate this move with the change to the new telephone
and radio systems, the time became critical. Compounding the problems was the
breakup of AT & T and the need to deal with and schedule two telephone com-
panies. Because of the above and the demands on the General Services staff by the
winter storms, the project was delayed approximately four weeks.
Even with the above extensions of time applied, the completion was
still 41 days late. There were occasions when little or no work was performed
even though conditions, materials and City operations would have permitted the
contractor to utilize a full crew. It is therefore recommended that liquidated
damages in the contract specified amount of $100 per day be assessed for the
41 -day period in the total amount of $4,100.
Benjam n B. Nolan
Public Works Director
GPD:jd
ALL AMERICAN ASPHALT
14274 MAGNOLIA AVENUE
P.O. BOX 2229
CORONA, CA 91720
June 7, 1985
City of Newport Beach
Department of Public Works
P. 0. Box 1768
Newport Beach, CA 92663
Gentlemen:
On May 8, 1985, we filed a Stop Notice with you against
Dynamic Construction in the amount of $14,052.50 for
work and materials used at 592 Superior Avenue, Newport
Beach, California.
Please amend the Stop Notice amount to $12,117.88. This
is the full balance due us.
cc: Dynamic Construction
Very truly yours,
ALL AMERICAN ASPHALT
Barbara Lundquist
Credit Manager C�
TELEPHONE: ORANGE CO: 714/973.1484 LOS ANGELES CO: 213/436 -8197 RIVERSIDE CO: 714/737 -6488
^V=
4G:
Y'.
NOTICE
STOP NOTICE
TO WITHHOLD TO HOLDER OF FUNDS
T0: CITY OF NEWPORT BEACH - Attention Mr Ceorgg Pan»aG
(Name of owner, construction lender or public officer)
3300 NEWPORT BL�7D NEWPORT BEACH CALIFORNIA ,HOLDER OF FUNDS.
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
Arun WTAT FABRIrAMR.9 ' S AL ffU)A ST. OC)WMN, CA. 90220
(Name and address)
has furnished or has agreed to furnish 1 abor, material and equipment required to fabricate & erect
(labor, services, equipment, materials)
of the following kind METAL WORK
(general description of labor, services, equipment or materials)
to or for MTAMTC ODNSTRIICTION . INC, for the work improvement, located at, or known as:
(name of person to or for whom furnished)
Phase 1 & Phase II IMPFDVD"EN'T8 AT THE CORPORATION YARD, CONTRACT 1d0..22313
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 176,239.00
The amount in value of that already done or furnished by claimant is $ 176 ,239.00
Claimant has been paid the sum of $158,769.00 , and there remains due and unpaid the sum of $ 17,470.00
plus interest thereon at the rate of 1.9 per cent per annum from SF'mTWRFR 17 , 19_84_.
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
STATE OF CALIFORNIA
COUNTY OF
LOS ANGELES ss.
MC1 '1*LT4_ g N C
Name of Claimant
1520 S. ALAhMA ST,, COMPT0N Y CA 90290
Address of Claimant
M. f- c � �_ •.J
�• �, �. _ ..its
� �c
LJr
D014ALD R. :iAWIUXS Pnrt-n., , being duly sworn, deposes
and says: That —he is the person(s) who signed the foregoing Stop Notice; that —he has read the same and knows the contents thereof
to be true of h-i.$_ own knowledge, except as to any matters or things that may therein be stated on his information and belief and
as to those matters and things _he believes them to be true.
Subscribed and sworn to before me f 011111111M IM
PATRM3A BKOMSKI
thi 8t day of Kav , 19 85 rm�
Notary Public and in and for said State
'nb anmdala ram aovon nowt wmd peaemlwr�a �m�e Sold todk e.d. Role Too .4al .wad R an to n btauh ,
%TOP NOTICE and make ChAVON MGM m J`C= &E- McUMS. aRmWt a 1-w u r*. doubt ehT (alas deal. fat taus wlaaw.
WOLCOTT* MRN 1100 N6v. 2.73 Wft. 53)
c
ri "r„ gg
his._
0
{ Stop Notice
1
NOTICE TO City of Newport Beach, Department of Public Works
(Name of Public Body or Lender)
P. 0. Box 1768, Newport Beach, CA
(Address)
(If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make
payments under provisions of the contract.)
(If Private Job — file with resplonsible officer or person at office or branch of construction lender administering the
construction funds.)
Prime Contractor: Dynailic Construction
Sub Contractor (if Any)
Owner or Public Body: City of Newport Beach
Improvement known as 592 Superior Avenue
(Name and address of project or work of improvement )
in the City of Newport Beach County of Orange
State of California.
All American Asphalt claimant,a Corporation
(claimant) ( Corporation/ Partnership /Sole Proprietorship)
furnished certain labor, service, equipment or materials used in the above described work of improvement.
The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service,
equipment or materials is i Dynamic Construction
Name of Subcontra(,torl ('ontractorl Owner- Builder)
2111 S. Standard, Santa Ana, CA 92707
The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was
asphaltic concrete, iggregate rock, labor and equipment
!describe in detail)
Total value of labor, service, equipment or materials agreed to be furnished ............
Total value of labor, service, equipment or materials actually furnished is ...............$
Credit for materials returned, iI' any ................ ..............................$
Amount paid on account, ifan� .................... .............I................$
Amount due after deducting ali just credits and offsets ... ............................$14,052.50
YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to
satisfy claimant's demand in the amount of $14,052.50as provided in Sections 3156 through 3214 of the Civil
Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as
provided by law.
A bond not attached. (Bond required on private jobs — not on publicjobs.)
(is /is not)
Date May 8, 1985 `
NameofClaima All American Asphalt
BY
�.a Credit Manager (7 973 -1484
E �� > °�v�
t> G ti- co
CIO
c. a� :� �,a >on �.,Z� } c, ( Official Capacity)
"'r`' "-" -C�'"o VERIFICATION
r
C: ":3 0 0 Y-] Cl [10 0 EJta0
I, the undersigned, state: 1 am the Credit Manager
( "agent of' "president of'. "a partnerof'. "ownerof', etc.)
the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents
thereof, and 1 certify that the same is true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
Executed on May 8, 19 85 at Corona
California.
(Signature of Claimant Author& gent)
RICA FORM (REV. 9 -99) 6M
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
'- City of Newport Beach
h _
(Name of owner, construction lender or public officer)
3300 Newport Boulevard, Newport Beach, CA 92663 -3884
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant.
HOLDER OF FUNDS.
Gary Clark, dba Clark Enterprises, 1902 Holly Tree Lane, Santa Ana, CA 92705
(Name and address)
has furnished or has agreed to furnish 1-abor and material
(labor• services, equipment, materials)
of the following kind painting « � �
(general description of labor, services, equipment or materials)
to or for___Dynamic Construction Inc. for the work improvement, located at, or known as:
(name of person to or for whom furnished)
Corporate Yard, 592 Superior Avenue, Newport Beach, CA
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is F 35, 102.00
The amount in value of that already done or furnished by claimant is $_35, 102.00
Claimant has been paid the sum of $--3l , 544.11 , and there remains due and unpaid the sum of $ 3 , 557.89
plus interest thereon at the rate of per cent per annum from_ , 19 —.
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
CLARK ENTERPRISES
Dated:--_. —April 3, 1985 �-
Name,of Claimant Gary Clark, Owner
1902 Holly Tree Lane Santa Ana, CA 92705
Address of Claimant
O
STATE OF CALIFORNIA
COUNTY OF. orange a ,� yo �v
Gary Clark being duly sworn, deposes
and says: That —he is the person(s) who signed the foregoing Stop Notice: that .,he has read the same and knows the contents thereof
to be true of h is own knowledge, except as to any matters or things that may therein be stated on h is information and belief and
as to those matters and things _he believes them to be true.
Gary Clark
Subscribed and sworn to before me
r
this 3rd day of Apr i l 19 85 ^AI.
/IN
Notary Public and in aadfor said State E. Naomi Bobzin
This standard farm coven wort usual pmblmns In the field Indicated. J a i you Id H, fill I. all blanb,
STOP NOTICE and make changes proper to your transaction, Consult a lawyer if you doubt the fowl f fiwess for you, puspow.
WOLCOTTS FORM 1194-11 2 -73
��''�i.x =,�yx
_... ',
r
L
1
\1
J,%
�'� kEcvwEh
a � 8 } B'J1lDING�
Release f 1�p 1- O'SEcna 9 JUN�I 21994
ra:" OF
�lI
TO: City of Newport Beach
Construction Lender (or parr. with whmn Stop Notice was jded)
3360 Newport Blvd., Newport Beach, CA
Addre.rr
Ycu are hereby notified that the undersigned c'aimant releases th_tt certain Stop Nctice dated— 31 —R4
, in the amount of$ _
$4,213.00
against City
as owner or public body and Dynamic Construction, Inc.
as prime contractor in connection with the work of improvement known as Corpor1,tion Yarn,_
592 Superior Avenue, Newport Beach._ �7gmtratt #22RA _
in thcCity of _New ort Beach —,County of Oran &e
Date 6 -8 -84
, State of California.
NameoCClaimant AN 7G— JOIIPISON COMPANY
(7 n Name;
By
Ba
VERIFICATION
(OJJiciul Capuci( )
1, the undersigned, state :I am the Assista,Ett Secret_arwy „of ANNII�G— JOHNSON CO _
1'.' Pre,eident u '.'' . 4 Partner u
,'O�rneruJ” arc)
the claimant named in the foregoing Release; I have read said Release of Stop Notice and know t to contents thereof,
and l certify that the same is true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the Slate of California that the foregoing is true
and correct,
Executed on June 11 _,19 84 a City nf Inr9ustry
California.
hjA� iSigua(urrgr AlauruutorAudrorrsrdRgent)
Date 121.- -
C(WiES SENTTQ
i7 Mayor
o Councilmen
D mtorn er
ttorey
O Bidg. Dir,
O Gen"ery Dir.
OP8 &RDir.
• Pianning Dir.
• P ce hiet
. Dir
her 4tA�
u1 r3 i, i ,
WCA FORAI5 (RE'/. 3 -93) 5ri4
PMATERIAL RELEASP
Dal
6
6
CO'd
TO WHOM IT MAY CONCERN: a
C%
C � ❑00❑❑0 ❑
For a valuable consideration the undersigned. ------
the property at --- C= --- the City of
Pebruary
California, from any liability for lien for all materials delivered by it, to or from that said
C-' - D- -,:) 3
FEB 22 1 48 IN
t- hereb es
vii} n
VLV
-yj.Ew • '1171 ....... ...
account of -----------
Dynamic ...... ------- ------ ......... - ---- -------- to this date.
This release is conditioned upon the clearance by the bank upon which it is drawn, of the check
received in payment for the above mentioned materials.
FULL & FINAL RELEASE
Balance Due -0--
WOLCOTTS FORM 751E
Hertz Equipment Rental
FIRM NAME
2649 W. First Street
Santa Ana, Ca 92703
MIT
Sy
N Z
13250 TEMPLE AVENUE, P. O. BOX 1228, INDUSTRY, CA 91749 (818) 369-7131
January 31, 1984
Fidelity & Deposit Company of Maryland iN
I Wilshire Blvd,
Los Angeles, Ca 90017
Re: Dynamic Construction, Inc.
Corporation Yard, City of Newport Beach, Ca
Bond no. 6069726S
Gentlemen:
Attached is a copy of a Stop Notice filed by our company
on the above project. This is to inform you of our claim
against the above payment bond and of our intention to
file suit on the bond.
Very truly yours,
ANNING7 JOAN $CIN COMPANY
Robert If, Beal
Vice President
RIIB/caf
&
encl.
CAC. 4 Mir
cc: Dynamic Construction, Inc.
City of Newport Beach, Ca
I Li
ANCHORAGE • ATLANTA • CHICAGO • INDIANAPOLIS • KNOXVILLE • LOS ANGELES
NEW ORLEANS • ORLANDO • SAN FRANCISCO • SEATTLE • WASHINGTON, D.C.
NOTICE TO City of Newp
Beach
•
(Name of Public Body or Lender)
3360 Newport Blvd., Newport Beach Ca 92663
(Address)
(If Public Job —file with office of controller, auditor, or other public disbursing of icer whose duty it is to make
payments under provisions of the contract.)
(If Private Job— file with responsible off icer or person at office or branch of construction lender ahinihi..,feril;f&0c
construction funds.)
d
Prime Contractor: Dynamic Construction, Inc
Sub Contractor (if Any) Anning– Johnson Conipan
Owner or Public Body: City of Newport Beach Newport Beach, California
Improvement known as Corporation Yard, 592 Superior Ave. Newport Beach. Ca
(Name mid address of project or work of imprownient)
Contract no. 2236
in the City of Newport Beach County of Orange
State of California.
Anning– Johnson Company claimant, Cnrhnr• t,nn
(claimant) ti (Corporation /Partnership /Sole Proprielorship)
furn ished certain labor, service, equipment or materials used in the above described work of improvement.
The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service,
equipment or materials is Dynamic Construction, Inc
(Name oJSubcoatractor/Coruractor /owner - Builder)
2111 So. Standard, Santa Ana. California
The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was
Metal Deckinn and Insulating Concrete
(describe in derail)
Total value of labor, service, equipment or materials agreed to be furnished .............$ 35,668.00
Total value of labor, service, equipment or materials actually furnished is ...............$ –0–
Credit for materials returned, if an $ –0–
Amount paid on account, if any ...... ................ .... ........ ................ S 31,455.00
Amount due afterdeductingalljustcredits and offsets ......... ......................$ 4.213.00
YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to
satisfy claimant's demand in the amount of $ 4,213.00as provided in Sections 3156 through 3214 of the Civil
Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as
provided bylaw.
Abond is not attached .(Bondrequiredonprivatejobs —not on public jobs.)
(is /is not)
Date
Name ofClaiutapt' – ' ng
/ j �2 (l igt NNme
Robert II., Beal. Vice President.
(01iiciol Capacity)
VERIFICATION
I, the undersigned, state: I ant the Vice President of Ann. nf,– .Jolmson Company
( "agent of ", " president of', "a pu rtner of', "owner of', etc.)
the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents
thereof, and I certify that the same is true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
Executed on January 31
California.
ii
BICA FORM (491,A&3) bM
19 83 at Industry
(Signature of Gaimmu orAudtorizedAgeni)
STOP NOTICE
CE TO WITHHOLD TO HOLDER OF FUNDS
TO: City Clerk's Office, City of Newport Beach
(Name of owner, construction lender or public officer)
3300 Newport Blvd., Newport Beach, Ca 92663
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
,HOLDER OF FUNDS.
Hertz EQuipment Rental, 2649 W. First St., Santa Ana, Ca 92703
(Name and address)
has furnished or has agreed to furnish equipment
of the following
to or for
(labor, services, equipment, materials)
scissor lift
(general description of labor, services, equipment or materials)
Construction
(name of person to or for whom furnished)
for the work improvement, located at, or known as:
Corp Yard — 592 Superior, Newport Beach, Ca
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 1,484.00
The amount in value of that already done or furnished by claimant is $ 1, 484.00
Claimant has been paid the sum of $ 0 , and there remains due and unpaid the sum of $ 1,484.00
plus interest thereon at the rate of 7 per cent per annum from November 19 83
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
1
February /1984
STATE OF CALIFORNIA j!
Orange —) ss.
COUNTY OF g )
Hertz Equipment Rental
Name of Claimant
2649 W. First St_, SAnta Ana, Ca
Address of Claimant
Myrna Canfield (Assistant Credit Manager)
_ , being duly sworn, deposes
and says: That she is the person(s) who signed the foregoing Stop Notice; that s he has read the same and knows the contents thereof
to be true of In er own knowledsge, except as to any matters or things that may therein be stated on h er information and belief and
as to those matters and things _he believes them to be true.
Subscribed and sworn to before me
this_ _L. -- __.day
STOP NOTICE
WOICOTTS FORM BYO —Rau. 2 -73
19�
My -fna Canfield,YAssistant Credit
Manager)
TLb rhodard farm coven moat MuA probbemr, fn We meld Indreated. lacfom you rlgel road R, 1111 to .11 blew,
and make chanQq prayer to yom tnraM.tloo, Camrult . lawyer if you doubt the form s !Rama for Your Arrvoee.
r,
__:. -... S_...,
. 1
_ , being duly sworn, deposes
and says: That she is the person(s) who signed the foregoing Stop Notice; that s he has read the same and knows the contents thereof
to be true of In er own knowledsge, except as to any matters or things that may therein be stated on h er information and belief and
as to those matters and things _he believes them to be true.
Subscribed and sworn to before me
this_ _L. -- __.day
STOP NOTICE
WOICOTTS FORM BYO —Rau. 2 -73
19�
My -fna Canfield,YAssistant Credit
Manager)
TLb rhodard farm coven moat MuA probbemr, fn We meld Indreated. lacfom you rlgel road R, 1111 to .11 blew,
and make chanQq prayer to yom tnraM.tloo, Camrult . lawyer if you doubt the form s !Rama for Your Arrvoee.
• 0
/ITTXT rNT` ATT` V V r"f'%"rT "T` A /1T T
DATE: April 28, 1982
TO: FINANCE DIRECTOR
PUBLIC WORKS
FROM: City Clerk
SUBJECT: Contract No. 2236
Description of Contract
at the Corporation Yard
urriur yr me vrir ui.n a
(714) 640 -2251
Phaco T anA TT TmnrnvPmPntS
Effective date of Contract April 28, 1982
Authorized by Resolution No. Min_Art_, adopted on Apr. 12, 1982
Contract with Dynamic Construction Corp.
Address 2111 South Standard
Santa Ana, CA 92707
Amount of Contract $2,426,000.00
Wanda E. Andersen
City Clerk
WEA: jr
City Hall • 3300 Newport Boulevard, Newport Beach, Cali[omia 92663
STATE
COMPENSATION
I NI S U R A fM C E
FUND
April 26, 1982
is •
P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
CERTIFICATE OF WORKER'S COMPENSATION INSURANCE
City of Newport Beach
Building & Safety Department
P.O. Box 1768
3300 Newport Boulevard
Newport Beach, California 92663 -3884
Attention: Ben Noland
T' d�'L
POLICY NUMBER: 614241-82
CERTIFICATE EXPIRES: 10 /]_/82
This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
EMPLOYER
Dynamic Construction,
2111 South Standard
Santa Ana, California
SCIF FORM 262A IREV. 12 8%
Inc,
92707
PRESIDENT
ALL OPERATIONS
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 x_]_,00 AM
on the 10th day of March , 1982, at which time sucE b s
shall be opened and rear
' PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
Title of Project
' 2236
Contract No.
• •
•
j.
Approved by the City Council
this 25th day of January , 1982.
' anda E. Andersen
City Clerk
' Prospective bidders may obtain one set of bid .documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Kenneth L. Perry at 640 -2281.
Project Engineer
1
PR la
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
CONTRACT NO. 2236
PROPOSAL
Tithe Honorable City Council
C�y of Newport Beach
3300 Newport Boulevard
Pt Box 1768
N port Beach, CA 92663 -3884
Gentlemen:
Iundersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees
t furnish all labor, materials, equipment, transportation, and services to do all the work
r�uired to complete Contract No. 2236 in accordance with the Plans (Drawing No. B- 5077 -S
consisting of 115 sheets), the City's Standard Specifications, Standard Special Provisions
apd Drawings, and these Special Provisions; and that he will take in full payment therefor
01 following unit prices for each item, complete in place, to wit:
UNIT UNIT PRICE WRITTEN IN WORDS PRICE
1. Lump Sum Clear and grub, for the lump sum price
of
Ten Thousand Dollars
and
No Cents $ 10,000.00
2. Lump Sum Demolish and dispose of existing
buildings, materials bins, pavement,
trees, vegetation, and other mater-
ials, for the lump sum price of
Thirty Thousand Dollars
and
No Cents $ 30,000.00
Lump Sum Earthwork and mass excavation, approximately
14,300 cubic yards, for the lump
' sum price of
Ten Thousand Dollars
and
No Cents $ 10,000.00
J
• .
PR lb
IurE M
QUANTITY
ITEM DESCRIPTION UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS PRICE
PRICE
Lump Sum
Export and dispose of off -site approxi-
mately 3,730 cubic yards of rubbish,
for the lump sum price of
Twenty -five Thousand Dollars
and
'
No Cents
$ 25,000-00
5.
Lump Sum
Grading and compaction, for the lump
'
sum of
Twenty Thousand Dollars
and
No Cents
$ 20,000.00
Lump Sum
Construct masonry retaining walls
shown on Sheet SS3, for the lump
sum price of
Seventeen Thousand Dollars
and
No Cents
$17.000.00
'.
Lump Sum
Construct open materials storage bins,
for the lump sum price of
Sixty Thousand Dollars
and
No Cents
$60,000.00
,.
Lump Sum
Construct chain link fence along south
property line, for the lump sum price of
'
Three Thousand Dollars
and
No Cents
$ 3.000.00
�.
Lump Sum
Construct fenced open storage areas
for the lump sum price of
Three Thousand Dollars
and
'
No Cents
$ 3,000.00
1_ •
T
T
IN WORDS
BILDINGS
10. Lump Sum Construct Administration Building "A"
I complete in place, including built -in
equipment, for the lump sum price of
PR 1 c
PRICE PRI
i
Two Hundred Eighty Thousand Dollars
and
No Cents
$ 280,000.00
Lump Sum
Construct shops Building "B" complete
in place, including dust collector,
complete in place, for the lump sum
'
price of
Two Hundred Forty Thousand Dollars
and
No Cents
$ 240,000.00
12.
Lump Sum
Construct automotive shops Building
"D ", complete in place, including
build -in shop equipment; sand and
grease trap; waste oil storage tank;
and 20' -wide P.C.C. slabs outside of
building, for the lump sum price of
Nine Hundred Twenty -one Thousand
Six- Hundred Eighty -nine Dollars
and
No Cents
$ 921,689.00
Lump Sum
Construct covered storage Building
"E ", complete in place, for the lump
sum price of
One Hundred Twenty Thousand Dollars
and
No Cents
$ 120,000.00
�.
Lump Sum
Construct covered storage Building
"G ", complete in place, for the lump
'
sum price of
One Hundred Thirty Thousand Dollars
and
'
No Cents
$ 130,000.00
15.
Lump Sum
Construct shops and office Building "K ",
complete in place, for the lump sum
price of
'
One Hundred Ten Thousand Dollars
and
No Cents
$ 110,000.00
i
EL STATION
6. Lump Sum
1
-SITE
UTILITIES
17.
Lump Sum
18,
Lump Sum
T9.
t
1
20.
1
1
21
1
[1
i1
,1
Lump Sum
Lump Sum
0
Construct fuel station, complete in place,
including structures, pumps, and under-
ground tanks, for the lump sum price of
Eighty Thousand Dollars
and
Nn Cents
Construct site water system, including
mains, valves, fire hydrants, and
water lines to planters, for the lump
sum price of
Twenty -five Thousand Dollars
and
No Cents
Construct on -site sewer system, in-
cluding mains, encasement, manholes,
cleanouts, for the lump sum price of
Fifteen Thousand Dollars
and
No Cents
Construct on -site gas distribution
system, for the lump sum price of
Five Thousand Dollars
and
No Cents
Construct on -site air distribution
system, for the lump sum price of
Three Thousand Dollars
and
No Cents
Lump Sum Construct new main electrical service
and site distribution system, includ-
ing connection costs, for the lump
sum price of
Sixty Thousand Dollars
and
No Cents
PR Id
$ 80.000.00
$ 25,000.000
$ 15,000.00
$ 5,000.00
$ 3,000.00
$ 60,000.00
• • PR le
�I M QUANTITY ITEM DESCRIPTION UNIT TOTAL
. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Construct area lighting system, for
the lump sum price of
Eight Thousand Dollars
and
No Cents $ 8,000.00
Lump Sum Construct underground conduit system
for communications, for the lump sum
price of
I]
SIE IMPROVEMENTS
I. Lump Sum
i
• 155
Linear Feet
1
r
26
r
1,090
Linear Feet
1
�. 3,412
Square Feet
r
I ,
1
r
Fourteen Thousand Dollars
and
No Cents
Construct masonry trash enclosure, garden
walls, and gates shown on Sheet AA1, for
the lump sum price of
Sixteen Thousand Dollars
and
No Cents
Construct Type A curb and gutter, for
the unit price of
Six Dollars
and
Seventy -five Cents $ 6.75 $ 1,046.25
Per Linear Foot
Construct Type B curb, for the unit
price of
Five Dollars
and
Seventy -five Cents $ 5.75 $ 6,267.50
Per Linear Foot
Construct 4" -thick P.C.C. sidewalk over
C.N.M. for the unit price of
One Dollars
and
Fifty Cents $ 1.50 $ 5,118.00
Per Square Foot
. �
PR if
I M
QUANTITY
ITEM DESCRIPTION
UNIT TOTAL
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE PRICE
j
3,555
Construct 6" minimum thickness P.C.C.
Square Feet
pavement, over 4" A.B.,for the unit
price of
'
Two Dollars
and
Forty -five Cents
$ 2.45 $ 8,709.75
Per Square Foot
29.
4,090
Construct 3' -wide P.C.C. gutter
Square Feet
over 4" A.B., for the unit price
of
Two Dollars
and
Fiffy -five Cents
$ 2.55 $ 10.429.50
Per Square Foot
�.
Lump Sum
Construct drainage structures north
of Building "E ", for the lump sum
price of
Three Thousand Dollars
and
'
No Cents
$ 3,000.00
31.
Lump Sum
Construct drainage system north of
.
materials bins, for the lump sum price
'
of
Four Thousand Dollars
and
No Cents
$ 4,000.00
�.
Lump Sum
Construct A.C. gutters behind retaining
wall and east of Building "D ", and A.C.
berm east of Buildings "D" and "E ",
. '
for the lump sum price of
Four Thousand Dollars
and
No Cents
$ 4,000.00
33.
136,000
Construct 3" A.C. pavement over 4" A.B.
Square Feet
outside of buildings, for the unit
price of
No Dollars
and
Eighty- -five Cents
$ 0.85 $115,600.00
Per Square Foot
I
1 0 !
T
�4
9,600
Construct I," A.C. pavement
over exist-
ing pavement or C.N.M., for
the unit
price of
No
Dollars
and
Forty
Cents
'
Per Square Foot
35.
Lump Sum
Stripe parking lot, for the
lump
sum price of
Three Hundred
Dollars
and
No
Cents
36.
Lump Sum
Furnish and install four electrical
gate openers, for the lump
sum price
of
Eighteen Thousand
Dollars
and
No
Cents
LIRE PROTECTION
37. Lump Sum Construct private fire service for the
lump sum price of
Fifteen Thousand Dollars
and
No Cents
38. Lump Sum Design, furnish, and install fire sprinkler
system in Building "B ", complete in place,
for the lump sum price of
Six Thousand Dollars
and
No Cents
19. Lump Sum Design, furnish, and install fire sprinkler
system in Building "D ", complete in place,
for the lump sum price of
Thirteen Thousand Dollars
and
No Cents
I
i
i1
PR 1g
I
PRICE PRICE
$ 0.40 $ 3,840.00
$ 300.00
$18,000.00
$15,000.00
$ 6,000.00
$13,000.00
TICCI yuni'll III 11U1I UEJVRlrllull
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
Lump Sum Design, furnish, and install fire sprinkler
system in Building I'E11, complete in place,
for the lump sum price of
Six Thousand Dollars
and
' No Cents
TAL PRICE WRITTEN IN WORDS:
ITEMS 1 -40 INCLUSIVE)
e Two Millis
No
315099
Contractor's Lic
March 31, 1982
to
549 -7571
Bidder's Telephone Number
I
i
i
Ii
1
I�
1
91
assitication
PR lh
$ 6,000.00
Dollars
and
Cents $ 2,426,000.00
DYNAMIC CONSTRUCTION INC.
Bidder
S /Walter K. Beeson, President
Authorized Signature /Title
2111 S. Standard
Santa Ana. CA 92707
Bidder's Address
' CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
' ADDENDUM NO. 1 (Extended Bid Date)
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
CONTRACT NO. 2236
' NOTICE TO BIDDERS:
Sealed bids may be received at the office of the City Clerk,
' 3300 Newport Boulevard, Newport Beach, California 92663, until
2:30 P.M. on the 31st day of March, 1982, at which time such bids
shall be opened and read.
' This bid opening date supersedes the March 10, 1982, bid opening
date prescribed in the NOTICE INVITING BIDS.
Please sign and date this addendum, and attach it to your bid
proposal.
-
r - X4
' Benjamin B. Nolan
Public Works Director
' I have carefully examined Addendum No. 1.
' DYNAMIC CONSTRUCTION INC.
Bidder's Name
' March 31, 1982 S /Walter K. Beeson President
Date
ZAuthorized Signature
I ,
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 2
MARCH 17, 1982
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
' CONTRACT NO. 2236
' BIDDERS shall propose to complete Contract No. 2236 in accordance with the contract
documents, the Proposal, the Plans, the Specifications; and as modified by Addendum
No. 1 and this Addendum No. 2.
I. Sheets Nos. 11 and 88 of the drawings (labeled C -6 and D -1) have been revised.
Sheets 11 and 88 as revised and dated March 17, 1982, are hereby made a part
' of this Addendum No. 2.
A. The modifications to Sheets 11 and 88 include, but are not limited to, the
' construction of a looped 8- inch - diameter asbestos cement pipe water line
connected at one end to an existing 12 -inch ACP water main in Superior
Avenue, and at the other end to an existing 14 -inch mortar lines concrete
coated steel pipe water line located in Industrial Way; plus changes in
the size and location of other on -site water, gas, and sewer lines.
B. 1. Site water lines of 2 inches in diameter or less are to be copper
' tubing, Type K.
2. Site water lines larger than 2 inches in diameter are to be asbes-
tos cement pipe, Class 150, except as noted.
3. Fire service water lines outside of buildings shall be either asbestos
cement water pipe, Class 150, or cast iron water pipe, Class 150.
' All fire service water lines inside of buildings, or less than five
feet from buildings, shall be cast iron water pipe, Class 150.
' II. The first three sentences of Section IV of the Special Condition, "BID ITEMS
WHICH THE CITY MAY ELECT TO OMIT FROM THE AWARD OF CONTRACT" are modified to
read as follows:
' The intent of the City is to complete as much of the project as pos-
sible with the funds available. All of the work to be done under
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD is included
in the amount to be paid for Items 1 through 4 inclusive of the
Proposal. If the total price bid for Items 1 through 40 inclusive of
the Proposal exceeds the amount of funds available, the City reserves
+ t the right to delete one or more of the following major bid items from
the award of the contract:
1
I.'
Addendum No. 2- -Phase I and Ffiase II Improvements at the Corfration Yard
'
Page 2
Item No. Description
7 Construct open materials storage bins
I
8 Construct chain link fence along south
property line
9 Construct fenced open storage areas
,
10 Construct Administration Building "A"
16 Construct fuel station
35 Stripe parking lot
'
III. The
two underground gasoline storage tanks located north of the fuel stations
shall each be of 12,500 gallons capacity.
'
IV. The
following clarification shall apply to products specified or shown on the
plans or in the Specifications:
,
1.
Acoustical ceiling
a. At exit corridors. Rooms 2 and 6 in Bldg. A and room 15 in Bldg. D:
'
Armstrong "Classic Fire Guard" and "Chicago Metallic Fire Front 250
Snap- Grid" suspension system.
'
b. All other areas: Armstrong "Classic Minaboard" and "Chicago Metallic
500 Snap- Grid" suspension system.
2.
Roll up steel doors.. Chain operated doors by The Cookson Company with 20-
gage No. 5-Slat and all required guides, brackets, etc. for complete func-
tional door. Hood shall be fabricated from 18 -gage galvanized steel. Pro-
vide bottom bar weather strip, hood baffle, and standard wool pile weather
stripping at guides.
3.
Exterior door hardware. Substitute H153 locksets for G51PD locksets wherever
'
G51PD have been specified.
4.
Change concrete block description from 6x8xl6 to 8x8xl6 at Bldg. K exterior
'
elevations on Drawing No..K /A3.
5. Solid core wood doors called for on drawings shall be Cal -Wood Door Co.'s '
"Institutional Solid Core" model, at 1 3/4" thick, with lumber cores. Pro-
vide 5" top rail with doors which are to be provided with closers. Provide
Type I waterproof adhesive. Faces: 3 ply wood veneer with Cal Coat line ,
walnut finish. Prepare doors, in factory, to receive hardware specified.
6. Flooring
a. Carpet: Walter Carpets "Executive Plaza" line over Olin Corporations's '
"Spec 2" "Omalon" pad. Glue to floor with adhesive approved by Olin
Corporation. '
b. Sheet Vinyl: Armstrong "Montina" with integral 6- inch -high cove base.
Provide aluminum edge trim at top of base. Miter edge trim at corners. '
Use leveling materials, adhesive and primer recommended by Armstrong.
Install per manufacturer's recommendations. Provide solid cove wood
backing at cove base.
Addendum No. 2- -Phase I and Phase II Improvements at the Corporation Yard
Page 3
'
7.
Hollow metal doors and frames. Ceco flush 1 3/4" "Imperial" with standard
18 -gage face sheets. Provide fixed grid louvers where called for on mechani-
cal plans. "SF34" 16 -gage, double rabbet, perimeter welded joint type steel
frames. Provide three standard masonry anchors at each jamb. Install doors
'
and frames in compliance with manufacturer's recommendations.
8.
Exterior aluminum windows. Kawneer Company, Inc. "Sealair Isolock" thermal
windows. Provide Kawneer crank operator, locking handle assemblies, and
'
pivot hinges for casement vents. Provide locking key assembly for projected
windows.
9.
Revise plumbing specification section 40..1.1.1, page 15B -24, to read:
. . . transmission fluid assembly; one 614009 gear oil reel assembly;
one reel mounting assembly consisting of one 614346 bracket, one
614342 bracket, and one pari 617170 end panels.
'
10.
Change plumbing specification section number at fifth line of page 15B -24
to 40.1.1.2 from 40.1.1.1. Delete portion of this section, beginning at
the seventh line of this section, which reads:
'
. . . one 61571 ready light reel assembly; Revise line nine of
this section to read:
'
. . . reel mounting assembly as described in 40.1.1.1 above.
11.
Delete portion of line ten of section 40.2.1 of plumbing specifications
reading:
. . , one 6151 ready light reel assembly; .
12.
Revise second line of section 40.3 of plumbing specifications to read:
614232 -7 with 50 feet of 3/8" I.D. hose, . . .
'
13.
Revise second line of section 40.4 of plumbing specifications to read:
' . . . 614323 -8 with 50 feet of 3/8" I.D. hose . . .
14. Construct Aro Corp. #615010 waste oil drain line shown on Drawing No. P5
so that the centerline of the outlet connection will be at elevation
' 80.95 feet.
15. Change engine oil supply line pipe to 2" from 1/2" at detail 2/P8 and floor
' plan on Drawing No. P5.
16. Change engine oil supply line pipe to 2" from 1/2" and delete 1/2" air
' line to oil storage tank at fuel island shown on Drawing No. P8.
17. Change to Aro 210 quick connection coupler from Hansen unit at floor plan
on Drawing No. P5. Change to Aro 210 quick connection coupler from
' Grover #917 at detail 2/P9.
i
Addendum No.
2- -Phase I anlehase
II Improvements at the Cooration Yard
,
Page 4
1/2" air line at 3/P7 and 2 -1/4" hydraulic lines at 2/P7. Change to 2"
b. One to six parts by volume of portland cement to aggregate. ,
Perform 4 compression tests of lightweight concrete per ASTM C 495 -77a.
Lightweight insulating concrete shall have a minimum 3" diameter by 6"
cylinder strength of 140 pounds per square inch. ,
24. Delete Section 8.3 of PLUMBING on page 15B -15 of the Specifications.
25. Section 3.2.2 of EQUIPMENT on 118 -3 of the Specifications shall be re- ,
vised to .read:
At Industrial Way entrance: Access Controls, Inc., Model SL -40 '
operators with all components required for a complete function-
ing system of two independently operable gates. Two operators
and four Access Controls, Inc., Model KS -20 key switches on '
masonry fences at each side of gate opening.
26. Storm drain connector pipes shown on sheet 8 of the drawings ,
(labeled C -3) and located north of Bldg. E shall be 12 inches in
diameter instead of 18 inches in diameter as shown on the drawing.
[I
,
18.
Add 2 -2" hydraulic lines to plan view at details 3/P7 and 2/P7. Delete
1/2" air line at 3/P7 and 2 -1/4" hydraulic lines at 2/P7. Change to 2"
hydraulic supply and return line from the 1 1/4" lines indicated on the
,
hydraulic lift motor note on the floor plan on Drawing No. P5.
19.
Delete reference to rear posts.in equipment schedule on Drawing No. P9.
,
20.
Revise second line of section 3.1.4 of equipment specifications page 118 -3,
to read:
'
. . . Weaver models EC- 106 -3FS and EC -1060R electric -oil . . .
21.
Provide corrosion protection for all components of hydraulic vehicle
'
lifts in contact with soil. Protection shall be as required for pipe
in section 20.9, page 15B -11, entitled "Pipe Wrapping" or equal as
approved in writing by Engineer.
'
22.
Sheet Metal: 24 -gage galvanized (1.25 oz. /sq. ft.} complying with ASTM
A93 U.O.S. Conform with all requirements of "Manual for the Specifi-
cation of Sheet Metal and Related Work" by the Sheet Metal Industry Fund
of Los Angeles, California. Solder: Per ASTM B32.
23,
Light weight insulating concrete at roof deck of Bldg. D: Aggregates
'
shall be group I (vermiculite) conforming with ASTM C 332 -77a. Light-
weight insulating concrete mix:
a. Oven dry weight: 30 pounds per cubic foot.
'
b. One to six parts by volume of portland cement to aggregate. ,
Perform 4 compression tests of lightweight concrete per ASTM C 495 -77a.
Lightweight insulating concrete shall have a minimum 3" diameter by 6"
cylinder strength of 140 pounds per square inch. ,
24. Delete Section 8.3 of PLUMBING on page 15B -15 of the Specifications.
25. Section 3.2.2 of EQUIPMENT on 118 -3 of the Specifications shall be re- ,
vised to .read:
At Industrial Way entrance: Access Controls, Inc., Model SL -40 '
operators with all components required for a complete function-
ing system of two independently operable gates. Two operators
and four Access Controls, Inc., Model KS -20 key switches on '
masonry fences at each side of gate opening.
26. Storm drain connector pipes shown on sheet 8 of the drawings ,
(labeled C -3) and located north of Bldg. E shall be 12 inches in
diameter instead of 18 inches in diameter as shown on the drawing.
[I
I ' . •
Benjamin B. Nolan
Public Works Director
' KLP:jd
I have carefully examined Addendum No. 2.
1
' March 31, 1982
Date
I '
i
DYNAMIC CONSTRUCTION INC.
Bidder's Name
S /Walter K. Beeson
Authorized Signature
Addendum
No. 2- -Phase I and Phase II Improvements at the Corporation Yard
Page 5
27.
Equipment lists shown on pages 114 and 115 of the drawings (labeled
EQ -1 and EQ -2) are for the purpose of showing the location of equip-
'
ment to be furnished by the Contractor as part of this contract and
existing equipment presently owned by the City of Newport Beach.
28.
Attention is called to the existi.ng shed which houses two air com-
pressors and which is located at the northwest corner of the existing
automotive shop building. The shed is shown on revised drawings
Nos. 8 and 11.
Before the site utilities serving Buildings A and B can be built, the
Contractor must move the two air compressors at least five feet north;
'
reconnect them; and protect them from the elements until such time as
the 15 H.P. air compressor is relocated into Building D and put into
'
service along with a new 25 H.P. air compressor to be supplied by the
Contractor.
Benjamin B. Nolan
Public Works Director
' KLP:jd
I have carefully examined Addendum No. 2.
1
' March 31, 1982
Date
I '
i
DYNAMIC CONSTRUCTION INC.
Bidder's Name
S /Walter K. Beeson
Authorized Signature
r • •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
rADDENDUM NO. 3
rMARCH 26, 1982
' PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
CONTRACT NO. 2236
'r
BIDDERS shall propose to complete Contract No. 2236 in accordance with
r the contract documents, the Proposal, the Plans, the Specifications;
and as modified by Addendum No. 1, Addendum No. 2; and this Addendum
No. 3.
' 1. Change the last sentence of Section 2.12
on page 22 -4 of the earthwork specifica-
tions to read:
r"Cost of field density tests shall be
paid for by the owner."
r
r
Benjamin B. Nolan
rPublic Works Director
b" .'Kennet L" Perr CL
y y
Project Engineer
rKLP:jd
rDYNAMIC CONSTRUCTION INC.
S /Walter K. Beeson, President
March 31, 1982
!r
I
t• • Page 2
IINSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1
11
I
L
I
I
I
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy 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 or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
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 con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
315099 B
Contr's Lic. No. & Classification
DYNAMIC CONSTRUCTION INC.
idder
March 31 1952 S /Walter K. Beeson, President
Date Authorized Signature /Title
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less
than 10% of
the total bid price) may be received 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 bid.
Bids shall not be received from bidders who are not licensed
in accordance
with the provisions of Chapter 9, Division III of the Business and
Professions'
Code. The low bidder shall also be required to possess a City of
Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL. form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
1
11
I
L
I
I
I
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy 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 or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
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 con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
315099 B
Contr's Lic. No. & Classification
DYNAMIC CONSTRUCTION INC.
idder
March 31 1952 S /Walter K. Beeson, President
Date Authorized Signature /Title
' • • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
' subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
' No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
' 14181 Linnetta Drive
I.Grading & Demolition PIPEN GRADING & PAVING Sunnymead, CA 92388
932 Town & Country Road
2.A.C. Paving ALL AMERICAN ASPHALT Orange, CA 92668
Box
3. Masonry PICOLLI CONSTRUCTION Fontana, CA
' 19826 S. Alameda ree
4.Str. & Misc. Steel BUCKEYE METAL Compton, Ca 90220
Mc Fadden Avenue
5-Roofing C & D ROOFING Huntington Beach, CA92647
210 A Calle De LOS -o inns
6.Glass & Alum. Sash NOVA GLASS San Clemente, CA
115315 L. Edinger Ave. Un i
' 7. Painting CLARK & JOHNSON Santa Ana, CA
Last ree
8. Equipment G.W. MAINTENANCE, INC. Santa Ana, CA
' 1925 Cedar Creek Circle
9. Fire Sprinklers ABLE AUTO. FIRE SPRINKLERr.naheim, CA 92807
2881 E. blue Star
10. M.A.C. COUTS HTG. & COOLIirG Anaheim, CA 92806
t is et rive
11. Plumbing PAUL H. NEAL CO. Upland, CA
SUTCLIFFE ELECTRIC 2111 S. Standard
' 12. Electrical DYNAMIC CONSTRUCTION, //INC. Santa Ana, CA 92707
' V iYNGNi� Ci /37E� /C %Ort X C .
Bidder
' Authorized Signature /Title
11112200 Western Avenue
1 13. Metal Decking WESCO ENGR. & CONST. Stanton, CA.
14332 Chambers Road
14. Roll -up Doors OVERHEAD DOOR CO. Tustin, CA 92680
' 5323 Alhambra Avenue
15. Ceramic Tile J. COLVIN & SON, INC. Los Angeles, CA 90032
1,
I1
I
IJ
i
I
I
1
I
FO.RIGINAL SEE CITY CLERK'S FILE •'Y Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, DYNAMIC CONSTRUCTION , as bidder,
• • 1 X11 1 '1 lu "� 1 u:: ��1 '
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of Amount Bid
Dollars ($10% of bid ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORAT
Title of Protect
YARD 2236
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day
of March , 1982.
(Attach acknowledgement of
Attorney -in -Fact)
S /Sandra L. Geddis, Notary Public
Commission Expires August 23, 1985
DYNAMIC CONSTRUCTION INC.
Bidder
S /Walter K. Beeson, President
Authorized Signature /Title
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Surety
By S /Edward W. Griffith
Title Attorney in Fact
I
F
Ll
F
1
II
1
1
9
NON- COLLUSION AFFIDAVIT
0
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 30th day of March
1982 .
My commission expires:
August 23, 1985
DYNAMIC CONSTRUCTION CORP.
S /Walter K. Beeson, President
Authorized Signature /Title
S /Sandra L. Geddis
Notary Public
'
9
0 Page 6
'
STATEMENT OF
FINANCIAL RESPONSIBILITY
'
The undersigned submits herewith
a statement of his financial responsibility
or agrees to submit a statement
within 1 work day after the bid opening if
'
the undersigned is the apparent
low bidder.
Financial statement reviewed by
Public Works Director on April 6, 1982.
DYNAMIC CONSTRUCTION INC.'
Bidder
S /Walter K. Beeson President
Authorized Signature /Title
i�
' • . Page 7
iTECHNICAL ABILITY AND EXPERIENCE REFERENCES
' 1979 City of Westminister Guy Brown 898 -3311
Fire Station. 6.500 s.f.. block walls. wood
roof. fuel island. concrete parking lot and
' site work
DYNAMIC CONSTRUCTION INC.
' S /Walter K. Beeson, President
' Authorized Signature /Title
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
'
1982
City of San Clemente Jim Lawson
492 -4210
Library /Senior Center, 14,000 s.f. bldg., wood frame
and stucco, site work (storm drains, retaining walls,
'
parking lot etc.
1982
Oscar Krinsky Oscar Krinsky
213
435 -7962
'
Commercial Center, 21,000 s.f. bldg., wood frame,
stucco and wood exterior
'
1981
City of Fullerton Ted Alacron
738 -6845
'
Senior Center, 10,000 s.f. bldg., masonry ext.
steel and wood roof structure site work
(landscaping, irrigation, parking lot)
1980
County of Orange Evan Krewson
834 -5919
'
Fire Station 6,000 s.f. , wood frame stucco
ext., fuel island, parking and site develop-
' 1979 City of Westminister Guy Brown 898 -3311
Fire Station. 6.500 s.f.. block walls. wood
roof. fuel island. concrete parking lot and
' site work
DYNAMIC CONSTRUCTION INC.
' S /Walter K. Beeson, President
' Authorized Signature /Title
' • Page 8
'
NOTICE
'
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
1
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
'
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since 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 sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
'
accordance with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating B
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Ke Ratin Guide:
Property- Casualty. Coverages shall be provided fora 1 TYPES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
'
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edi-
tion adopted for use in the City of Newport Beach), except as
supplemented or modified by the Special Provisions for this project.
1]
' . Page 9
BOND NUMBER:
PAYMENT BOND 6069268
' KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 12 1982
has awarded to DYNAMIC CONSTRUCTION INC.
hereinafter designated as the "Principal ", a contract for
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD C -2236
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
,and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
1 provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We hYNAMTC CMURIIUMN TNC
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
TWO M11 LION FOUR HUNDRED TWENTY SIX TH(LSANn ------------- Dollars ($ 9_x,000.00----- -
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
'THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
'in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
I
• Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the -90 day of —,40e16 , 19 C"?Z, .
�YiV4riiC G�0ruSy.F:C/c O.cl�ivt'(SeaI
Name of Contractor Principal
/I /4� ILZ-1,� 24-�r
Authorized Signature and Title
' Authorized Signature and Title
FIDELITY AND DEPOSIT COMP :M OF MARYL. "l)
Name of Surety
ONE WILSHIRE BL'J .. LOS ANGELES CALIF_ 90017
Ad .ress of Surety
,G'�LLTZL -c �' • .�.4,'I
Approved as to form: Signature andTitld Of Authorized Agent
• Edward W. Griffith, Attorney in Face
jf rr,c� .
' , Santa Ana, Ca I 1
City A torney —T'
(714) 953 -9521
Telephone No. of Agent
LJ
I
,
a `
/»/
e
wa� .
S
fa CZ
/
\�\/
\ ƒ/
§
/
/
-
®4
\�`
�
i
' Power of Attorney •
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
' HOME OFRCS lA1TIMORf, MO.
KNOW ALL .l'IEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora -
tion of the State of Maryland, by C. M. PECOT, dR. , Vice- President, and C. W. ROBBINS
' Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
"The President, or any one of the Executive Vice- Presidents, or any one of the additional Vice - Presidents specially authorized
' so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vic ,Presidents, Assistant Vice-Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, oc to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other
instruments and docu-
' menu which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint Edward W. Griffith of Newport Beach, Califo
' t rue and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ..... .................
1
I
n t e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Edward W. Griffith, dated
August 16, 1976-
The said Assistant Secretary dues hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and 'u now in force.
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY of \IARYLASD, this
......... .... ..---- ...... .., A.D. t9-A----
,YO et, Zi,A
,x ri AITEST:
t�JrEAt1. �S
FIDELITY AND DEPOSIT COMPANY OF ,MARYLAND
Aaittant Seaefary
STATE OF h'IARYtaVD Viro-Pretutrnl
CITY OP BALTIMORE , Sa.
On this 20th day of April A.D. 19 78 before the subscriber, a Notary Public of the State of
Mar land, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLA5M. to me per5onallykncwm to be the individuals and officers; described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said office" of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and chat the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TEMmoNY WaRREor. I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.
3A h
DrAgy
Ja; Notary Public Commission ExpiresJUly..1r...19Ts
- ;. ... ..... CERTIFIC,kTE
1, the undersigned. Assistanf5ectetary' of the FIDELITY A.VD DEPOSIT COMPANY OP :IARKAND, d0 hereby Cer[!fy that the original
Powerof Attorney of which the foregoing is a full, trueard correct copy, is in full ferceand effect on the date of this certificate; and I
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF NIARYLA.VD.
This Certificate may be signed by facsimile underand by authority of the following resolution of the Board of Directors of the
FtnEurY AND DEPOSIT COMPANY OF NIARI-LANO at a meeting duly called and held on the 16th day of July, 1962.
RESOLVED; "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed."
IN TEsTtxoNY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
i ..-.
' • Page 11
BOND NUMBER:
6069268
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
' WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 12, 1982,
' has awarded to DYNAMIC CONSTRUCTION INC.
hereinafter designated as the "Principal ", a contract for
IPHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD (C -2236)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
I WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, DYNAMIC CONSTRUCTION INC.
' as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
TWO MILLION FOUR HUNDRED TWENTY SIX THOUSAND -------- - - - --- Dollars ($2,426,000.00 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
' work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect.its obligations on this bond, and it does hereby waive notice
_ N
n�
- rs � C• T
Y C
� � N
(Ny N
m
N
P
> b
w �
O
4
w w
" E
n o
e �
a m
m �
x �
O
M �
G �
=' w
Ti n
a rT
O O
O N
's7
At7
t7
t'
O y
(D a
� z
d
� d
N �
� Q
O r
H
� n
O
(C �
z
° K
� o
a �
� a
E K
x
❑ e
� G
� o
� v
O
Y
M eT
� s O•
a
M
m
ro
n
w
C4
T1
Z
S
rt
S
O
!n
:J
00
N
[rJ
O
n �1
z 9
H r
o O
z
O
S
d
Ia
N
N
' • ` Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
iIn the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
' its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 61e day of xof /e lg B-Z
�'JSHgi1iC �i✓.S4 (Seal }
Name of Contractor (Principal)
Authorized Signature and Title
1 Authorized Signature and Title
I
I
FIDELITY AND DEPOSIT COMPANY
OF MARYLANfSeal)
Name of Surety
ONE WILSHIRE BLVD., LOS
ANGELES, CALIF. 90017
Address of Surety 1
Si gnat r TT e o
Edgwa4l�. YrPit At
thorize A ent
in acct
.,
orney
Approved as to form:
�G )/ �y�,, /gyp
1800 E. 16th St., Santa
Address of Agent
Ana, Calif. 92701
City Attorney " /"` �i
(.714) 953 -9521
Telephone No. of Agent
I
I
' • Power of Attorney •
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
' HOME OFFICE, WnMORF. MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C. M. PECOT, JR. , Vice- President, and C. W. ROBBINS ,
' Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
"The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized
' so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persona to execute on
behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint Edward W. Griffith of Newport Beach, Californi
' I rue and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf •
as
surety, and as its act and deed: any and all bonds and undertakings ..............
1
I
1
U
A-5-cl-fFe-execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Edward W. Griffith, dated
August 16, 1976.
The said Assistant Secretary dues hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this
.— .... -- ................day of ..... .............AiWi1.............. ........ A.D. 19.1a..
De
y
J as otPO
ATTEST:
�
SEAL i} s�
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
....... ---- C-�..f�......_
Assistant Secretary
By- --- - - -..` t.."-......
STATE OF MARYLAND )) as Vice- Pr <rtirenl
CITY OF BALTIMORE J
On this 20th day of April A. D. 19 7$ before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personallyknown to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and mith, that they are the said officen of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.
fd= Notary Public Commission LxpireslAly..1,...2973
-., I oi.E'c.. CERTIFICATE
1, the undersigned. Assistant "5icretary of the FIDELITY AND DEPOSIT COMPANY of MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized b}' the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969,
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
"valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
19..........
'City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
• CERTIFICATE OF INSURANCE •
Page 13
' Company A
Letter Ohio Casualty Company
Company B
Letter_ West American Insurance Company
Company C
Letter
mpany D
Company E
Letter
is is to certify that policies of insurance listed below have been issued to the insured named
ove and are in force at this time, including attached endorsement(s).
MPANY
TYPES OF INSURANCE
Policy
Policy
Exp.
LIMITS OF LIABILITY IN THOUSANDS 000
9. ro ucts/
L TTER
COVERAGE REQUIRED
No.
Date
Each Completed
Occurrence Operations
GENERAL LIABILITY
Comprehensive Form
Bodily Injury
$
$
A
x Premises - Operations
x Explosion & Collapse Hazard
x Underground Hazard
MP031
7-21 -82
Property Damage
$
$
—
x Products /Completed Operations
9839
Bodily Injury
Hazard
Insurance
and Property
Damage Combined
$ 500
$ 500
xContractual
Broad Form Property Damage
Independent Contractors Personal Injury
Marine
I
Personal Injury
$ 500
Aviation
B
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
❑x Owned
ACW948
7280
7 -21 -82
Bodily Injury
(Each Person
$
$
bodily Injury
(Each Occurrence)
Q Hired
❑x Non -owned
Pro ert Dama e
Boas Injury and
Property Damage
Combined
$ 500
EXCESS LIABILITY
C
® Umbrella Form
❑ Other than Umbrella Form
(81)
487280
7 -21 -82
Bodily Injury
and Property
Damage Combined
$ 1,000
$ 1,000
WORKERS' COMPENSATION
Statutory
ac
Accident)
and
EMPLOYER'S LIABILITY
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
M with the attached City of Newport Beach Endorsements.
CRNCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
' shall provide 30 days' advance notice to the City of Newport Beach by
registere mail, attention: Public Works Department.
I Griffith /Sincock Insurance Brokers
8� t`l\2"V, Agency: 1800 E_ 16th Strppt, Santa Ana__ Cal_ 92701
Authors ed e res ative 4 -16 -82
Edward W. Griffith Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
3elich by or on behalf of the named insured in connection with the following designated contract:
Phase I and Phase II Im rovements at Cor oration Yard Contract No: 2236
Project Title and Contract Number
IOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Z
• 0 Page 14
' CITY OF NEWPORT BEACH
'AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
' 1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
' the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
' by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2.
The
policy includes the following provision:
'
"The insurance afforded by the policy applies separately to
each insured
who is seeking coverage or against whom a claim is made or
suit is brought,
with respect to the limits of the Insurance Company's
liability."
'except
3.
The
limits of liability under this endorsement for the additional
insureds named in
paragraph
1 of this endorsement shall be the limits indicated below
for either Multi-
ple
Limits or Single Limit, whichever is indicated by the letter
X in the appropriate
'
box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
' Property Damage Liability $ each occurrence
(X ) Single Limit
' Bodily Injury Liability $ 500,000 each occurrence
and
Property Damage Liability
' Combined
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
' any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
' 4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
' 5. Designated Contract: PHASE I AND PHASE II IMPROVENENTS AT CORPORATION YARD Contract:
Project Title and Contract No.).
'This endorsement is effective 4 -16 -82 at 12:01 A.M. and forms a part of
Policy No.ACW9487280
' Named Insured DYNAMIC CONSTRUCTION INC. Endorsement No. 1
Name of Insurance Company West American Ins. Co.
Authorized Represent&tUe
i
I , • 0 Page 15
CITY OF NEWPORT BEACH
' COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
' 2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
' whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
14. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
' (commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
' paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ ---each occurrence
' Property Damage Liability $ _`__each occurrence
( ) Single Limit
' Bodily Injury Liability $ 500,000 each occurrence
and
Property Damage Liability
' Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
' endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
' liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
'6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
'7. Designated Contract: AND PHASE II IMPROVEMENTS AT CORPORATION YARD Contract:
Project Title and Contract No.y 22
This endorsement is effective
.Policy No. MP0319839
4 -16 -82
at 12:01 A.M. and forms a part of
Named Insured DYNAMIC CONSTRUCTION INC. Endorse ent No. 14
Name of Insurance Company Ohio Casualty Company By � ���.'�„ �J
Authorized Repr en ive
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self- insurance before commencing any
of the work."
� /cy�i•GiYiC ����5'1 ' e
Date Signature
P
>�a 11A
NOTICE
THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH
fMUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY .
' AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL
ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT.
TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT
ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING
' OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF
NEWPORT BEACH BUSINESS LICENSE.
ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND
' COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS
PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU
SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS.
[1
• Page 16
' CONTRACT
THIS AGREEMENT, entered into this &iiday of el 19c�,
by and between the CITY OF NEWPORT BEACH, hereinafter "Cit , and
' DYNAMIC CONSTRUCTION INC. hereinafter "Contractor, "is made with
reference to the following facts:
' (a) City has heretofore advertised for bids for the following
described public work:
' PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD 2236
Title of Project Contract No.
' (b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
' forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD 2236
' Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Two Million
Four Hundred Twenty-six Thousand and No Cents ($ ,000.00 ).
This compensation includes 1 any loss or damage arising from the nature of the
' work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
' are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
C
1
11,
i
1
1
1
11
i
1
.1
L'
1
i
1
CJ
•
(f) Plans and Special Provisions for PHASE I AND PHASE II
IMPROVEMENTS AT THE CORPORATION YARD 2236
Title of Project Contract No.
(g) This Contract.
Page 17
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
:ATTEST:
1
City Clerk
APPROVED AS TO FORM:
City Attorney
CITY OF NEWPORT BEACH
By ZX4�
Mayof Pro .,
CITY
DYNAMIC CONSTRUCTION INC.
ntract
BY i'iLeo.
Its
By
Its
CONTRACTOR
e
CITY OF NEWPORT BEACH
CPUBLIC
WORKS DEPARTMENT
PHASE I AND PHASE II IMPROVEMENTS AT THE
CORPORATION YARD
1
CONTRACT NO. 2236
r
INDEX
TO
SPECIAL PROVISIONS
Section
Page 1
9
I.
GENERAL CONDITIONS . . . . . . . . . . . .
. . . . . . . . . 1
II.
ADMINISTRATION OF THE CONTRACT . . . . . .
. . . . . . . . . I
l
III.
SCOPE OF WORK . . . . . . . . . . . . . . .
. . . . . . . . . 1
IV.
BID ITEMS WHICH THE CITY MAY ELECT TO OMIT
(
FROM THE AWARD OF CONTRACT . . . . . .... .
. . . . . . . . 2
V.
AWARD OF CONTRACT . . . . . . . . . . . . .
. . . . . . . . . 3
{
VI.
TIME OF CONTRACT . . . . . . . . . . . . .
. . . . . . . . . 3
VII.
LIQUIDATED DAMAGES . . . . . . . . . . . .
. . . . . . . . . 3
�-
VIII.
LIABILITY INSURANCE . . . . . . . . . . . .
. . . . . . . . . 3
A. GENERAL LIABILITY . . . . . . . . . . .
. . . . . . . . . 3
B. AUTOMOBILE LIABILITY . . . . . . . . .
. . . . . . . . . 3
t
IX.
BRAND NAMES . . . . . . . . . . . . . . . .
. . . . . . . . . 4
"
X.
STAGING OF THE WORK . . . . . . . . . . . .
. . . . . . . . . 4
A. GENERAL . . . . . . . . . . . . . . . .
. . . . . . . . . 4
B. REQUIRED SEQUENCE OF CONSTRUCTION.
. 4
C. STAGING. . . . . . . . . . . .
. . . . . . . . . 4
D. CONSTRUCTION SCHEDULE. . . .. . . . .
. . . . . . . . . 5
L
E. PAYMENT FOR WORK WHICH MUST BE STAGED.
. 5
r
}L
XI.
SHOP DRAWINGS AND SAMPLES . . . . . . . . .
. . . . . . . . . 6
A. SHOP DRAWINGS . . . . . . . . . . . . .
. . . . . . . . . 6
B. SAMPLES . . . . . . . . . . . . . . . .
. . . . . . . . . 6
LXII.
TESTS AND INSPECTIONS . . . . . . . . . . .
. . . . . . . . . 6
LXIII.
EXISTING UTILITIES . . . . . ... . . . . .
. . . . . . . . . 6
XIV.
EXISTING SOILS REPORT . . . . . . . . . . .
. . . . . . . . . 6
LXV.
TEMPORARY FACILITIES . . . . . . . . . . .
. . . . . . . . . 7
L
i
t
t
PHASE I AND PHASE
II IMPROVEMENTS AT THE
CORPORATION YARD
INDEX
[
TO
SPECIAL PROVISIONS
t
(Cont'd)
Section
Page
XVI.
CLEANUP AND DISPOSAL
. . . . . . . . . . .
. . . . . . . . . 7
l
A. DURING THE WORK .
. . . . . . . . . . .
. . . . . . . . . 7
B. FINAL CLEANUP . .
. . . . . . . . . . .
. . . . . . . . . 7
C. DISPOSAL . . . .
. . . . . . . . . . .
. . . . . . . . . 8
XVII.
SERVICE MANUALS AND
RECORD DRAWINGS . . . .
. . . . . . . . . 8
{
A. SERVICE MANUALS .
. . . . . . . . ... .
. . . . . . . . . 8
t
B. RECORD DRAWINGS.
:
. 8
(
XVIII.
GUARANTEES . . . . .
. . . . . . . . . . .
. . . . . . . . . 9
(
XIX.
SAFETY . . . . . . .
. . . . . . . . . . .
. . . . . . . . . 9
XX.
CONSTRUCTION LAYOUT
AND STAKING . . . . . .
. . . . . . . . . 9
XXI.
PAYMENT . . . . . . .
. . . . . . . . . . .
. . . . . . . . . 9
A. GENERAL. . .
. . . . . . . . .
. . . . . . . . . 9
B. MONTHLY PROGRESS
PAYMENTS . . . . . . .
. . . . . . . . . 9
C. PAYMENT QUANTITIES
. . . . . . . . . .
. . . . . . . . . 10
D. BID - ITEMS . . . .
. . . . . . . . . . .
. . . . . . . . . 10
L
L
L
-
LI
1
L
[1
L
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
CONTRACT NO. 2236
I. GENERAL CONDITIONS
SP 1 of 11
A. The Standard Specifications of the City of Newport Beach shall govern con-
tractual relationships between the parties to this contract.
The parties to this contract are the City of Newport Beach and the Contractor.
II. ADMINISTRATION OF THE CONTRACT
A. The Public Works Director of the City of Newport Beach shall administer this
contract for the City.
1. Any place where the word "Architect" or Owner" appears in the specifica-
tions, the work "Architect" or "Owner" shall be understood to refer to
the Public Works Director of the City of Newport Beach or his authorized
representative.
2. Any change order issued to the Contractor must be in writing and signed
by the Public Works Director and the Contractor in order to be valid.
III. SCOPE OF WORK
A. The intent of the City of Newport Beach is, under this one contract, to con-
struct Phase I and II of improvements to the Corporation Yard, while the
normal activities at the Corporation Yard continue without interruption.
This will require that the work be done in stages in order not to interfere
with the continuous operation of the Corporation Yard.
Work to be done under this contract includes demolition of buildings, car-
ports, materials storage bins, trees, pavement and other site improvement;
earthwork, including excavation and disposal of unsuitable rubbish fill; im-
porting granular fill material; the construction of four masonry buildings,
two steel frame lightweight storage buildings, a fuel station, open materials
storage bins, fenced storage areas, site improvements, site utilities, fur-
nishing and installing built -in shop equipment; and other appurtenant work
needed to complete the project.
The scope of work also includes the design, furnishing, and installation
of
a private fire service and fire sprinkler
systems in
three buildings. The
Contractor will be required to hire a fire
sprinkler
company licensed by
the
State of California to design the systems,
secure the
necessary approval
from
L
the Newport Beach Fire Department; and to
protection system.
furnish and
install the entire
fire
The contract requires the completion of all
the work
in accordance with
these
L
Special Provisions; the Plans (Drawing No.
B- 5077 -5,
consisting of 115 sheets);
the Specifications; the City's Standard Special
Provisions
and Standard
Drawings; and the Standard Specifications
for Public
Works Construction,
L^
I
I
0
SP 2 of 11
1979 Edition, including supplements to date. Copies of the Standard Speci-
fications may be purchased from Building News, Inc., 3055 Overland Avenue,
Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's
Standard Special Provisions and Standard Drawin s may be purchased at the
Public Works Department office for 5 apiece.
B. Included in the scope of the contract is the payment of all fees and the
securing of all permits normally charged by governing public agencies; the
payment of all connection charges normally charged by serving utilities;
and the furnishing of all material, labor, and transportation necessary to
complete the construction; except that the following fees normally charged
f by the City of Newport Beach will be waived:
1} 1. Building excise tax fees.
Il 2. Building and plan check fees normally charged for the account of
I the General Fund, including plumbing, electrical, drywall, and
I plastering permits.
C. The following fees, if required, will be paid directly by the City:
t 1. Fire and water service connection fees.
2. County Sanitation District connection fees.
D. All other fees normally charged by the City must be paid by the Contractor.
Included among fees that must be paid is:
1. Business license fees.
LIV. BID ITEMS WHICH THE CITY MAY ELECT TO OMIT FROM THE AWARD OF CONTRACT
The intent of the City is to complete as much of the project as possible with
the funds available. All of the work to be done under Phase I and Phase II
[; Improvements to rthe Corporation Yard is included in the amount to be paid for Items
1 through 37 inclusive of the Proposal. If the total price bid for Items 1
through 37 inclusive of the Proposal exceeds the amount of funds available, the
City reserves the right to delete one or more of the following bid items from
the award of the contract:
Item No. Description
7 Construct open materials storage bins
8 Construct chain link fence along south
property line
9 Construct fenced open storage areas
L 10 Construct Administration Building "A"
16 Construct fuel station
35 Stripe parking lot
l_ If the City exercises its option to delete one or more of the above - listed bid
l items from the award of contract, the resolution awarding the contract will
specify the bid items that are not to be included in the award of contract.
L
L_�
{ • SP 3 of 11
For the purpose of determining the lowest responsible bidder, the total price
bid for Items 1 through 40 inclusive will be used.
`` V. AWARD OF CONTRACT
1.
The award of the contract, if it is awarded, will be made within 45 calendar days
l after the opening of the bids. This provision supersedes Section 2 -1.1 of the
l City's Standard Special Provisions.
VI. TIME OF CONTRACT
The date of the contract shall be the date that the contract is executed by the
` City.
The contract shall be completed within 400 calendar days from the date of execu-
tion of the contract by the City..
Ull . LIQUIDATED DAMAGES
Liquidated damages at the rate of $100 per day will be assessed as per Section
` 6 -9 of the Standard Specifications.
TII. LIABILITY INSURANCE
Upon execution of the contract, the Contractor shall provide a certificate(s)
of insurance showing that he has Liability Insurance coverage. At the same
time, the Contractor shall provide the insurance endorsements on the forms pro-
vided as part of the contract documents.
The Liability Insurance coverage shall include each of the following types of
insurance:
A. GENERAL LIABILITY
1. Comprehensive Form
2. Premises- Operations
3. Explosion and Collapse Hazard
4, Underground Hazard
5. Products /Completed Operations Hazard
r 6. Contractual Insurance
L 7. Broad Form Property Damage
8. Independent Contractors
9. Personal Injury
10. Marine
B. AUTOMOBILE LIABILITY
1. Comprehensive Form
2. Owned
3. Hired
4. Non - Owned
L
L- I
1 • 0 SP 4 of 11
IX. BRAND NAMES
Many materials and products have been specified in the Specifications by brand
names and /or manufacturers' catalog numbers. The Contractor may substitute
materials and products from other manufacturers for any material or product
specified in these contract documents by brand name and /or manufacturers' cata-
log numbers, subject to the material or product being substantially equal in
t performance and quality, and subject to the prior written approval of the City.
X. STAGING OF THE WORK
11 A. GENERAL
1. Construction of the Phase I and Phase II improvements at the Corporation
Yard must not interfere with the operations conducted by the City at the
yard. Existing buildings and facilities scheduled to be demolished may
not be demolished until the uses presently occupying those buildings
and facilities have been relocated into new facilities.
2. To meet the criteria of keeping the Corporation Yard operating continu-
ously, the work to be done under this contract must be done in stages,
and certain required sequences of construction must be followed. Other
items of construction may be scheduled by the Contractor.
B. REQUIRED SEQUENCE OF CONSTRUCTION
` 1. The existing automotive shop must be kept in operation until new
lBuilding "D" is complete and operable.
2. The existing carpenter and sign shops located in the existing automo-
tive shop building must be kept in operation until new Building "B"
is complete and operable.
{ 3. The existing parking meter shop located in the existing automotive shop
building-must be kept in operation until new Building "K" is complete
and operable (if Building "K" is not deleted from the award of contract).
L4. The existing shed and carport building located east of the existing
automotive shop building must be kept in operation until new Building
"G" is complete and operable.
5. The existing materials storage bins must be maintained until new open
storage bins are completed.
L6. The existing fenced open storage area for boats must be maintained
until the new fenced open storage area is completed.
LC. STAGING
It is suggested that the contract work to be done under this contract be
j grouped into stages as follows: -
L 1. Stage 1
a. Clear and grub
i b. Construct retaining wall
L
V• SP 5 of 11
L
L
L
L
L
c. Demolish Utilities warehouse, lower warehouse and
Parks Division cottage
d. Construct Building "G"
e. Construct Building "B"
f. Construct Building "K"
g. Construct utilities
2. Stage 2
a. Construct Building "D"
b. Construct Building "E"
c. Construct Building "A"
d. Construct open materials bins
e. Construct fenced open storage areas
f. Construct fuel facility "F"
3. Stage 3
a. Demolish old automotive shops building
b. Demolish old open materials bins
c. Demolish old fenced open storage area
d. Construct site improvements
e. Final cleanup
D. CONSTRUCTION SCHEDULE
1. The Contractor shall prepare a construction schedule which shall be
approved by the City prior to the start of any work.
2. The construction schedule submitted by the Contractor shall allow
the City the following periods of time to move from buildings or
facilities scheduled to be demolished:
a. One week to move material from the shed and carport building lo-
cated east of the present automotive shop to Building "G" after
Building "G" has been completed.
b. One week to move the sign and carpenter shops from the present
automotive shop building to Building "B" after Building "B" has
been completed.
c. One week to move the parking meter shop from the present automotive
shop building to Building "K" after Building "K" has been completed.
If Building "K" is not included in the award of contract, allow one
week to move the Parking Meter Shop after Building "D" has been
completed.
Ld. -Two weeks to move the automotive shops, tire shop, and automotive
parts storage to Building "D" after Building "D" has been completed.
LE. PAYMENT FOR WORK WHICH MUST BE STAGED
The prices bid by the Contractor for the various items of work must take
L into consideration that the project must be constructed in stages, and
that no additional compensation will be paid for items of work that must be
done in stages.
i
L
1 . SP 6 of 11
f XI. SHOP DRAWINGS AND SAMPLES
[_ A. SHOP DRAWINGS
1 The Contractor shall check and verify all field measurements promptly in
order to cause no delay to himself or his subcontractors.
The Contractor shall submit to the City all shop drawings and schedules
required for the work of the various trades, and the City shall pass upon
them with reasonable promptness.
The City's review of such drawings or schedules shall not relieve the
Contractor of responsibility for deviation from drawings or specifications,
unless he has in writing called the City's attention specifically to such
deviations at the time of submission, nor shall it relieve him of responsi-
bility for errors of any sort in shop drawings or schedules.
All submittals of shop drawings, catalog cuts, data sheets equipment and
material lists shall be complete. The shop drawings transmittal form shall
be signed by the Contractor, verifying that shop drawings conform to con-
tract drawings and specifications.
B. SAMPLES
�. The Contractor shall furnish for approval, all samples as directed. The
work shall be in accordance with approved samples.
LXII. TESTS AND INSPECTIONS
A. Initial tests required by contract documents and retesting, if required,
Lwill be paid for by the Contractor.
B. The cost of tests or inspections ordered by the Owner for the purpose of
determining the existence of faulty materials or faulty workmanship shall
1, be paid for by the Contractor, except when the tests or inspections deter-
mine that faulty materials or faulty workmanship does not exist, in which
case the Owner will pay for the tests or inspections.
C. Local, legally constituted public authorities having jurisdiction over this
construction, and the Owner shall be the only persons empowered to direct
L tests to determine compliance or non - compliance with requirements of the
work.
LXIII. EXISTING UTILITIES
Construction of the items in this Contract will cause work to be performed
L under and very near existing water, sewer, storm drain, gas, electrical, and
telephone lines. The Contractor shall investigate, locate, and protect all
existing utilities. He shall protect in place and be responsible for, at his
own expense, any damage to existing utilities encountered during construction.
LXIV. EXISTING SOILS REPORT
L An existing soils report prepared by D. A. Evans, Inc., dated April 16, 1981,
is on file in the office of the Public Works Department and may be examined
by any prospective bidder.
U_
C• • SP 7 of 11
f XV. TEMPORARY FACILITIES
A. The Contractor must provide for his own use the following temporary facili-
ties:
1. Temporary field office or trailer.
2. Sanitary facilities.
3. Telephone. A pay telephone is available on the site.
4. Temporary storage areas.
i 5. Safety fencing, barricades, and warning lights.
I B. The following are available on the site, and may be used by the Contractor,
subject to the Contractor providing his own distribution facilities, and
subject to the adequacy of the existing facilities:
1. Water
2. Electricity
C. Contractor's employees shall either park off the site or where directed by
the City.
D. No signs will be permitted on the project except the project sign, identify-
ing captions over offices, certain directional signs and warning signs re-
quired for safety and protection. The Contractor shall take all necessary
steps to prevent installation of all unauthorized signs.
XVI. CLEANUP AND DISPOSAL
A. DURING THE WORK
At all times during the project, the buildings and site shall be kept clean.
All dirt, waste and rubbish shall be removed frequently and not allowed to
accumulate.
I: B. FINAL CLEANUP
In addition to keeping the buildings and site clean during construction,
the Contractor must thoroughly clean the inside and outside of all build-
ings, including fixtures, equipment, hardware, walls, ceilings, and doors.
This shall include thorough cleaning of roofs, window and opening ledges and
sills, horizontal projections, exterior steps and platforms, walkways, rails
and other surfaces. Dust, dirt, stains, handmarks, paint spots, plaster
droppings, or other foreign material, shall be completely removed from the
surfaces.
1. Metal Surfaces, including hardware, shall be cleaned and polished, using
L only non - corrosive and non - abrasive materials that are compatible with
protective coatings.
L 2. Materials with Natural Finish shall be thoroughly cleaned strictly in
accordance with manufacturer's latest printed recommendations.
I
L
r • • SP 8 of 11
i
1
3. Fixtures and Equipment: Plumbing fixtures and like items shall be
cleaned and polished. Lighting fixtures shall be cleaned free of dust,
dirt, stains, or waste material. Equipment and machinery shall be cleaned,
serviced, and left ready for use. All paper or other temporary labels
shall be removed.
4. Glass and Tile shall be cleaned of all dirt, marks, labels, spots or
other foreign materials, and washed and polished. Glass shall be cleaned
and polished both sides at time of final acceptance by the Owner.
5. Exposed Concrete, floors and walls, shall be washed and dried, free of
streaks or stains.
6. Resilient Flooring, including base, shall be cleaned, freshly waxed and
buffed as specified.
7. Painted Surfaces shall be cleaned with materials recommended by the manu-
facturer of the paint. When soiled or stained to such an extent that
normal cleaning is not sufficient, painted surfaces shall be refinished
as specified.
8. Final Inspection: Any deficient cleaning operations, as determined by
the Owner shall be immediately corrected.
L Q&U, I1;I_n
Under no circumstances shall rubbish or waste material of any description be
buried or otherwise disposed of on the site, whether in fills, backfills or
other locations. All debris, rubbish, and waste or surplus material shall be
` removed from the site. Particular care shall be taken by the Contractor to
El see that no dumping or spillage of concrete, plaster, oil, gas, cleaning fluids
or other deleterious matter is permitted in areas to be planted or where such
matter may drain or be carried into planting areas. Any soil so contaminated
shall be removed and replaced with approved soil, compacted as required, at
the Contractor's expense.
LXVII. SERVICE MANUALS AND RECORD DRAWINGS
A. SERVICE MANUALS
The Contractor shall furnish tw
be loose leaf and shall contain
installed showing components an
Lturer's name and address.
B. RECORD DRAWINGS
LThe Contractor shall provide an
blue line prints, which shall b
L the original drawings and speci
set. As -built entries shall be
manner.
L
L
o
service
manuals to the Owner. Manuals may
complete
exploded drawings of all equipment
d
catalog
numbers together with the manufac-
d
keep up
to date a complete as -built set of
e
corrected
daily to show every change from
fications,
and this set shall be the record
completed
in a neat, clear, professional
L
r0 • SP 9 of 11
VIII. GUARANTEES
Besides guarantees required elsewhere, the Contractor shall and hereby does
guarantee all work for a period of one (1) year after the date of acceptance of
the work by the City and shall repair and replace any and all such work, to-
gether with any other work which may be displaced in so doing, that may prove
( defective in workmanship and/or materials within the one (1) -year period from
date of acceptance, without any expense whatsoever to the City, ordinary wear
and tear and usual abuse or neglect excepted. In the event of failure to comply
with the above- mentioned conditions within a week after being notified in writing,
the City is hereby authorized to proceed to have the defects repaired and made
good at the expense of the Contractor, who hereby agrees to pay the cost and
charges therefor immediately on demand.
VXIX. SAFETY
In accordance with generally accepted construction practices, the Contractor
shall be solely and completely responsible for conditions of the jobsite, in-
cluding 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 safety of the public and workers.
l The Contractor shall,have, at the worksite, copies or suitable extracts of
1 Construction Safety Orders and General Industrial Safety.
XX. CONSTRUCTION LAYOUT AND STAKING
LThe Contractor shall provide his own construction layout and staking. The price
to be paid for construction layout and staking shall be included in the prices
bid for the various item of work listed in the proposal; and no separate payment
will be made for construction layout and staking.
XXI. PAYMENT
A. GENERAL
L
1.
The work to be done under this contract includes furnishing all labor,
equipment, transportation, materials, and services necessary to com-
plete the construction as shown on the plans and described in the
specifications, complete in place, including all appurtenant work.
2.
The unit price bid for each item of work shown on the proposal shall
be considered as full compensation for all labor, equipment, materials,
services, and all other things necessary to complete the work in place,
and no additional allowance will be made therefor.
L
3.
Payment for all items of work not separately provided for in the pro-
posal shall be included in the prices bid for other items of work.
MONTHLY
PROGRESS PAYMENTS
LB.
L
The
City will make monthly progress payments for work completed per Section 9
of
the Standard Specifications. Work included in some of the bid items will
be
spread out over different stages of the project. For purposes of making
L
progress
payments, the City's estimates of the amount of work completed under
any
pay item will be used.
L
T
•
L]
SP 10 of 11
1
�r C. PAYMENT QUANTITIES
�- In quantities shown in the various bid items of the Proposal are approxi-
mate only, and bidders are required to make their own estimates of quantities.
Copies of the soils report are available in the office of the Public Works
Director of the City of- Newport Beach for examination by any prospective
bidder, and should be consulted prior to making lump sum bids for earthwork,
mass excavation, export and disposal of rubbish, and grading and compaction.
fD. BID ITEMS
1. Bid Item No. 3. The lump sum price to be paid for earthwork and mass
excavation includes payment for excavating for the retaining wall
parallel to Explorer Way; for stockpiling the granular fill for use on
the site later as backfill; for excavating unsuitable rubbish backfill;
and for all miscellaneous excavation, moving of earth, and compaction of
mass fills referred to in the Specifications as "Earthwork Condition A."
2. Bid Item No. 4. The lump sum price to be paid for grading and compac-
tion includes payment for compaction of native materials referred to in
the specifications as "Earthwork Conditio n B," a,nd for compaction and
fine grading of imported aggregate base that is not included in the lump
( sum prices paid for constructing the materials storage bins, individual
L buildings, the fuel station, and Portland cement concrete pavement.
3. Bid Items Nos. 7, 10, 11, 12, 13, 14, and 15 and 16
The lump sum prices to be paid for constructing the materials storage
bins, buildings, and the fuel station include the price of furnishing
�. and compacting imported aggregate base, finish floors, and built -in
equipment.
a. The lump sum price to be paid for constructing Building "B" in-
cludes the price of the dust collector located outside the building;
Lb. The lump sum price to be paid for constructing Building "D" in-
cludes the price of the reinforced portland cement concrete slabs
L located outside of the building on the east and west sides; the
price of the sand and grease trap located outside of the building;
the price of the oil storage tanks located outside of the building;
c. The lump sum prices to be paid for constructing Buildings "E" and
"G" includes the price of constructing asphalt concrete floors over
y imported aggregate base.
L 4. Bid Item No. 9. The lump sum price to be paid in Bid Item No. 9 does
not include pavement. Pavement at the fenced open storage area will be
paid for at the unit price bid for constructing 3 -inch asphalt concrete
pavement over 4 inches of imported aggregate base.
L
iC
I
0
5. Bid Item No. 17
•
SP 11 of 11
a. The lump sum price to be paid for Bid Item No. 17 does not include
the price of a private fire service, which will be paid for under a
different bid item.
b. The price to be paid for Bid Item No. 17 includes the price of a
water meter installation per City Standard Drawing 514 -L, except
that City will pay for the water meter and any connection fee charged
by the Water Department for a water service connection.
6. Bid Item No. 21. Any connection fees or riser charges charged by the
Southern California Edison Company and any charge made by the Southern
California Edison Company for a transformer and /or cable between the
�n transformer pad and /or cable between the transformer pad and the con-
nection point in Superior Avenue shall be paid by the Contractor and
included in the price bid for Item No. 21.
7. Bid Item No. 22. The lump sum price to be paid for Bid Item No. 22 in-
cludes the price of constructing three new street lights; and converting
an existing street light to the 277 -volt system.
{ a. The price of area lights mounted on the parapets of Buildings "A ",
1 "B ", and "D" will be included in the lump sum price paid for construc-
ting the individual building.
8. Bid Item No. 24. The lump sum price to be paid for bid item No. 24 does
not include the floor slab for the yard trash enclosure. The floor slab
for the trash enclosure will be paid for as part of the unit price paid
for 6 -inch minimum portland cement concrete pavement over 4 inches of
imported aggregate base.
9. Bid Item No. 29. The unit price to be paid for 3- foot -wide portland
cement concrete gutter includes the price of furnishing and compacting
4 inches of imported aggregate base.
10. Bid Item No. 30. The lump sum price to be paid for drainage structures
north o` f Building "E" includes the price of two inlet structures, con-
nector pipes, and connecting to an existing cleanout leading to the
existing underground storm drain.
11. Bid Item No. 37. The lump sum price to be paid for constructing a
private fire service includes the price of a private fire service per
City Standard Drawing 512 -L and all fire sprinkler system plumbing on
the site except those portions of the fire sprinkler systems included
within Buildings "B ", "D ", and "E ".
The City will pay any connection fee charged by the Water Department
for connecting a private fire service.
L
,L
L
I- •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IPHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
L
CONTRACT NO. 2236
SPECIFICATIONS
LNDEX
DESCRIPTION
SECTION
HEATING, VENTILATING AND AIR CONDITIONING. . . . . .
. . . . . 15A
PLUMBING . . . . . . . . . . . . . . . . . . . . . .
. . . . . 158
r
ELECTRICAL
16
t
EARTHWORK.
22
CHAIN LINK FENCE AND GATES . . . . . . . . . . . . .
. . . . . 25
L
ASPHALT CONCRETE PAVING.
. 26
CONCRETE . . . . . . . . . . . . . . . . . . . . . .
. . . . . 33
CCONCRETE
MASONRY . . . . . . . . . . . . . . . . . .
. . . . . 41
STRUCTURAL STEEL . . . . . . . . . . . . . . . . . .
. . . . . 51
I
MISCELLANEOUS METAL . . . . . . . . . . . . . . . . .
. . . . . 55
L
ROUGH CARPENTRY . . . . . . . . . . . . . . . . . . .
. . . . . 61
FINISH CARPENTRY . . . . . . . . . . . . . . . . . .
. . . . . 62
•
INSULATION . . . . . . . . . . . . . . . . . . . . .
. . . . . 71
CAULKING AND SEALANTS . . . . . . . . . . . . . . . .
. . . . . 72
ROOFING.
. 75
METAL DOORS . . . . . . . . . . . . . . . . . . . . .
. . . . . 82
LGLAZING
. . . . . . . . . . . . . . . . . . . . . . .
. . . . . 88
ENTRANCE DOOR AND CURTAIN WALL SYSTEM . . . . . . . .
. . . . . 89
LDRYWALL
. . . . . . . . . . . . . . . . . . . . . . .
. . . . . 91
TILE WORK . . . . . . . . . . . . . . . . . . . . . .
. . . . . 92
RESILIENT FLOORING . . . . . . . . . . . . . . . . .
. . . . . 93
LATH AND PLASTER . . . . . . . . . . . . . . . . . .
. . . . . 94
LEQUIPMENT
. . . . . . . . . . . . . . . . . . . . . .
. . . . . 118
L
1
i.
�L
L
L
L
1
I
i
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 15A
HEATING, VENTILATING AND AIR CONDITIONING
1. SCOPE
1.1 Provide all labor, materials, equipment and services
required to complete the installation of the work of
this section as shown on the project design drawings
and described herein, including all incidental work
necessary to make it complete, satisfactory and ready
for operation.
1.2 The work of this section shall include, but not be
limited to the following principal items:
Packaged air conditioning units.
Air handling units.
Exhaust systems.
Unit heaters.
Pumps.
Boiler.
Gas fired furnaces.
Controls.
Piping.
Insulation.
Filters.
Air distribution systems complete with ducts, filters,
ceiling diffusers, grilles, registers, volume controls,
dampers, fire dampers.
Equipment connections as specified.
Cutting and patching as specified.
kiscellaneous, including hangers, supports, access
panels, sleeves, flashings and required accessories
for a complete installation.
Rough -in and final connections of Contract furnished
equipment, equipment furnished by others, including
all required trim and installation of equipment
where specified.
2. WORK NOT INCLUDED IN THIS SECTION
2.1 Concrete work except as otherwise specified.
2.2 Starters, disconnect switches and all line voltage
wiring, and all electrical conduit except as otherwise
specified.
HEATING, VENTILATING AND AIR CONDITIONING 15A -1
I
I
L
L
L
L
L
I
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.3 Painting, except as otherwise specified.
2.4 Installation of access panels and doors.
3. SHOP DRAWINGS, MATERIAL LISTS, SUBMITTAL DATA
3.1 General: Shop drawings, material lists, and /or plates
and brochures as required by the specifications shall
be prepared and submitted to the Engineer for review
within thirty (30) days after award of the Contract.
No work indicated on any one shop drawing shall be
started until such drawings have been reviewed by the
Engineer.
3.2 Submittal Data: The Contractor shall submit complete
brochures containing names of manufacturers, catalog
figure numbers, catalog cuts, trade names, technical
data and requested information of each item to be
furnished under the work of this section. The Contract-
or shall submit shop drawings and detailed descript-
ion of items which are not manufactured and which have
to be specifically fabricated. Submittal data shall be
referenced to article and paragraph numbers of the
specifications and to fixture and equipment numbers
listed or scheduled. Submittals shall be assembled in
numerical order of articles and paragraphs. The bro-
chure shall not contain submittals of material or
equipment required under the work of other sections
of the specifications, extraneous catalog sections,
pages or cuts of equipment or materials not having a
direct relationship to the specified item(s). Any
catalog pages whereon items other than the specified
item(s) to be furnished occurs shall be so marked
that the item(s) to be furnished is clearly identified.
3.3 Copies of Submittal Data: Six (6) copies shall be
submitted for preliminary review. Three (3) copies
shall be returned to the Contractor who shall review
correction requirements, if so noted, and resubmit six
(6) corrected copies for final review. Three (3) copies
of final approved submittal data will be returned to
the Contractor. Additional copies necessary to correlate
the work of other trades shall be prepared by the
Contractor at his expense.
3.4 Equipment or Material Installed Without Approval: Equip-
ment and /or materials installed without the Contractor
HEATING, VENTILATING AND AIR CONDITIONING 15A -2
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
receiving written approval from the Engineer are
subject to removal and replacement with approved
materials, at no additional cost or delay of job
progress.
4. DRAWINGS OF RECORD
4.1 The Contractor shall provide and keep up -to -date a
complete record set of blueline prints which shall
be corrected daily and shall show every change from
` the original Contract Drawings. This set of prints
` shall be kept on the job site and shall be used only
as a record set. This shall not be construed as
authorization for the Contractor to make changes in
the layout without definite instructions in each
case.
4.2 Upon completion of work, a set of transparencies of
all Contract Drawings shall be obtained from the
Contracting Officer at cost and all changes as noted
on the record set of prints shall be incorporated
thereon with black ink by a competent draftsman.
Character and quality of workmanship shall be compat-
ible with the original drawings. This set of trans-
parencies shall be delivered to the Contracting
Officer.
5. OPENINGS. CUTTING AND PATCHING
LHEATING, VENTILATING AND AIR CONDITIONING 15A -3
5
5.1 Openings: Openings have been indicated on the
architectural and structural drawings. Should
a:
any additional openings or holes be required for
the work of this section, the cost of same shall
Lbe
the obligation of this section.
5.2 Location: This Contractor shall, at a time in
advance of the work, verify the openings as shown
on the architectural and structural drawings. If
the work of this section requires such, he shall
furnish new and /or additional instructions as to
{
his requirements for these openings or additional
openings or holes, subject to approval by the
Engineer.
5.3 Cutting and Patching: All additional cuttings and
patching and reinforcement of construction of
L
LHEATING, VENTILATING AND AIR CONDITIONING 15A -3
5
CORPORATION YARD IMPROVEMENTS
F CITY OF NEWPORT BEACH, CALIFORNIA
i.
building, subject to approval by the Contracting
` Officer, shall be performed under the section of
the specifications covering the particular materials
and the cost of same shall be an obligation of this
rsection.
i 6. WORKMANSHIP AND MATERIALS
6.1 Installation: The project design drawings show the
general arrangement of all piping and equipment.
Any work indicated on the project design drawings
[ but not specifically mentioned in the specifications,
or vice - versa, shall be furnished and installed. As
it is not in the scope of project design drawings to
[ show all necessary off -sets, obstructions, sleeves or
l structural conditions, it shall be the responsibility
of the Contractor to install his work in such a manner
that it will conform to the structure, avoid obstruct-
ions, preserve headroom and keep openings and passage-
ways clear.
6.2 Materials shall be new and in perfect condition.
Materials for similar use shall be of same type and
manufacturer, unless otherwise approved. No item of
material shall be installed for any purpose or in any
manner not recommended by the manufacturer. Workman-
ship shall be best standard practice of the trade.
L7. COORDINATION WITH OTHER TRADES
7.1 Complete drawings and specifications of all trades
will be furnished or will be available for inspection
in the construction office of the job site. The
Contractor shall carefully check these project design
L drawings and specifications before installing any of
his work.- After checking the above mentioned project
design drawings and specifications, the Contractor
L shall in all cases consider the work of all other
trades and shall coordinate the work of this section
with that of all trades so that the best arrangement
L of all equipment, piping, conduit, ducts, etc., can
be obtained.
7.2 The Contractor shall call the attention of the
Engineer to any points of conflict between the work
of this section and that of the other trades, so that
the conflict may be properly adjusted. Work installed
HEATING, VENTILATING AND AIR CONDITIONING 15A -4
L
w
_ CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
under the work of this section which interferes with
the work of other trades shall be removed and re-
installed at the Contractor's expense when so directed
by the Engineer. It shall be understood that no extras
(time or money) to the Contract will be permitted to
accomplish the above results.
8. EXCAVATION AND BACKFILL
8.1 Do all excavation and backfill required to install
the work of this section both inside and outside as
shown on the project design drawings. All excavation
and backfill shall be in accordance with that speci-
fied under Section EARTHWORK. Excavations shall be
of proper depth and width to install the required
piping and /or equipment.
( 8.2 Piping outside of the building shall be buried to a
depth above the top of the pipe of not less than
2' -6" below finish grade unless otherwise noted on
( the project design drawings. Do not backfill until
1 final inspection and approval of pipe work by the
Contracting Officer or his designated representative.
I 8.3 All piping laid in backfill of less than 95% compaction
shall be adequately supported by grade beams and
caissons to prevent any settlement or distortion of
Lpiping.
9. CONCRETE WORK
9.1 All concrete work, including equipment housekeeping
pads, shall be provided under another section of the
L work.
10. RULES AND REGULATIONS
L 10.1 The complete installation shall be made in compliance
with the requirements of all applicable codes and all
legally constituted authorities having jurisdiction.
11. PROTECTION
11.1 Provide for safety and good condition of all materials
L and equipment until final acceptance by the Owner.
Protect all equipment and material from damage and
provide adequate and proper storage facilities during
L
HEATING, VENTILATING AND AIR CONDITIONING 15A -5
t_1
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
the progress of the work. Replace all damaged
and defective material or work prior to filing
application for final acceptance.
12. DISCREPANCIES
12.1 All discrepancies between the specifications and the
project design drawings or any contradictory sizes
or plate numbers describi.bg the manufacturer's items,
shall be brought to the attention of the Engineer
and the Engineer shall determine the proper items to
be used, with no additional cost to the Contract.
13. SUPERVISION
13.1 The Contractor shall furnish the services of an ex-
perienced superintendent who shall constantly be in.
( charge of the work of this section, together with all
L necessary mechanics, detailers and laborers required
to properly unload, transfer, detail, erect, connect
up, clean, flush, adjust, start, operate and test the
installation.
14. CLEANUP
14.1 Upon completion of the work specified and continuously
during the progress of the work, the Contractor shall
L remove all surplus materials, rubbish and debris
resulting from the operation and shall keep and leave
the entire building and involved portions of the site
insofar as the work of this section is concerned, in a
neat, clean, and acceptable condition as approved by
the Engineer.
` 15. SUBSTITUTION OF EQUIPMENT
l 15.1 Physical size, capacity, etc. of equipment shown on
L the project design drawings is based on the schedules
and /or specified manufacturers equipment. Should the
Contractor be allowed to provide the equivalent product of
` another manufacturer, subject to the Engineer's approval,
Lsuch product shall be of equivalent nominal physical
site of the scheduled equipment, capable of being installed
in tha manner as intended by the drawings and have features
equal to the specified and /or scheduled item which shall be
completely identified by comparison. Should the use of an
equivalent product of an approved manufacturer result in
Ladditional design and /or construction cost for thework of this
HEATING, VENTILATING AND AIR CONDITIONING 15A -6
1 0 •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
(Y section and /or work of other sections of the specifi-
cations, such cost shall be borne by the Contractor.
16. VISITING THE SITE
16.1 Before submitting proposals for this work, each bidder
shall be familiar with the plans and specifications and
fshall have visited the site and familiarized himself
with all working conditions under which he will be
obliged to work. No allowance shall be made subsequent-
ly in this connection, in behalf of the Contractor for
any error through negligence on his part.
17. PIPING INSTALLATION
17.1 General:
! 17.1.1 The word "Piping" as used herein, means
! pipe, fittings, nipples and valves and shall
be considered as such in this installation.
j Promptly install piping after excavation or
cutting for same has been done, so as to keep
the openings for this piping open as short a
time as possible. No piping, however, shall
I be permanently closed up, furred in or cover-
ed before the inspection and approval of same.
All piping systems shall present a neat ap-
pearance, both as to workmanship and appear-
, ance.
17.1.2 All runs of piping shall be made up of full
length sections of pipe or lengths cut to fit.
Short lengths shall be used at the ends and
L not at the middle of the run. All offsets
shall be made with fittings, and pipes shall
not be bent at any time. Pipe sizes shall not
L be decreased from those shown on the drawings.
17.1.3 All joints shall be made tight without any
packing, and if any leaks develop, the defect-
ive part must be remade with new materials.
Street elbows, bushings, close nipples, long
screws, bullhead tees or crosses shall not be
L used.
18. HOT WATER PIPING
L
L
HEATING, VENTILATING AND AIR CONDITIONING 15A -7
r • •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
18.1 Piping shall be Type L copper, hard drawn with
wrought copper, solder sweat fittings. Solder
shall be 95 -5 or silver solder.
19. EXHAUST FANS
i 19.1 Roof: Penn, with backward inclined fan wheel, belt
drive, backdraft damper, and bird screen. Motor and
fan assembly isolated from base with rubber vibration
isolators. Unit shall be completely weatherproof,
r. and shall have disconnect means under hood.
Coat interior of fan housing, fan wheel, and exposed
LHEATING, VENTILATING AND AIR CONDITIONING 15A -8
parts of shaft, with chemical resistant material,
{
Wisconsin Protective Coatings "Plasite" No. 7122,
i
American Standard's "Eisenheiss ", or equal, factory
applied per manufacturer's recommendations. Apply
carefully to fan wheels so they do not become un-
balanced.
19.2
Ceiling: Penn "Zephyr" with metal housing, grille,
backdraft damper, and UL label. Provide wall or
roof cap with bird screen, and thermal overload .
motor protection.
20. AIR HANDLING UNITS
20.1
Inits shall be complete with fan, motor and drive,
i
hot water heating coil, and casing.
20.2
Fans shall be quiet operating statically and dynamically
balanced, mounted on accurately ground rigid steel
shafts carried in self - aligning bearings. All bearings
shall be provided with conveniently located lubricat-
ion points. Fan wheels and housing shall have rust -
resistant finish. Fan shafts shall be coated with
rust- preventive compound which may be removed with
common solvents.
20.3
Casings shall be substantially built with rigid
L
frame assembly properly braced and steel panels not
lighter than 16- gauge. Access panels shall be pro-
vided and required for servicing. Both interior and
exterior of casings shall have rust - resistant finish.
Interior of unit shall be lined with coated thermal
acoustic moisture proof glass fiber lining.
20.4
Fan drive shall be V -belt type.
LHEATING, VENTILATING AND AIR CONDITIONING 15A -8
r • 9
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
1 20.5 Units shall be suitable for mounting as shown on
the project design drawings, and provided with vibra-
tion isolators as scheduled on the project design
drawings.
20.6 Filter cabinet shall be provided with filter arrange-
ment and capacity as scheduled on the project design
drawings. Filters shall be as specified under Article
"Air Filters ".
20.7 Units shall be, Carrier.
21. GAS FIRED UNIT HEATERS
21.1 Reznor, gas fired, propeller type, with electric gas
valve, safety pilot with 100% shut -off, and main and
■ pilot cocks. Furnish with automatic control system
tf including wall mounted thermostat, automatic fan
control, high limit control, and transformer. Heater
to be AGA approved. Mount thermostats which are
located on outside walls on insulated base. Units
shall have intermittent ignition device. Provide
Type B flue through roof with flue cap.
22. HOT WATER UNIT HEATERS
22.1 Horizontal delivery, propeller type with copper tube,
aluminum fin heating coil; motor; fan guard; lower
fin diffuser. Unit shall be Trane.
23. GAS FIRED HORIZONTAL FURNACE
LHEATING, VENTILATING AND AIR CONDITIONING 15A -9
I
23.1
Units shall be gas fired complete with controls,
t
electric gas valve, 100% safety shut -off; main and
L
pilot gas cocks. Units shall be AGA approved and
shall have intermittent ignition device. Units shall
Cbe
suitable for outdoor installation.
23.2
Fan wheels and housings shall have rust- resistant
finish. Fan shafts shall be coated with rust-prevent-
ive compound which may be removed with common solvents.
Interior and exterior of unit casings shall have rust
resistant finish.
L23.3
Fan drive shall be V -belt type.
L23.4
Units shall be Reznor.
LHEATING, VENTILATING AND AIR CONDITIONING 15A -9
I
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
C24. HEATING BOILER
24.1 Unit shall be AGA certified hot water supply boiler
complete with gas modulating valves, burners, main
C electric valve, flow switch, high limit control,
electric ignition, pressure relief valve, temperature
and pressure gages, expansion tank, outdoor reset
control. Unit shall be Raypak.
25. CARBON MONOXIDE SYSTEM
�y 25.1 Ductwork shall be spiral wound, 20 gauge galvanized
steel. Long lengths shall be used to keep joints
to a minimum. Fittings shall be similar and equal
to United Sheet Metal industrial type fittings with
welded gore ells, converging fittings and main
branch fittings. Ductwork below grade shall be
vitrified clay tile.
25.2 The overhead portion of the system shall be complete
with galvanized metal flexible hoses, tailpipe adapt-
ors, pulleys, pulley ropes and tie down cleats.
E 25.3 The underground portion of the system shall be complete
with recessed floor inlets (single or double as in-
dicated on the project design drawings) of high tensil
aluminum alloy with self closing covers, tailpipe
adaptors, 12 feet of 3" diameter galvanized steel
(_ flexible hose, adjustable connection for tile wye
spurr.
25.4 Units shall be National or Car -Mon.
26. PACKAGED ROOF TOP AIR CONDITIONING UNIT
L26.1 The unit_ shall be complete with an air cooled condenser
section, DX coil, circulating fan, operating controls,
! safety controls, and weather proof casing. The unit
L shall be UL listed for outdoor application. Casing
shall be galvanized steel, with primer and baked
L enamel finish and shall be complete with channel
mounting rails.
26.2 The unit shall be completely pre - wired, charged, and
tested. Ratings shall be ACRI certified.
26.3 Unit shall be Payne.
LHEATING, VENTILATING AND AIR CONDITIONING 15A -10
i
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
27. DUST COLLECTOR (SAWDUST EXHAUST) SYSTEM
27.1 The dust collector shall be American Air Filter
Type D Roto - Clone, or equal, dry centrifugal
dust collector with skimmer pre - cleaner. Unit
shall be complete with fan, motor, hoppers, dust
doors. Size and capacity, type and arrangement
( shall be as shown on the project design drawings.
L
L
L
L
L
L
27.2 Ductwork shall be galvanized steel riveted and
soldered of the following minimum metal thickness:
Diameter of Duct
to 8"
9" to 18"
U.S. Standard G
24 gauge
22 gauge
27.3 Elbows and angles shall be a minimum of two gauges
heavier than straight lengths of equal diameter.
27.4 Flexible ducts shall be galvanized steel.
27.5 Interior of all ducts shall be smooth and free from
obstructions with joints either welded or soldered
air tight.
27.6 Longitudinal joints of ducts shall be lapped and
riveted or spot welded on 3" centers maximum.
27.7 Girth joints of ducts shall be made with lap in
direction of air flow, with 1" lap.
27.8 Elbows and angles shall have an inside radius of
two duct diameters.
27.9 Provide dead end caps within 6" from last duct branch
or main duct.
27.10 Provide cleanouts every 10 feet and near each elbow,
angle or duct junction in horizontal section.
27.11 Support ducts sufficiently to place no load on
connecting equipment and to carry weight of system
if plugged with material, maximum support interval
is 12 feet for ducts 8" or smaller and 20 feet for
ducts over 8 ".
27.12 All branches shall enter the main at the large end of
HEATING, VENTILATING AND AIR CONDITIONING 15A -11
CORPORATION YARD IMPROVEMENTS
( CITY OF NEWPORT BEACH, CALIFORNIA
the transition at an angle not over 300
27.13 Transitions in mains and sub -mains shall be tapered
`
ga.
5" for each 1" change in diameter.
`
28. AIR VENTS
18
28.1
Provide automatic air vents at all high points of
@
4 Ft
heating hot water systems.
ga.
29. DUCT
SYSTEMS
Ft.
29.1
Duct work of air conditioning and ventilating shall
`
fi
include, but not be limited to the following:
29.1.1 Conditioned air supply and recirculating
system - conventional velocity as specified
j
and /or indicated on the project design
drawings.
29.1.2 Exhaust systems for toilets and other areas
as shown.
29.1.3 Systems shall be complete with dampers,
grilles, registers, diffusers, turning vanes,
extractors, hangers, duct and plenum lining,
and all required accessories. Where lining
is shown or specified, increase duct dimensions
L
shown on the project design drawings to
provide equal free area inside lining.
29.2
Sheet metal work shall be galvanized sheet metal. Sheet
steel shall be cold rolled, "Commercial" quality, and
hot dipped galvanized (1.25 "Commercial ") in accordance
with ASTM No. M527 -67.
29.3
Construction: Gauges and fabrication in accordance
{
with AHSRAE Guide and SMACHA.
I
I
L
L
29.4 Hangers for rectangular ductwork shall be galvanized
strap of angle hangers of the following gauges:
12" and smaller:
13" through 24 ":
25" and larger:
26
ga.
x 5/8"
@
8 Ft
18
ga,
x 5/8"
@
4 Ft
16
ga.
x 1" @
4
Ft.
HEATING, VENTILATING AND AIR CONDITIONING
max. Ctrs.
. max ctrs. & joints.
max. ctrs. & joints.
15A -12
• 0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIk
29.5 Hangers for round ductwork shall be galvanized strap
L 29.11 Flexible Duct Connections: All fan connections, both
inlet and discharge, shall be made with waterproof,
fire retardant flexible material, Code approved glass
L fabric Neoprene coated approximately 9" long and shall
be held in place with heavy metal angle from securely
attached to eliminate leakage.
L29.12 Caulk between all framed openings and ducts.
29.13 Taping of Joints: All joints and standing seam shall be
HEATING, VENTILATING AND AIR C014DITIONING 15A -13
L
of the following gauges:
Duct Diameter Strap Hanger Max. Spacing No. of Hanger:!
Up thru 18" 1" x 16 ga. 10' -0" 1
thru 36" 1" x 12 ga. 10' -0" 1
I19"
29.6
Under no conditions will hangers or supports pierce the
ducts or one duct be supported from another duct.
29.7
Elbows shall be made for an easy flow of air, for
minimum friction, with inside radius not less than
F
width of duct. Where space does not permit this
[
radius, square elbows with turning vanes shall be
used. Turning vanes shall be double thickness, hollow
formed with equidistant spacing between inside and
I
outside radii and secured at both edges of vane.
29.8
Air extractors shall be provided at each 90° branch
takeoff (no throat) from main duct. Extractors shall
have adjustable blades and be free from vibration.
Air extractors shall be provided with control regulator.
I29.9
Resilient material gaskets shall be installed between
all connections of sheet meta). coil filter casings and
connections of aluminum and steel.
`- 29.10
Access doors in sheet metal ducts for access to dampers
and extractors shall be No. 18 gauge, and shall be made
tight by means of felt strips. Sizes shall be 12" x 12"
a„
unless limited by duct size. Doors shall be provided
with hinges and cam type latches, Ventlok No. 205 or
approved equal, quantity as required to provide air
tightness. Doors shall be double thickness with 3/4"
glass fiber insulation core.
L 29.11 Flexible Duct Connections: All fan connections, both
inlet and discharge, shall be made with waterproof,
fire retardant flexible material, Code approved glass
L fabric Neoprene coated approximately 9" long and shall
be held in place with heavy metal angle from securely
attached to eliminate leakage.
L29.12 Caulk between all framed openings and ducts.
29.13 Taping of Joints: All joints and standing seam shall be
HEATING, VENTILATING AND AIR C014DITIONING 15A -13
L
r 0 •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
covered and sealed with 4" minimum width 4 oz. canvas
pasted on with Arabol, or approved duct tape.
29.14 Duct throats shall be of same velocity as the main
duct to which branch connection is made.
` 29.15 Holes: In ducts for damper rods and other necessary
devices, shall be drilled and shall be sealed airtight.
29.16 No pipes, conduit or other member may pass through any
duct unless otherwise shown on the project design
drawings, or written approval received from the Con-
tracting Officer.
30. AIR FILTERS
30.1 Filters shall be UL approved.
[ 30.2 Air Filters - General: Low Efficiency, 20 -25% NBS
Atmospheric Type Test, Panel Type.
t 30.3 Air filters shall be the panel replaceable glass media
type and shall consist of holding frames, filter frames
and glass filter media pads. Filters shall be American
Air Filter, Farr, Burke, or equal.
f 30.4 Air filters shall be listed by the Underwriters'
EL Laboratories as Class 11.
30.5 Filters shall be in place before starting fan.
30.6 Provide disposal type temporary filters for use
during construction period.
L 31. GRILLES, REGISTERS AND DIFFUSERS
L 31.1 General: Grilles, registers and diffusers shall be
as specified in size and arrangement as shown on the
project design drawings. They shall provide required
air throw and speed, with no apparent drafts or ex-
cessive air movement within the ventilated or air
conditioned areas. Any air distribution accessories
required to affect these conditions shall be provided
and installed by the Contractor. Registers or dif-
fusers causing excessive air movement, drafts or
objectionable noise shall be replaced. Tuttle & Bailey,
LKrueger, Titus, or approved equal.
LHEATING, VENTILATING AND AIR CONDITIONING 15A -14
CORPORATION YARD IMPROVEMENTS
1 CITY OF NEWPORT BELCH, CALIFORNIA
31.2 Ceiling Diffuser (Rectangular or Square): Multi- pattern
type, flush face with distributing grid and volume
control damper. The drawings indicate the size, the
throw pattern, and CFM. Face pattern for 1 -2 -3 and 4-
way blow are required as shown on the project design
drawings.
31.3 Supply Registers: Double deflection, with horizontal
face bar, vertical rear bars and opposed blade
(` dampers.
1^ 31.4 Return and Exhaust Registers: Horizontal face bars
and opposed blade dampers.
31.5 Grilles: Horizontal face bars.
31.6 Finish: All items shall be factory applied prime coat,
except where otherwise specified. Final finish coat
will be under Section PAINTING, of the specifications.
Interior of ductwork behind registers and grilles shall
be painted flat black under the work of this section.
31.7 Plaster Frames: Furnish plaster frames for all dif-
fusers, registers and grilles located in finished
plaster surfaces. Plaster frames for registers and
grilles shall be attached to ductwork. Installation of
plaster frames under other sections of the specifications.
31.8 Gaskets: All diffusers, grilles and registers shall be
supplied with sponge rubber gaskets to prevent air
leakage.
32. DAMPERS
32.1 Volume Control Dampers:
L 32.1.1 Dampers shall be required for all branch
connections or takeoffs and as necessary
for volume control and proper air balancing.
L 32.1.2 Single blade splitter dampers of 16 gauge
galvanized steel, hinged at one end, shall
be located at all branch takeoffs where main
Lduct divides into two or more branches.
32.1.3 Single blade butterfly dampers of 16 gauge
steel shall be suitably located in ducts sized
L_
HEATING, VENTILATING AND AIR CONDITIONING 15A -15
L
0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
up to and including 18" x 8 ". Opposed
blade dampers shall be suitably located in
ducts sized greater than 18" x 8 ". Blades
shall be reinforced with triple 1" diameter
beading. For duct sizes 24" x 24" and
larger, manufactured framed dampers shall
be used. Frames shall be made of 12 gauge
steel channel, 2" wide with h" web, welded
throughout to form a rigid assembly. Damper
sets shall be provided with a black industrial
enamel finish.
32.1.4 All blades shall pivot using 3/8" cold drawn
steel rod. Bearings shall be precision
machined bronze, sleeve type.
32.1.5 Butterfly dampers and manual operated opposed
blade dampers, shall be provided with a position
indicator and damper control, Ventlok No.
640 or approved equal.
33. DUCTWORK THERMAL ACOUSTIC LINING
33.1 Supply and return ductwork exposed to the weather shall
be lined as specified herein and shall comply with
NBFU -90A, UL Standards 723, and shall have a maximum
flame spread of 25.
33.2 Duct lining shall be 1" thick flexible glass fiber,
neoprene coated 1' lb. per cu. ft. density. Neoprene
coated or mat faced side to lining material shall be
provided with manufacturer's product identification
and density of material shall be applied with this
side facing the air stream. Adhere lining material
to all interior sheet metal surfaces of ducts with
minimum 50% coverage of suitable fire - retardant adhesive.
In addition to adhesive, use mechanical fasteners on
L maximum 16" centers on top sections (when width exceeds
12 ") and on sides (when height exceeds 24 ").
33.3 Joints:
33.3.1 Plenums: All joints and leading edge shall
be tightly butted and covered with 6" wide
fire - retardant tape.
33.3.2 Ductwork: All joints shall be adequately
L
HEATING, VENTILATING AND AIR CONDITIONING 15A -16
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
coated with fire - retardant mastic adhesive
to prevent any erosion of lining material
prior to assembling duct sections. Jointing
shall be tightly butted to assure continuity
of surface. Where liners leading edge will
be exposed to direct air velocity cover with
6" wide fire - retardant tape.
LHEATING, VENTILATING AND AIR CONDITIONING 15A -17
I
34. THERMAL
INSULATION AND COVERING
f34.1
General: All insulating materials required for piping
t
equipment and ductwork shall be furnished and installed
under the work of this section. The execution of the
work shall be in accordance with the best practice of
the trade and the intent of these specifications.
34.2
All insulation shall comply with NBFU -90A UL Standards
I
723, and shall have a maximum flame spread of 25.
34.3
Insulation shall be applied where indicated on the
project design drawings and as specified herein.
34.4
Rectangular and round duct insulation shall be installed
with application, thickness, densities and materials as
specified below.
34.4.1 For concealed ductwork, 1;" thick, 3/4 lb.
density, glass fiber insulation, firmly
wrapped around duct and lapped a minimum
of 2 ". Securely fasten insulation in place
L
with 16 -gauge soft annealed galvanized wire
spaced not more than 12" o.c. for straight
runs and 3" o.c. for elbows and fittings.
34.4.2 For exposed ductwork, l?" thick, 3/4 lb.
cu. ft. glass fiber foil -faced insulation,
LOwens
- Corning foil -faced duct wrap.
34.4.3 Exposed insulation shall be wrapped tightly
on the duct work with all circumferential
L
joints butted and longitudinal joints over-
lapped a minimum of 2 ". Adhere insulation to
metal with 4" strips of insulation bonding
adhesive at 8" o.c. On circumferential
L
joints, the 2" flange of the facing shall be
secured using 9/16" flare -door staples applied
L6"
o.c. and taped with a minimum of 3" wide
LHEATING, VENTILATING AND AIR CONDITIONING 15A -17
I
V 0 0
{ CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
foil reinforced kraft tape. on longitudinal
joints, the overlap shall be secured using
9/16" flare -door staples applied 6" o.c.
and taped with a minimum of 3" wide foil re-
inforced kraft tape. All pin penetrations
or punctures in facing shall also be taped.
1 34.4.4 Exhaust ducts and fresh air ducts shall not
be insulated.
I
!
34.5 Pipe Insulation:
34.5.1
General: All domestic and heating_ hot water
supply and return piping shall be insulated
with Owens - Corning Fiberglass 25 or equal
insulation jacketed with a vapor barrier
laminate of aluminum foil and presized glass
}
cloth with self - sealing strip with pressure
sealing adhesive. End of pipe insulation
on chilled water supply and return piping shall
be sealed off with vapor barrier mastic at
valves, fittings, flanges, strainers, direct
contacts at supports and every lineal feet
of run. Insulation shall be of the following
thickness:
Heating and domestic Hot Water Supply and
Return - 3/4" thick - 1" dia. and smaller
1" thick - 1 3/4" and larger
34.5.2
Insulation exposed to the weather shall have
a waterproof jacket.
34.5.3
Insulate valves, fittings, strainers, unions
L
and flanges by either prefabricating or by
fabricating fittings from mitered segments of
pipe insulation to an equal thickness of ad-
L
joining pipe insulation. Where pipe insula-
tion cannot be applied point up to a smooth
even finish with a plastic insulating cement
L
and finish with fiberglass reinforcing cloth
and a final coat of mastic. Contractor has
the option of using Zeston fitting covers
where applicable. Strainers shall be so in-
sulated as to provide easy removal of strainer
screens.
HEATING,
VENTILATING AND AIR CONDITIONING 15A -18 (1)
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
34.5.4 At hangers or rollers, where the pipe is
supported by the insulation, the Insulation
Contractor shall install an insert section.
Inserts shall be calcium silicate, cut to the
same thickness as adjoining insulation, for
glass fiber insulation and rigid foamed
plastic insulation for foamed plastic insulation..
The length of the insert section shall not be
less than 18" for glass fiber and 6" long
for foamed plastic. Inserts shall be the same
thickness as adjoining insulation.
35. TEMPERATURE CONTROL SYSTEM
35.1 General: Furnish and install a complete electric
temperature control system. The system shall include
all thermostats, automatic valves, motors, switches,
relays and all associated gauges and piping to main-
tain the conditions described herein and /or shown on
the project design drawings.
35.2 Guarantee shall be as specified under Article GUARANTEE
and shall include a service and parts guarantee for one
year from date of installation acceptance, without
charge to the Government. The Control Contractor shall,
after completion of the original installation, provide
any service incidental to the proper performance of
the temperature control system under the guarantee for
a period of one (1) year. The Control Contractor shall
regulate and adjust the control system, including all
controllers, thermostats, relays, control valves, motors
and other equipment provided under his contract. He
shall place them in complete operating condition subject
l to the approval of the Engineer.
L 35.3 Shop drawings shall be submitted for the Engineer's
L review as specified under Article SUBMITTAL DATA and
shall include a detailed drawing of the temperature
control system showing interlocks with all mechanical
equipment, list of materials being furnished, and a
Ldetailed description of the control sequence.
35.4 Operating Instructions and Layouts: Operating instruct-
ions shall be provided as specified under Article
OPERATING INSTRUCTIONS and shall include diagrammatic
layouts of the temperature control system. Layouts
Lshall show all control equipment and the function of
LHEATING, VENTILATING AND AIR CONDITIONING 15A -18(2)
c �
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
each control system shall be indicated. A sequence of
operation shall be furnished to facilitate control
system analysis.
` 35.5 Electric Work: All electric relays, hand -of automatic
switches and all electric wiring as indicated on the
project design drawings will be provided under the
work of Section ELECTRICAL WORK, except as otherwise
specified. The furnishings and installation of any
addition to the conduit, wiring, relays, hand -of automatic
switches as indicated on the project design drawings
made necessary by the use of approved substituted equip-
ment shall be the responsibility of this section with-
out additional cost to the Government.
35.6 Installation of Valves: All automatic control valves
shall be furnished and installed under this section of
the work.
35.7 Water control valves shall be single seated type with
f equal percentage flow characteristics. Valves shall be
l normally closed type. The valve discs shall be comp-
osition type with bronze trim. Valves shall close
against full pump head.
36. ELECTRIC MOTORS
36.1 General: Furnish and install all motors for driving
equipment furnished under the work of this section.
Motors shall be of proper power and speed to suit
specified makes of equipment. Motor HP, RPM and electric-
al characteristics shall be as shown on the project
design drawings. Motors and accessories shall comply in
all respects with ASA, NEC, and NEMA Standards.
L
L
HEATING, VENTILATING AND AIR CONDITIONING 15A -19
36.2 Motors shall be NEMA design B, NEC Code F, or lower
inrush. Motors smaller than � HP shall be provided
Lwith
internal thermal protection.
36.3 All motors shall be open drip -proof type unless other-
wise specified. Totally enclosed type motors shall be fan
cooled. Except where specified or noted T.E.F.C. or
"Weather Protected ", all motors shall have Class "A"
L
insulation. Weather protected motors shall be NEMA
Type I Weather Protected and shall be provided with
special Class "A" moisture resistant insulation. Un-
less otherwise specified, motors shall be continuous
L
L
L
HEATING, VENTILATING AND AIR CONDITIONING 15A -19
CORPORATION YARD IMPROVEMENTS
1 CITY OF NEWPORT BEACH, CALIFORNIA
duty, 40° C rise type. All three phase motors shall
have ball bearings.
36.4 All belt- connected motors shall have adjustable bases
l with set - screws to maintain proper belt tension and
shall be provided with belt guards.
37. BELT DRIVES
37.1 Belt drives shall be V -belt type. A minimum of two
belts shall be provided for all drives where motors
are rated one horsepower and larger. Belts shall be
matched and selected for 150% of motor rated horse-
` power, except for drives requiring only two belts,
Il in which case each belt shall be rated at 100% of motor
rated horsepower.
' 38. BELT GUARDS
38.1 Belt guards shall be provided on all belt connected
1 motors. Guards shall be totally enclosed removable
1 type with solid metal band and face screen or perforated
metal on angle iron frame with RPM test hole and ade-
quate allowance for motor adjustment.
39. STARTERS, DISCONNECTS AND WIRING
39.1 Starters and disconnects will be provided under Section
ELECTRICAL WORK, except for special equipment which shall
be specified with the equipment.
39.2 Wiring: All line voltage wiring and all conduit will
be provided under Section ELECTRICAL WORK.
y 40. EQUIPMENT SUPPORTS
L 40.1 This Contractor shall furnish and install all necessary
L steel supports for fans, coils, receivers, and other
equipment as shown on the project design drawings and
as required, for a complete and satisfactory instal-
1 lation, and as approved by the Engineer.
41. TESTING, ADJUSTING AND BALANCING (HEATING AND VENTILATING)
( 41.1 General: The completed work of this section shall be
l tested, adjusted and balanced to meet design requirements
4 as indicated on the project design drawings and as
L
HEATING, VENTILATING AND AIR CONDITIONING 15A -20
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
specified herein.
41.2 Adjustments: All dampers, motors and fan sheaves,
rcontrollers and all means of adjusting as indicated on
i the project design drawings and as specified shall be
adjusted and re- adjusted to the satisfaction of the
Engineer or his designated representative. Where re-
quired or directed by the Engineer or his designated
representative fans shall be provided with large or
smaller pulleys, as required to balance systems, at no
additional cost to the State, sized to drive fans at
t speeds necessary to give the indicated volumes. In
no event will sheaves be installed to drive fans
` beyond the critical speeds as set down by the AMCA and
1i the motors overloaded in excess of that specified under
Article "Electric Motors ".
41.3 Operating Test: For each water system, each cooling
and heating system and each ventilating system, the
following tests shall be performed and records sub-
mitted in tabulated form to the Engineer for review.
41.3.1 Ductwork Systems:
I 41.3.1.1 The following readings shall be
made and recorded:
L 41.3.1.2 Outside Climate Conditions: At
the time of testing (Dry Bulb
and Wet Bulb). Dry Bulb only for
heating systems.
HEATING, VENTILATING AND AIR CONDITIONING 15A -21
L
41.3.1.3 Entering Air: Dry Bulb and Wet
Bulb temperature of the mixture of
return air and outside air. Dry
Bulb only for heating systems.
41.3.1.4 Heating Coils: Entering and leaving
air Dry Bulb temperatures, CFM,
face velocity, gpm hot water, enter-
ing and leaving water temperatures,
water pressure differential across
each coil.
41.3.1.5 Cooling Coils: Dry Bulb and Wet
Bulb temperatures of entering and
leaving air, CFM, face velocity.
HEATING, VENTILATING AND AIR CONDITIONING 15A -21
L
CORPORATION YARD IMPROVEMENTS
t CITY OF NEWPORT BEACH, CALIFORNIA
t
r. 41.3.1.6 Diffusers and Registers: CFM,
(l supply air Dry Bulb temperatures
and discharge velocity. Volume
shall be calculated from approved
tables as supplied by the diffuser
manufacturer.
41.3.1.7 Space Conditions: Dry Bulb temper-
atures.
41.3.1.8 Return Air Registers: CFM, return
air Dry Bulb temperature and velocity.
41.3.1.9 Return Air: Return air Dry Bulb
and Wet Bulb temperatures prior to
mixing with outside air. Dry Bulb
only for heating systems.
41.3.1.10 Supply Fan: Total CFM supplied,
total static pressure developed,
and outlet velocity and fan speed for
each fan.
41.3.1.11 Exhaust Air: Total CFM exhausted,
total static pressure developed.
l 41.3.1.12 Motors: Motor speed and ampere in-
put reading of each fan motor.
41.3.2 Final Tabulation:
41.3.2.1 All component systems of the
heating and ventilating systems
shall be tested during an opera-
tional test, in the presence of the
Contracting Officer or his desig-
nated representative.
L41.3.2.2 After the components have been
balanced, the entire system will
L be put into operation and all pres-
sures, temperatures, CFM, velocities,
etc., recorded and checked against
design schedules.
C42. OPERATING INSTRUCTIONS
42.1 Upon completion and acceptance of the work by the
4 HEATING, VENTILATING AND AIR CONDITIONING 15A -22
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
( Contracting Officer, the Contractor shall provide an
l experienced engineer to instruct State operators in
operation of entire installation. Instruction period
shall be for a period of one 8 -hour working day or as
approved by the Contracting Officer. Contractor shall
provide two (2) sets of typewritten operating instruct-
` ions, parts lists, and service manuals of all equipment,
f1 wiring diagrams, control diagrams and testing and
balancing reports, suitably bound.
43. WARRANTY
43.1 All materials, apparatus and equipment furnished and
{ installed hereunder shall be new and free from all de-
fects. Should any trouble develop within one (1) year
from date of acceptance of the work, due to faulty
material and /or workmanship, the trouble shall be
corrected immediately by the Contractor without expense
to the Contracting Officer. All damage to structure or
contents due to such occasion shall be the liability of
the Contractor.
I
I
L
L
L
L
HEATING, VENTILATING AND AIR CONDITIONING 15A -23
11
[- 0 •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 15B
PLUMBING
1. SCOPE
I1.1 Provide all labor, materials, equipment and services re-
quired to complete the installation of the work of this
Section as shown on the drawings and described herein,
including all incidental work necessary to make it comp-
lete, satisfactory and ready for operation.
1.2 The work of this Section shall include, but not be limited
to the following principal items:
1.2.1 Sanitary drainage and vent systems.
1.2.2 Domestic and industrial cold water system,
including approved type backflow prevention
devices.
LPLUMBING 15B -1
1.2.3
Domestic hot water systems including water
heaters, circulating pumps and safety devices.
1.2.4
Plumbing fixtures and trim, including fixture
supports, hose bibbs, etc.
1.2.5
Drains and floor sinks including trap primers.
1.2.6
Insulation for piping and equipment.
1.2.7
Excavation and backfill.
1.2.8
Compressed air system.
L
1.2.9
Oil storage tanks and piping systems.
1.2.10
Gasoline dispencers, storage tanks, pumps and
piping systems.
L1.2.11
Equipment connections as specified.
L1.2.12
Cutting and patching as specified.
1.2.13
Hydraulic lifts.
L
LPLUMBING 15B -1
}
i
0 0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
1.2.14 Lubrication and oil pumping systems.
1.2.15 Hose reel assemblies.
1.2.16 Natural gas systems.
1.2.17 Miscellaneous, including hangers, supports,
access panels, sleeves, flashings and required
accessories for a complete installation.
1.2.18 Rough -in and final connections of Contract
furnished fixtures or equipment, fixtures or
equipment furnished by others, including all
required trim and installation of fixture or
equipment where specified.
2. WORK NOT INCLUDED IN THIS SECTION
2.1 Concrete work except as otherwise shown specified.
2.2 Starters, disconnect switches and all wiring, except
as otherwise specified.
2.3 Painting, except as otherwise specified.
2.4 Indirect drains from air conditioning equipment.
2.5 Installation of access panels and doors.
2.6 Street Connections of water, storm drainage and sanitary
sewer.
3. SHOP DRAWINGS. MATERIAL LISTS. SUBMITTAL DATA
L
L
PLUMBING
15B -2
3.1 General: Shop drawings, material lists, and /or plates
and brochures as required by the specifications shall be
prepared and submitted to the Engineer for.-approval
within thirty (30) days after award of the Contract.
No work indicated on any one shop drawing shall be started
until such drawings have been approved by the Engineer.
L3.2
Submittal Data: The Contractor shall submit complete
brochures containing names of manufacturers, catalog
figure numbers, catalog cuts, trade names, technical
data and requested information of each item to be
furnished under the work of this Section. The Contractor
submit shop drawings and detail description of items
Lshall
L
L
PLUMBING
15B -2
fCORPORATION YARD IMPROVEMENTS
1 CITY OF NEWPORT BEACH, CALIFORNIA
which are not manufactured and which have to be speci-
fically fabricated. Submittal data shall be referenced
to article and paragraph numbers of the specifications
and to fixture and equipment numbers listed or scheduled.
Submittals shall be assembled in numerical order of
articles and paragraphs. The brochure shall not contain
submittals of material or equipment required under the
work of other sections of the specifications, extraneous
catalog sections, pages or cuts of equipment or materials
not having a direct relationship to the specified item(s)
Any catalog pages whereon items other than the specified
item(s) to be furnished occurs shall be so marked that
the item(s) to be furnished is clearly identified.
3.3 Copies of Submittal Data. Six (6) copies shall be
submitted for preliminary review. Three (3) copies
shall be returned to the Contractor who shall review
correction requirements, if so noted, and resubmit six
(6) corrected copies for final review. Three (3)
copies of final submittal data will be returned to the
Contractor. Additional copies as necessary to correlate
the work of other trades shall be prepared by the
Contractor at his expense.
3.4 Equipment or Material Installed Without Approval: Equip-
ment and /or materials installed without the Contractor
receiving written approval from the Contracting Officer
are subject to removal and replacement with approved
materials, at no additional cost or delay of job progress.
4. DRAWINGS OF RECORD
4.1 The Contractor shall provide and keep up -to -date a
complete record set of blueline prints which shall be
corrected daily and shall show every change from the
original Contract Drawings. This set of prints shall
L be kept on the job site and shall be used only as a
record set. This shall not be construed as authorization
for the Contractor to make changes in the layout without
definite instructions in each case.
4.2 Upon completion of work, a set of transparencies of all
Contract Drawings shall be obtained from the Contracting
Officer at cost and all changes as noted on the record
set of prints shall be incorporated thereon with black
ink by a competent draftsman. Character and quality of
workmanship shall be compatible with original drawings.
PLUMBING 15B -3
CORPORATION YARD IMPROVEMENTS
( CITY OF NEWPORT BEACH, CALIFORNIA
This set of transparencies shall be delivered to the
Contracting Officer.
5. OPENINGS, CUTTING AND PATCHING
1-
5.1 Openings: Openings have been identified on the
Architectural and Structural drawings. Should any
additional openings or holes be required for the
work of this Section, the cost of same shall be the
obligation of this Section.
�s 5.2 Location: This Contractor shall, at a time in advance
of the work, verify the openings as shown on the
Architectural and Structural drawings. If the work of
this Section requires such, he shall furnish new and /or
additional instructional instructions as to his require-
ments for these openings or additional openings or holes,
subject to approval by the Contracting Officer.
5.3 Cutting and Patching: All additional cuttings and patching
and reinforcement of construction of building, subject to
approval by the Contracting Officer, shall be performed
under the Section of the specifications covering the
particular materials and the cost of same shall be an
obligation of this Section.
L 6. WORKMANSHIP AND MATERIALS
6.1 Installation: The drawings show the general arrangement
of all piping and equipment. Any work indicated on the
drawings but not specifically mentioned in the specifica-
tions, or vice - versa, shall be furnished and installed.
As it is not within the scope of drawings to show all
L necessary off -sets, obstructions, sleeves or structural
conditions, it shall be the responsibility of the
Contractor to install his work in such a manner that it
L will conform to the structure, avoid obstructions, pre-
serve headroom and keep openings and passageways clear.
6.2 Materials shall be new and in perfect condition.
L Materials for similar use shall be of same type and
manufacturer, unless otherwise approved. No item of
material shall be installed for any purpose or in any
L manner not recommended by the manufacturer. Workmanship
shall be best standard practice of the trade.
7. COORDINATION WITH OTHER TRADES
L
PLUMBING
r«
L
15B -4
• •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
' 7.1 Complete Drawings and Specifications of all trades will
be furnished or will be available for inspection in the
construction office of the job site. The Contractor
shall carefully check these drawings and specifications
before installing any of his work. After checking the
above mentioned drawings and specifications, the
' Contractor shall in all cases consider the work of all
other trades and shall coordinate the work of this
Section with that of all trades, so that the best
( arrangement of all equipment, piping, conduit, ducts,
fµ etc., can be obtained.
7.2 The Contractor shall call the attention of the Engineer
to any points of conflict between the work of this
Section and that of the other trades, so that the
conflict may be properly adjusted. Work installed under
the work of other trades shall be removed and reinstalled
at the Contractor's expense when so directed by the
Engineer. It shall be understood that no extras to
the Contract will be permitted to accoplish the above
results.
8. EXCAVATION AND BACKFILL
8.1 General: Do all excavation and backfill required to in-
stall the work of this Section both inside and outside as
shown on the drawings. All excavation and backfill shall
be in accordance with that specified under Section
EARTHWORK. Excavations shall be of proper depth and
width to install the required piping and /or equipment.
8.2 Piping outside of the building shall be buried to a
depth above the top of the pipe of not less than 2' -6"
L below finish grade unless otherwise noted on the drawings.
Do not backfill until after final inspection and approval
of pipe work.
8.3 All Piping Laid in Backfill of less than 95% compaction
shall be adequately supported by grade beams and
L caissons to prevent any settlement or distortion of
piping.
9. CONCRETE WORK
9.1 All concrete work, including equipment housekeeping pads,
shall be provided under another section of the work.
L
LPLUMBING 15B -5
C r •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
1 10. RULES AND REGULATIONS
10.1 The complete installation shall be made in compliance
with the requirements of all applicable codes and all
legally constituted authorities having jurisdiction.
11. PROTECTION
11.1 Provide for safety and good condition of all materials
and equipment until final acceptance by the Owner.
Protect all equipment and material from damage and provide
adequate and proper storage facilities during the progress
of the work. Replace all damaged and defective material
or work prior to filing application for final acceptance.
12. DISCREPANCIES
12.1 All Discrepancies between the Specifications and the
l Drawings or between Drawings or any contradictory sizes
or plate numbers describing the manufacturer's items,
shall be brought to the attention of the Engineer and
the Engineer shall determine the proper items to be used,
with no additional cost to the Contract.
13. SUPERVISION
13.1 The Contractor shall furnish the services of an
experienced Superintendent who shall constantly be in
charge of the work of this Section, together with all
necessary mechanics, detailers and laborers required to
properly unload, transfer, detail, erect, connect up,
clean, flush, adjust, start, operate and test the
installation.
14. CLEANUP
L 14.1 Upon completion of the work specified and continuously
during the progress of the work, the Contractor shall
remove all surplus materials, rubbish and debris
resulting from the operation and shall keep and leave the
L entire building and involved portions of the site insofar
as the work of this Section is concerned, in a neat,
clean and acceptable condition.
15. SUBSTITUTION OF EQUIPMENT
15.1 Physical Size, Capacity, etc. of equipment shown on
L
�. L
PLUMBING
15B -6
V
L
L
L
L
L
I
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
the drawings is based on the schedules and /or speci-
fied manufacturers equipment. Should the Contractor
be allowed to provide the equivalent product of another
manufacturer, subject to the Engineer's approval, such
product shall be of equivalent nominal physical size of
the scheduled equipment, capable of being installed in
the manner as intended by the drawings and have features
equal to the specified and /or scheduled item which shall
be completely identified by comparison. Should the use
of an equivalent product of an approved manufacturer result
in additional design and /or construction cost for the
work of this Section and /or work of other sections of the
specifications, such cost shall be borne by the Contractor.
16. VISITING THE SITE
16.1 Before submitting proposals for this work, each bidder
shall be familiar with the complete set of plans and
specifications and shall have visited the site and
familiarized himself with all working conditions under
which he will be obliged to work. No allowance shall be
made subsequently in this connection, in behalf of the
Contractor for any error through negligence on his part.
17. SERVICE CONNECTIONS
17.1 Extend mains to 5' -0" beyond the building line and
connect to service mains.as indicated on the drawings.
18. EQUIPMENT CONNECTIONS
18.1 -'General: In addition to the plumbing services for all
equipment and fixtures furnished under this Section, the
Contractor shall make connections to equipment and
fixtures furnished under other Sections as indicated.
19. PIPING INSTALLATION
19.1 General:
19.1.1 The word "Pining" as used herein, means pipe,
fittings, nipples and valves and shall be
considered as such in this installation.
Promptly install piping after excavation or
cutting for same has been done, so as to keep
the openings for this piping open as short a
time as possible. No piping, however, shall
PLUMBING
15B -7
PLUMBING 15B -8
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
[
be permanently closed up, furred in or covered
t
before the inspection and approval of same.
All piping systems shall present a neat appear-
ance, both as to workmanship and appearance.
19.1.2 All runs of piping shall be made up of full
length sections of pipe or lengths cut to fit.
Short lengths shall be used at the ends and not
at the middle of the run. All offsets shall be
made with fittings, and pipes shall not be bent
at any time. Pipe sizes shall not be decreased
from those shown on the drawings.
.19.1.3 All joints shall be made tight without any
packing, and if any leaks develop, the defective
part must be remade with new materials. Street
elbows, bushings, close nipples, long screws,
bullhead tees, or crosses shall not be used.
All exposed polished or chrome plated connections
shall be made up with special care, showing no
tool marks.
19.1.4 Interior piping shall be carried in furred walls,
partitions, chases or recesses where same are
provided. Under no condition shall any piping
be run in the floor, except as shown on the plans
or as approved.
19.2 Horizontal Sanitary Piping shall be run on a uniform
grade of not less than ;" per foot, except as otherwise
noted on plans. All vent piping shall be graded so as
to free itself quickly of any water condensation. All
drainage piping shall be run as straight as possible.
LAll
offsets shall be made at an angle of 450 or less.
19.3 Water, Oil, Lube and Air Piping shall be run generally
level and free of poc]Ets and unnecessary bends. This
f
piping shall be so graded and valved as to provide for
L
the complete drainage and control of systems. No
piping shall be installed so as to cause an unusual
noise from the flow therein under normal operation.
Hot and cold water headers supplying a group of fixtures
shall be extended full size along its entire length.
L
All hot and cold water piping shall be separated by at least
6" and every precaution taken to see that the pipes do
not come in contact. Where the piping is parallel, ample
space shall be provided between piping for the proper
thickness of covering.
PLUMBING 15B -8
CORPORATION YARD IMPROVEMENTS
4 CITY OF NEWPORT BEACH, CALIFORNIA
19.4 Pipe Laying:
19.4.1 All pipe shall be laid with uniform bearing,
with excavations as necessary to receive bell
ends.
19.4.2 Underground sewer pipe shall be installed in
accordance with ASTM Designation C -12. Pipe
shall be laid without break and with bell
ends up- grade, except as herein modified.
` 19.4.3 All piping laid in backfill shall be adequately
supported by grade beams including necessary
r caissons or other approved supports to prevent
t any settlement or distortion of piping.
19.4.4 Prior to backfilling, lines shall be visually
1
inspected for grade, alignment and jointing.
t
Any pipe which is improperly jointed, not in
true alignment, or shows any undue settlement
after laying, shall be taken up and relaid
at the Contractor's expense.
`
19.4.5 All vitrified clay pipe shall have a minimum
I
of 6" of sand bedding (no rocks, dirt clods,
`
debris) and shall be covered sides and top with
a minimum of 6" of sand. Remainder of backfill
shall be per ASTM C -12.
19.5
Drop Ear Ells and /or Tees. as applicable, securely
I
installed inside partition, shall be used on copper
tubing at all outlets to fixtures, wall trim and outlets.
Outlets shall be female, I.P.S.
L20.
PIPING
MATERIALS
20.1
General: Interior systems shall extend to 5 ft. outside
L
of building and connect to exterior systems except as
otherwise shown on the drawings and /or specified.
L20.2
Soil, waste and vent drainage:
20.2.1 Soil and Waste:
20.2.1.1 Above Ground: Service weight
L
"no -hub" cast iron soil pipe and
fittings. For sizes or fittings
not available in "no -hub" pattern,
LPLUMBING
15B -9
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
hub and spigot type piping may
be used.
20.5.1 Pipe: Schedule 60 black steel.
20.5.2 Fittings: Forged steel, threaded.
L
L
y
PLUMBING
15B -10
20.2.1.2 Underground: Service weight cast
iron soil pipe and fittings, hub
and spigot type.
20.2.2
Vents:
�
I
20.2.2.1 Above Ground: Service weight
"no -hub" cast iron soil pipe and
fittings.
20.2.2.2 Underground: Service weight cast
iron soil pipe and fittings, hub
and spigot type.
(
20.2.3
Sump Pump Discharge: Schedule 40 galvanized
steel with cast iron drainage fittings.
20.3 Water:
20.3.1
Pipe: Type "L" coppper tubing hard temper.
858 red brass pipe, IPS, may be used in lieu
of copper tubing where close fitting is re-
quired.
20.3.2
Fittings: Wrought copper, solder sweat type.
Adapter shall be used where copper tubing connects
to iron pipe size brass piping. Cast bronze
fittings may be used only in sizes that wrought
copper are not manufactured. Flanged connections
shall be as herein specified.
L20.4
Natural
Gas Piping:
20.4.1
Pipe: Schedule 40 black steel.
L
20.4.2
Fittings: 150 lbs. malleable iron, screwed,
banded type.
L20.5
Oil and
Lubrication Products Piping:
20.5.1 Pipe: Schedule 60 black steel.
20.5.2 Fittings: Forged steel, threaded.
L
L
y
PLUMBING
15B -10
11
L
L
L
r:<
L
20.6
20.7
20.8
i •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
Gasoline supply, vapor return, tank vents, tank fill
lines. waste oil lines.
20.6.1 Pipe: Schedule 40 black steel.
20.6.2 Fittings: 150 lbs, malleable iron, screwed,
banded type.
Compressed Air Piping:
20.7.1 Pipe: Schedule 40 black steel.
20.7.2 Fittings: 150 lbs. galvanized malleable iron,
screwed banded type.
Miscellaneous Piping:
20.8.1 Pipe:
20.8.1.1 Equipment Vents: Schedule 40 galvan-
ized steel.
20.8.1.2 Relief Valve Discharge: Schedule
40 galvanized steel.
20.8.1.3 Air Vent Drains: Type "L" copper
tubing.
20.8.1.4 Indirect Drains: Type "M" copper
tubing.
20.8.2 Fittings:
20.8.2.1 For galvanized steel pipe: 150
lbs. galvanized malleable iron,
banded type, screwed.
20.8.2.2 For Copper Tubing: Wrought copper,
solder -joint type.
20.9 Pipe Wrapping: All buried steel or copper piping shall
be coated with asphalt and wrapped with 15 lbs. asphalt
saturated felt, finished with a coat of asphalt and an
overwrap of 60 lbs. Kraft paper. Fittings and field
joints shall be cleaned and wrapped with two separate
wrappings (half lapped) 0.010" x 2" wide Johns Manville
"Trantex" No. V -1.0 vinyl wrapping.
PLUMBING 15B -11
f � •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
21 JOINTS
21.1 Underground cast iron soil pipe: Oakum packed tight
to within 1" from top of hub; pig lead to top, finish
[ flush with face. Compression type joints may be used.
21.2
Above ground cast iron soil pipe: "No -Hub" gasket,
shield and clamp assembly conforming to Cast Iron Soil
Pipe Institute (CISPI) specifications 30.1 -72.
21.3
Threaded Steel Pipe: Threads shall be cut with new clean
dies, full thickness of dies. Pipe thread engagement
shall be full depth of fitting threads with not more
than two threads remaining exposed. Male threads of
pipe only shall have thread compound applied smoothly;
fitting shall not be doped. After inspection and final
approval, exposed threads shall be coated to full size
to both ends prior to erection and carefully inspected
before installing.
21.4
Brass Pipe: Threads shall be cut same as for steel pipe.
Application of thread compound, same as for steel pipe.
Pipe shall be made up with friction clamps and wrenches.
i
Ream ends same as for steel pipe.
21.5
Copper Tubing: Cut square and remove all burrs.
Thoroughly clean ends of tubing equal to depth of fittings.
�.
Use sand cloth, sand paper, or steel wool for cleaning
purposes. Apply a coat of solder paste to tubing and
fittings. Liquid flux shall not be permitted. Solder to
f
be 95 -5. All tubing and fittings shall be installed in
' accordance with manufacturer's instructions. All joints
shall be prepared by workmen expert in the use of 95 -5
Lsolder.
21.6
Flexible Couplings: Victualic "Standard" Style 77
couplings with Grade H gasket or approved equal. Grooving
of pipe shall be in accordance with manufacturer's
instructions.
L22. UNIONS AND FLANGES
22.1 General: Unions and flanges shall be installed on
L both sides of all equipment and where required to
facilitate easy removal of valves, etc.
22.2 Unions: On all piping 2" and smaller, ground joint
PLUMBING
15B -12
r+
1
r
L
L
CORPnRATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
pattern.
22.2.1 On copper tubing, 150 lbs., cast bronze,
sweat type.
22.2.2 On brass pipe, 200 lbs., cast bronze, screwed.
22.2.3 On steel pipe, 150 lbs., galvanized or black
(as required) malleable iron, with brass to
iron seat, screwed.
22.3 Flanges: On all piping 2�" and larger and flanged
pump connections, with compressed asbestos type
gasket.
22.3.1
22.3.2
22.3.3
22.3.4
23. STRAINERS
On copper tubing, 150 lbs., cast bronze sweat
type.
On brass pipe, 150 lbs., cast bronze, screwed.
On galvanized steel pipe, 125 lbs., galvanized
cast iron, screwed.
On black steel pipe, 150 lbs., forged steel,
Welding Neck or Slip -On.
23.1 Strainers. Strainers shall be C.M. Bailey No. 100
"Y" type pressure -rated for intended service, pattern
with bronze bodies, monel strainer cylinders and
- gasketed machined strainer cap. Where shown on the
drp.wings, strainers shall be provided with valved
(Globe Valve) blow -out piping to floor sink. Valve and
piping shall be same size as blow -out plug. Strainers
shall be screwed in sizes 2" and smaller and flanged in
sizes 2'" and larger.
24. DIELECTRIC ISOLATORS
24.1 Where incompatible piping materials come in contact,
except for valves, isolate from each other with F.H.
Maloney Type F flange insulation sets with appropriate
flanges, ANSI 150 lbs. Insulating sleeves shall be
Maloney Mylar and gaskets shall be paper laminated
thermo- setting phenolic with neoprene coating on each
face. For pipe sizes smaller than 1 ", use 1" flanges
with isolation kits and provide reducing fittings
PLUMBING 15B -13
(3
1
L
25
L
l
L
L
L
on downstream piping.
VALVES
0
CORPORATION YARD IMPROVEMENTS j
CITY OF NEWPORT BEACH, CALIFORNIA
25.1 General: Provide valves in the systems so located,
arranged and operated as to give complete regulation
of all apparatus, equipment and fixtures. Valves to
accomplish this shall be provided whether shown on
the drawings or not. Valves shall be as manufactured
by Crane, Jenkins, Stockham, Walworth, Nibco or
approved equal. Manufacturer's figure numbers speci-
fied are for type and construction. Valves for similar
service shall be of the one manufacturer. Installation
of valves shall conform to the following:
25.1.1 In all branches and /or headers serving more
than one piece_of equipment or more than two
fixtures.
25.1.2 In all branches taken off a main, serving a
single fixture or piece of equipment.
25.1.3 On both sides of all apparatus and equipment.
25.1.4 For shut -off of risers and branch mains.
25.1.5 For flushing and sterilizing the systems.
25.1.6
25.1.7
25.2 Valves:
Where shown on the drawings.
Valves shall be installed for best appearance,
grouping, accessibility and easy maintenance.
25.2.1 Gate Valves: 2" and smaller, Stockham No.
B -110, bronze 125 lbs., screwed; 2'k" and
larger, Stockham No. G -612, IBBM, 125 lbs.,
flanged.
25.2.2 Globe Valves: 2" and smaller, Stockham No.
B22, bronze, 150 lbs., screwed; 2'" and larger,
Stockham No. G -514, IBBM, 125 lbs., flanged.
25.2.3 Check Valves: 2" and smaller, Stockham No.
B -319, bronze, 125 lbs., screwed; 2-�" and
larger, Stockham No. G -931, IBBM, 125 lbs.,
PLUMBING 15B -14
i •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
flanged.
25.2.4 Balancing Valves: Provide balancing valves
where indicated on the drawings and as speci-
fied herein. 2" and smaller, Stockham No.
B -29 Glove or B0229 angle as applicable,
bronze, 150 lbs., screwed, plug disc.
26. AIR ELIMINATORS
26.1 Install Automatic Air Eliminators at high points of
t of hot water systems. Eliminators shall be Armstrong
No. 1AV 150 lbs. working pressure. Install eliminators
{ with inlet size shut -off gate valves and install <"
j soft copper discharge piping to nearest floor sink or
service sink. Copper tubing shall be Type "L ".
` 27. BACKFLOW PROTECTION
27.1 All plumbing fixtures, faucets with hose connections,
and all other equipment having plumbing connection
shall have their water supplies protected against all
possible backsiphonage by approved backflow prevention
devices as specified with the equipment and /or
indicated on the drawings. Devices installed in hot
water lines shall be trimmed for hot water service.
27.2 Industrial Lines: Reduced pressure type, Beeco No. 6 -C,
10 or No. 12 as required by code and /or size require -
ments. Units to be equipped with double gate valves,
test cocks and drain. Drain to be piped to nearest
floor sink or as shown on the drawings.
27.3 Vacuum Breaker, Atmospheric type, except as otherwise
specified with fixtures, shall be Febco Figure 710 A
angle type or 710 G globe type as applicable, polished
chrome plated, size as applicable.
27.4 Vacuum Breaker, Pressure type, Febco Figure 760.
L28. PRESSURE AND TEMPERATURE RELIEF VALVES
28.1 Furnish and install relief valves for equipment and
L apparatus as shown on the drawings and as specified.
Pressure relief valves shall be ASME rated. All
valves shall be properly sized for the system in which
Linstalled and discharge piping shall be run to nearest
LPLUMBING 15B -15
� � s
�. CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
suitable floor or service sink, or as indicated on the
drawings.
29. WATER HAMMER ARRESTORS
29.1 Furnish and install a water hammer arrestor on each hot
and cold water header supplying a group of fixtures
and on the hot and cold water line to a single fixture
that is not supplied from a header, and all equipment,
including equipment fitted with self - closing, quick
closing or solenoid valves. Arrestors shall be of all
1 stainless steel construction, Smith Series 5000.
"Hydrotrol" Zurn Series Z -1700 "Shoktrol ", or approved
` equal. Arrestors shall be sized in strict accordance with
i! the manufacturer's instructions, Water hammer arrestors
shall be provided with access panels as specified in
Article "ACCESS PANELS
i 30. SLEEVES AND ESCUTCHEONS
( 30.1 Sleeves:
30.1.1 General: For concrete construction, sleeves
shall be set in forms before concrete is
poured. omit insulation in sleeves. Provide
t 'Y" clearance between sleeve and non - insulating
piping. Sleeves set in fire walls shall be
caulked between pipe and sleeve with asbestos
rope. Where watertight caulking or sealing
is specified, material shall be Products
Research Company, "Rubber Caulk" No. 150 heavy
type, or approved equal, applied in accordance
with manufacturer's instructions.
30.1.2 Sleeve Material:
30.1.2.1 In slab construction: Schedule
L 40 black steel pipe, reamed both
ends. Sleeves inside partitions
may be "Adjus- to- crete" Fig. No. 1
L adjustable sleeve with Fig. 99
galvanized thimbles. Sleeves shall
extend 2" above finished floor and
upper surface to be sealed watertight.
L30.1.2.2 In masonry walls, partitions and
ceilings: 25 guage galvanized iron
L
LPLUMBING 15B -16
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
or steel.
30.1.2.3 Sleeves through waterproof mem-
branes: J.R. Smith No. 1720
Series or approved equal, stack
sleeve with caulking recess and
flashing clamp device with corrosion
resistant clamping bolts. Sleeve shal
be schedule 40, galvanized steel pipe.
Caulk space between pipe and sleeve
with outer surface sealed watertight.
L
L
PLUMBING
15B -17
30.1.3 Escutcheons shall be steel (prime coated) set
screw flanges, where exposed pipes pass through
walls, floors, ceilings and partitions.
Escutcheons shall be bell shaped at pipe sleeves
extending above floors.
31. CLEANOUTS
31.1
General: Location of cleanouts in finished portion of
the building shall be approved by the Engineer before
installation. Cleanouts shall be of same nominal size
as pipe they serve, except where they occur in piping
'
4" and larger, in which case they shall be 3�" in size.
All cleanouts shall be accessible. All cleanout plugs
shall be brass with I.P.S. taper thread. Graphite shall
be used on all cleanouts with all threads being thorough-
ly greased after acceptable pressure test. Cleanouts
shall be J.R. Smith or approved equal. Figure numbers
specified are for identification of type and construction.
31.2
Interior Cleanouts for Sewer and Waste shall be located
as required by the latest issue of the Local Plumbing
Code, and as indicated on the drawings. Access panels
for wall and ceiling cleanouts shall be provided under
the work of this Section.
31.3
Floor Type: Smith No. 4028 cast iron sectional, adjust-
able cleanout with round nickel bronze scoriated secured
cover and rim and extra heavy brass plug. Cleanout with
L
flashing clamp shall be provided when cleanout is installed
in floors with waterproof membrane. Provide recess cover
type as applicable for tile, resilient tile, or terrazzo.
31.4
In Walls: Tapped tee with extra heavy brass plug;
Smith No. 4512. Access panel shall be as specified under
LArticle
ACCESS PANELS AND DOORS.
L
L
PLUMBING
15B -17
0 0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
32, TRAPS
32.1 Soil and Waste: All drains and floor sinks connected
to sanitary sewer systems shall have cast iron "P"
traps, with seal, and of weight conforming to
piping system in which installed. Traps requiring
priming shall have an approved fitting, adapter or
priming boss.
32.2 Fixture Traps shall be as specified with the particular
fixture.
33. HANGERS AND SUPPORTS
! 33.1 Horizontal Piping: Hangers for piping 4" and smaller
! shall be split ring type of steel or malleable iron,
Grinnell Fig. 104, hangers for piping 5"', and larger
shall be clevis type, Grinnell Fig. 260 or approved
equal, with adequate solid rods and with vibration
isolators as specified herein. In lieu of individual
hangers, trapeze hangers may be used for parallell pipes,
details of which shall be submitted to the Engineer for
approval. Hanger rods for both single and trapeze hang-
ers shall be hung from suitable clips, beam clamps or
{ inserts, as required; "Phillips" shield may be used only
C when authorized. Explosive type fasteners will not be
permitted.
33.2 All vertical pipe lines shall be supported, not hung.
{ 33.3 Hanger supports: Where hanger rods are longer than 18"
provide lateral bracing at every fourth hanger, or as
directed. No piping shall be supported by wire, rope,
wood or other make -shift devices.
33.4 Hangers shall be spaced as follows: Steel pipe
and smaller every 6 feet; 3/4" and 1" every 8 feet;
1 -4" and larger, every 10 feet cast iron soil pipe,
at 5 foot intervals or every 10 feet for 10 feet long
sections and at each joint; copper tubing 1;" and smaller,
every 6 feet; 2" and larger, every 10 feet. Where
building construction does not permit the above specified
spacing of hangers, this Contractor shall provide adequate
additional steel supports. Location and details shall
Lbe submitted to the Contracting Officer.
33.5 Protection Shields shall be installed at all hangers and
Lsupports of insulated piping. Shields shall be centered
PLUMBING 15B -18
L
34.
I
35.
L
C
L
L
L
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
on hangers or supports and shall be of sufficient
guage to prevent depressing insulation but not less
than 18 guage, 12" long on piping 3" and smaller and
14 guage 12" long on piping larger than 3 ".
33.6 Vibration isolation sleeves or pads of metal backed
felt shall be installed between pipe and all hangers
and supports of uninsulated water piping, of sufficient
thickness to prevent metal -to -metal contact, "Semco" or
approved equal.
33.7 Insulation inserts shall be as specified under Article
"Insulation and Covering ".
33.8 Miscellaneous supports, wall brackets, and anchors shall
be provided where required and /or shown on the drawings,
in accordance with the best standard practices of the
trade and shop drawings shall be submitted to the
Contracting Officer for approval.
FLASHINGS
34.1 Pipes: Furnish and install on each pipe passing through
the roof, a Semco No. 1100 -4 four lb. seamless lead
flashing assembly with 8" skirt or approved equal.
Flashing shall have steel reinforced boot and be complete
with caulk type cast iron counter flashing sleeve and
permaseal waterproofing compound.
ACCESS PANELS AND DOORS
35.1 . General: All concealed valves, controls, wall cleanouts,
etc., shall be provided with access panels or doors
which shall be furnished under the work of this Section
and installation shall be the responsibility of the General
Contractor. Access doors are not required in removable
ceilings.
35.2 For ceilings and walls (exce t tile walls): Access
To-ors shall be bonderized steel, with flush screw driver
operated cam latch, fitted with concealed hinges, 1800
door swing, factory prime coated. Access doors shall
be Milcor, or approved equal. Style "A" for acoustical
tile, Style "B" for acoustical plaster, Style "K" for
non - acoustical plaster, and Style "M" elsewhere, 12"
square unless otherwise noted on the drawings.
PLUMBING 15B -19
CORPORATION YARD IMPROVEMENTS
( CITY OF NEWPORT BEACH, CALIFORNIA
1
35.3 For tile walls: Access panels shall be chrome plated
bronze, J.R. Smith No. 4730 face wall type, 8" square
opening unless otherwise noted on the drawings.
r 36. SUMP PUMPS
( 36.1 Heavy duty, non -clog, submersible pumps, size, capacity
S and electrical characteristics as indicated.
36.2 Each unit shall be complete with volute and non -clog im-
peller, motors, controls.
C' 36.3 Check valves on discharge piping shall be the same as
specified for water.
36.4 Motors shall be designed for continuous duty and have
mechanical shaft seals and built -in thermal overload
protection.
36.5 Units shall have integral float switch control.
37. HOT WATER CIRCULATING PUMP
1 37.1 Bell and Gossett all bronze inline type, or approved
equal, with bronze body, bronze impeller, stainless
steel shaft, mechanical seal, resiliently mounted
motor and flexible motor coupling. Size, capacity,
operating conditions and electrical characteristics
shall be as shown on the drawings.
38. DRAINS AND FLOOR SINKS
38.1 General: Manufacturer's figure numbers specified are
for type and construction. Types specified below shall
be installed in construction with waterprrof membrane,
drains shall be provided with flashing clamp device with
corrosion - resistant clamping bolts. Smith, Josam, Zurn,
or equal.
38.2 Drains:
38.2.1 FD -1 Floor Dre.in: J.R. Smith No. 2010 -A with
flashing clamp, seepage openings, with 5
diameter polished nickel bronze adjustable
strainer.
38.2.2 FD -2 Floor Drain: J.R. Smith 2415 with flash-
ing clamp, heavy duty grate, sediment bucket.
PLUMBING
L
15B -20
0 0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
38.3 Floor Sinks:
38.3.1 J.R. Smith No. 3430 with flange with seepage
holes, 12" square, acid resisting enamel
inside, "Lumaloy" dome bottom strainer,
acid resisting enameled cast iron full top
grate.
39. PLUMBING FIXTURES
39.1 General: Fixtures shall be American Standard or
equivalent of approved manufacturer. All fixtures
shall be white unless otherwise specified. All brass
work, traps, and exposed piping used in conjunction with
fixtures shall be polished chromium plated, unless
otherwise specified. All supplies and traps shall
have polished chrome plated escutcheons.'
39.2 Fixtures: Furnish and install, complete, the follow-
ing items as located on the drawings and as specified.
C
39.2.1 WC -1 Water Closet: American Standard 2206.027
"Afton ", vitreous china, floor mounted,
Isiphon
jet, complete with:
`
1' " top spud.
5320.114 white open front seat.
Setting gasket and flange.
l
Sloan Royal 110 -YO flush valve with screwdriver
stop, vacuum breaker.
I
39.2.1.1 Urinal: American Standard 6500.011
"Washbrook ", vitreous chinea, wall
hung, complete with:
Wall hanger.
3/4" top spud.
L
2" threaded outlet.
Sloan Royal No. 186 -11 flush valve
with screwdriver stop, vacuum
Lbreaker.
39.2.1.2 L -1 Lavatory: American Standard
L
03 -1.072 "Lucerne ", 20 "x18 ", vitreous
china, wall hung, complete with:
2303.154 supplies with angle stop
Land
flexible tube risers.
LPLUMBING
15B -21
C
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
1; "xl-Y" 17 guage brass tubing P -trap.
L
PLUMBING
15B -22
(2) 2295.062 self closing faucets,
indexed.
2411.015 grid strainer with 14" tail-
piece.
39.2.1.3
L -2 Lavatory: American Standard
0470.021 "Ovalyn ", vitreous china,
countertop, complete with:
Mounting frame.
Mounting kit.
2303.154 supplies with angle stop
and flexible tube risers.
134 "xl�" 17 guage brass tubing P -trap.
2248.623 faucet with pop -up drain
and 1;" tailpiece.
39.2.1.4
L -3 Wash Fountain: Bradley type
KFC precast terrazzo Corner type
with powdered soap dispenser, spray -
1
head, bee hive strainer, supply pipes,
mixing valve, volume control valve,
pedestal, P -trap, and required ac-
cessories.
39.2.1.5
L -4 Wash Fountain: Bradley "Duo"
foot operated with sun tan bowl and
beige panels, P -trap, all standard
equipment.
i'39.2.1.6
S -1 Sink: American Standard 6002.331,
24 "x21 ", stainless steel countertop
type, single compartment, complete
with:
4146.155 faucet.
4331.013 crumb cup strainer.
E
1'V "xl3-," 17 guage tubing P -trap.
2303.154 supplies with angle stops
Land
flexible tubing.
39.2.1.7
S -2 Sink: American Standard 6002.331,
24 "x21" stainless steel countertop
L
type, single compartment, complete
with:
L
PLUMBING
15B -22
1
L
L
L
L
L
L
L
0
40. EQUIPMENT
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4150.132 faucet.
4331.013 crumb cup strainer.
1' "xl�" 17 guage tubing P -trap.
2303.154 supplies with angle stops
and flexible tubing.
39.2.1.8 Service Sink: American Standard
7692.049 "Lakewell" enameled cast
iron, 22 "x18 ", complete with:
Wall hanger.
Rim guard.
7798.044 trap standard, 2" outlet,
with strainer.
8341.075 faucet with vacuum breaker.
39.2.1.9 Drinking Fountain:, General Electric.
No. PS -8, floor mounted, electric,
with integral refrigeration unit,
U.L. listed. Provide 3/8" supply
stop in supply line and 1; "xl4" P -trap.
39.2.1.10 Shower: American Standard 1200.310
with screwdriver stop; Smith 2010 -A
floor drain.
39.2.1.11 Emergency Eye Wash: Bradley S 1923,
wall mounted.
40.1 " R -1 and 'R =5 Overhead hose reel assemblies:
40.1.1 Each assembly
units. Units
Corporation.
40 feet of Y"
cord for elec
follows:
shall consist of two four reel
shall be as supplied by ARO
Each reel shall be provided with
Z.D. hose (40 feet of electric
tric reel). Units shall be as
40.1.1.1 One four reel units shall serve air,
water, transmission fluid and 90
weight gear oil. The unit shall
consist of one 614010 air reel
assembly with 2608 connector and 21(
quick connect coupler; one 614012
water reel assembly; one 614006
PLUMBING
15B -23
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
( transmission fluid assembly; one
t 614475 reel mounting assembly;
all required accessories for instal -
lation and operation.
40.1.1.1 One four reel unit shall serve engine
r oil, hydraulic fluid, chassis lube
Iand electric drop cord. The unit shall
consist of one 614007 engine oil reel
assembly; one 614006 hyraulic fluid
freel assembly; one 614008 chassis
lube reel assembly; one 61571 ready
ready light reel assembly; one
614475 reel mounting assembly; all
required accessories for installation
and operation.
40.2 R -2, R -3, R -4, R -6 Overhead hose reel assemblies:
L
PLUMBING
15B -24
40.2.1 Each assembly shall consist of one five reel
unit. Units shall be as supplied by ARO
Corporation. Each reel shall be provided with
40 feet of �" I.D. hose (40 feet of electric
cord for electric reel). Each unit shall consist
of one 614010 air reel assembly with 2608
connector and 210 quick connect coupler; one
614012 water reel assembly; one 614007 engine
oil reel assembly; one 614008 chassis lube reel
assembly; one 6151 ready light reel assembly;
one 614475 reel mounting assembly; all required
k._
t
accessories for installation and operation.
40.3 R -7 Wall mounted air reel assembly shall be ARO Corp-
oration. 614232 with 40 feet of ;" I.D. hose, 2608
connector and 210 quick connect coupling. Unit shall
be suitable for wall mounting. Provide all required
Laccessories
for installation and operation.
40.4 R -8 Wall mounted air reel assembly shall be ARO Corp-
oration. 614232 with 40 feet of 15" I.D. hose and 635129
radiator bibb. Unit shall be suitable for wall mounting.
Provide all required accessories for installation and
operation.
40.5 Overhead reel assembly at fuel pump island: Assembly
shall consist of one three unit. Unit shall be as
L
L
PLUMBING
15B -24
• •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
supplied by ARO Corporation. Each reel shall be
provided with 40 feet of Y' I.D. hose.
40.5.1 The unit shall consist of one 61401 air reel
assembly; one 614012 water reel assembly;
one 614007 engine oil reel assembly; one
614473 reel mounting assembly; all required
I accessories for installation and operation.
40.6 Engine Oil Pumps:
' 40:6.1 Pumps shall be ARO Corporation. Model 612729 -425
series air operated stub pump complete with
640038 low level cut -off.
L
PLUMBING
15B -25
40.7 Product Pumps:
40.7.1
Pumps shall be as supplied by ARO Corporation
and shall be as follows:
ITransmission
fluid pump: No. 662008 -D.
Gear oil pump: No. 662008 -D.
Hydraulic fluid pump: No. 662008 -D.
Chassis lube pump: No. 612264 -D.
40.8 Hydraulic
lifts shall be as scheduled and as shown on
the drawings.
40.9 Gasoline
dispensers shall dual hose type.
40.9.1
Meter -- Micro -- accurate, 2- piston positive
(u
displacement, rotary valve, exterior adjust-
ment meter with aluminum case, stainless steel
liners, and stainless steel operating parts.
40.9.2
Computer -- Computer with white numerals debossed
on black metal wheels. Registers up to 99.9
L
gal., totalizer shall register up to 99,999.9
gal.
L40.9.3
Semiautomatic reset and switch shall be two
separate operations. Interlock shall assure
computer reset before each delivery.
L40.9.4
Chassis -- Constructed of rugged, heavy gage
steel. Designed for strength and simplicity.
L
L
PLUMBING
15B -25
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
40.9.5 Housing - -Top panels and lower side panels shall
be steel. Upper side panels of Rigidized steel.
All panels shall be removable and replaceable
for easy field maintenance. All housing joints
shall be weather lapped to eliminate the need
for gaskets.
40.9.6 Lower door panels shall be 1 -piece steel. Unit
t shall be baked synthetic, gasoline- resistant
enamel.
40.9.7 Upper bezels, covering dial face, shall be
extruded aluminum with anodized finish.
t :0.9.8 Hoses and Nozzles -- Gasoline- resistant hose shall
i extend 11h ft. Nozzle shall be shockproof,
variable flow, non - chattering type with anti-
drain valve and shall have vapor recovery feature.1
40.9.9 Unit shall be Wayne or Bennett and shall be
approved by Underwriters' Laboratories, Inc.
LPLUMBING 15B -26
I L
40.10
Air compressor shall be two stage, mounted ASME rated
and stamped tank. Each compressor shall be complete with
compressor belt guard, operating pressure switches,
pressure reducing valves, relief valve, oil and dirt
removal filter, air dryer, guages, and all other access-
ories required for complete and automatic operation.
Provide starters and automatic alternator.
41. FIXTURE BACKING -
I'
41.1
Except as otherwise specified, provide proper backing
for each plumbing fixture requiring same, at the time
j
roughing -in is done.
41.2
On Stud Partitions: Backing shall be a "x8" steel plated
welded or bolted to at least three studs. If welded,
L
not less than 3/16" electric arc fillet shall be made
at the top and bottom edges of the plate and across the
full width of the flanges at each stud that it touches.
L
The steel plate shall be drilled and tapped in each case
as required to receive the fixture or fixture carrier
mounting bolts.
41.3
On Masonry Walls: Securely fastened with heavy expansion
bolts of required length.
f
L
LPLUMBING 15B -26
I L
CORPORATION YARD IMPROVEMENTS
` CITY OF NEWPORT BEACH, CALIFORNIA
•tr 41.4 Fixture Bolts: All wall fixtures shall be hung or
` supported with 5/16" brass bolts of sufficient length
to securely fasten the fixture to the backing. All
exposed heads of bolts for fixtures shall be chrome
plated.
42. THERMOMETERS
42.1 General: Thermometers shall be the vapor tension type,
or as specified otherwise, 4h" diameter, corrosion
resisting movement, black casing. Thermometers installed
on insulated lines shall be provided with an extention
piece. All thermometers shall be installed with separate
sockets. Thermometers shall be Marsh Instrument Type
59, or approved equal.
' 42.2 Thermometers shall be installed for the following
services:
L
L
!_
L
I
L
L
42.2.1 Outlet of each gas fired hot water heater.
43. INSULATION AND COVERING
43.1
43.2
General: All insulating materials required for piping
shall be furnished and installed under this Section.
The execution of the work shall be in accordance with
the insulation manufacturer's recommendations and materials
applied by their approved Contractor, in strict accord-
ance with the best practice of the trade and the intent
of these specifications. Pipe hangers and supports shall
fit outside of insulation. Insulation protection shields
shall be as specified under Article HANGERS AND SUPPORTS
and shall be installed at the same time as insert sections
and /or insulation is installed. Insulation shall not rest
on bare hangers. All insulation shall comply with NFPA -90A,
U.L. Standards 723, and shall have a maximum flame spread
of 25. Insulation shall be applied as specified herein.
Insulation shall meet the requirements of all authorities
having jurisdiction. Owens - Corning, Johns - Manville, or
equal.
Pipe Insulation:
43.2.1 General: All above ground hot water supply and
return piping shall be insulated with Owens -Corn-
ing Fiberglass 25 C -P insulation jacketed with
a vapor barrier laminate of aluminum foil and
PLUMBING
15B -27
I
I
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
presized glass cloth with self - sealing lap.
End joints shall be sealed with manufacturer's
joint sealing strip with pressure sealing ad-
hesive. Insulation shall be of the following
thickness:
Hot Water Supply and Return: 3/4" thick.
43.2.2 Insulate valves, fittings, strainers, unions
and flanges by either prefabricating or by
fabricating fittings from mitered segments of
pipe insulation to an equal thickness of ad-
joining pipe insulation. where pipe insulation
cannot be applied, point up to a smooth even
finish with a plastic insulating cement and
finish with fiberglass reinforcing cloth and a
final coat of mastic. Contractor has the option
of using Zeston fitting covers with factory
precut "Hi -Lo Temp" insulation where applicable.
Strainers shall be so insulated as to provide
easy removal of strainer screens.
43.2.3 At hangers on piping 2'h" and larger, where the
pipe is supported by the insulation, the
Insulation Contractor shall install an insert
section. Inserts shall be calcium silicate,
cut to the same thickness as adjoining insulation,
installed centered on hangers or supports.
44. PAINTING
PLUMBING
15B -28
44.1 Protective Painting only shall be an obligation of the
work of this Section. All finish painting shall be done
under Section PAINTING. All apparatus or equipment
furnished under this Section shall be provided with a
shop coat or finish coat at the factory as specified.
44.2 Under this section, all uncoated pipe hangers in con-
cealed locations shall be given one heavy coat of black
asphaltum paint before being concealed. All uncoated
cast iron or steel supports, etc., that will be concealed,
L
or will not be accessible when installation is completed,
shall be given one heavy coat of black asphaltum. All
pumps, motors, compressors, etc., with factory enamel
L
finish shall be carefully cleaned, oiled, and rubbed
down before final acceptance.
L
PLUMBING
15B -28
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
44.3 All finish painting for hangers, piping, etc. shall be
done under Section PAINTING. This Contractor shall co-
operate by designating by tag or otherwise, the various
services and items.
45. TESTS
45.1 General: After installation is complete, but before
t piping is furred in or before insulation is applied,
all piping and equipment shall be tested and proved
tight under the following conditions. Each system
may be tested in partial increments at the working
�^ pressure required for that system but in no case less
than 150 psi for all water systems. In addition to
the partial system tests, the complete system shall
be tested as a unit.
45.2 Pressure Tests: Use Bristol Recording Guage on all
tests and turn over all test charts to the Engineer.
Guage Pressure Guage Pressure After
System At Start of 4 Hours of Test---- -
Tested Test Not Less Than
All Water 150 pounds 150 pounds
Compressed Air 300 pounds 300 pounds
Natural Gas 150 pounds 150 pounds
Oil and Lubri-
cation Systems 300 pounds 300 pounds
Gasoline 150 pounds 150 pounds _.
45.3 Drain, Sewer, Soil, Waste, Vent Piping: Fill with water
to top of highest vent or downspout, allow to stand two
L (2) hours or longer as directed by the Contracting Officer.
Testing may be done in sections. Each section tested
shall include at least 10 feet of the upper portion of the
L next preceeding section, to provide a minimum of 10 feet
of head pressure at all points. All leaks shall be
repaired before closing in of piping. Defective material
shall be removed and replaced with new material.
45.4 Operating Tests:
L 45.4.1 Tests shall be performed before final acceptance
and under the supervision of the Owner's
representative. Duration of the tests shall be
for eight (8) hours. All labor and instruments
L
L
PLUMBING
15B -29
I
I
li
0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
for tests shall be furnished by the Contractor.
45.4.2 Tests shall demonstrate that there is free and
equal circulation from each part of the piping
systems, as well as satisfactory operation of
all valves, pumps, equipment, automatic controls,
etc.
45.5 Should the Contractor refuse or neglet to make any tests
necessary to satisfy the Owner's representative that he
has carried out the intent and meaning of the specifi-
cation, the Owner may make such tests and charge the
expense thereof to the Contractor.
46. CLEANING PIPING SYSTEMS
46.1 After the piping systems have been tested and proved
tight, the Contractor shall clean the various systems
of any dirt, scale, oil, grease or waste which may have
accumulated during the process of installation.
47. WATER SYSTEM STERILIZATION
47.1 After testing and cleaning and before any use of system
is made for domestic purposes, it shall be sterilized
by slowly filling with water to which a sterilizing
agent has been added, at a rate giving 50 PPM of chlorine,
as determined by residual chlorine test at extremities
of the line. After lines have been filled for a period
of three hours, tests for residual chlorine shall show
not less than 50 PPM. If less than 50 PPM is indicated,
drain or flush out the line and repeat sterilization
treatment until tests indicate at least 50 PPM of residual
chlorine after three hours. The lines shall then be flusher:
out until all traces of chemical have been removed. The
sterilization method shall comply with all requirements
of authorities having jurisdiction but in no case less
than the minimum requirements described herein. All
piping accessories, materials or appurtenances required
to perform the above procedures shall be furnished as an
obligation of the work of this Section.
48. ELECTRIC MOTORS
48.1 General: Furnish and install all motors for driving
equipment furnished under this Section. Motors shall
be of proper power and speed to suit specified makes
Lof equipment. Motor HP, RPM and electrical character-
PLUMBING 15B -30
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
istics shall be as shown on the drawings. Motors and
accessories shall comply in all respects with ANSI,
NEC and NEMA Standards. All motors to have a rating
to provide a minimum of 15% over required B.H.P.
48.2 Motors: Motors shall be NEMA Design B, NEC Code F
or lower inrush.
48.3 All motors shall be open drip -proof type, unless
otherwise specified. Totally enclosed type motors shall
be fan cooled. Except where specified or noted T.E.F.C.
` or "Weather Protected" all motors shall be NEMA Type
I weather protected and shall be provided with special
Class "B" moisture resistant insulation. Unless otherwise
specified, all motors shall be continuous duty, 50 °C.
rise type. All 3 -phase motors shall "have ball bearings.
49. STARTER, DISCONNECTS AND WIRING
49.1 Starters and disconnects will be provided under the work
of Section ELECTRICAL except for special equipment as
specified with the equipment.
49.2 Wiring: All power wiring, line voltage control wiring
and all conduit will be furnished and installed under
the work of Section ELECTRICAL.
50. OPERATING TESTS
50.1 After the entire plumbing installation has been completed,
the Contractor shall operate all equipment under normal
conditions, make all required adjustments to automatic
controls and shall test all systems and equipment for
proper operation, to the satisfaction of the Owner.
51. OPERATING INSTRUCTIONS
51.1 Upon completion of work, Contractor shall provide an
experienced engineer to instruct Owner's operators in
operating of entire installation. The Contractor shall
} provide four (4) sets of typed operation instructions
L suitably bound and shall provide two (2) sets of wiring
diagrams of controls, mounted in framed glass and installed
Lwhere directed by the Engineer.
52. WARRANTY
L
L
I
PLUMBING
15B -31
1 � •
CORPORATION YARD IMPROVEMENTS
{ CITY OF NEWPORT BEACH, CALIFORNIA
L
L
L
52.1 All materials, apparatus and equipment furnished and
installed hereunder shall be new and free from all
defects. Should any trouble develop within one
(1) year from date of acceptance of the work, due to
faulty or inferior material and/or workmanship, the
trouble shall be corrected by the Contractor without
expense to the Owner. The work shall be installed in
such a manner that the operation of every part of
each system shall be noisless to the extent that no
sound of operation shall be heard outside the rooms
enclosing the apparatus, equipment or piping.
PLUMBING
15B -32
[
1
1. SCOPE:
I
L
0
L
L
L
L
L
• CITY NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
SECTION 16
ELECTRICAL
1.1 This section describes furnishing and installing
a complete, operable electrical system in accord-
ance with these specifications and the accompanying
drawings
including the following principal items
of work:
1.1.1
Electrical and Telephone Service Require-
ments.
1.1.2
480/277 volt, 3 phase, 4 wire service.
1.1.3
480/277 volt, 3 phase, 4 wire distribution
system.
1.1.4
120/208 volt, 3 phase, 4 wire distribution
system.
1.1.5
Transformers, panelboards and switchboards.
1.1.6
Lighting fixtures.
1.1.7
Conductors, wiring devices, contactors,
relays, and disconnect switches.
1.1.8
Grounding system.
1.1.9
Incidental items not indicated on the
drawings or mentioned in the specifications
that can legitimately and reasonably be
inferred to belong to the work described or
be necessary in good practice to provide a
complete system shall be furnished and in-
stalled as though called out here in every
detail.
1.2 Related work specified elsewhere but not limited to:
1.2.1 Trench excavations and backfilling for the
underground electrical lines shall be per-
formed as a part of the work of this section
in accordance with the applicable require-
ments of Section covering Earthwork,
« Electrical 16 -1
L_
CITY 0 NEWPORT BEACH
CORPORATE YARD
r NEWPORT BEACH, CALIF.
i
1.2.2 Furnishing and installing all motors for the
ventilating and air conditioning systems
are a part of the work of Section 15.
Connecting these motors and furnishing and
i
installing all other motor starters are
as indicated on the drawings and are part
of this section.
1.3 Reference Standards: The work of this section
shall conform to the applicable requirements of the
following reference standards:
1.3.1 Basic Electrical Regulations, part 3 of
the Building Standards, Title 24 of
California Administrative Code, published
by the Documents Section, State of California
!{
Department of General Services, Sacramento,
California.
1.3.2 National Electrical Code, NFPA 70 -1981,
published by National Fire Protection
�.
Association, Boston, Mass.
1.3.3 Standard for the Installation, Maintenance
and Use of Remote Station Protective Signal-
L
ling Systems, NFPA 72C -1972, published by
the National Fire Protection Association.
1.3.4 Standards of Installation, published by
the National Electrical Contractors Associa-
tion, Inc. of Washington D.C.
1.3.5 Requirements of CAL /OSHA and City of Newport
Beach.
L1.4
Ordinances and Regulations: The work of this section
shall conform to the applicable requirements of all
legal authorities having jurisdiction. Should the
L
specifications or drawings require higher standards
or larger sizes than those required by an ordinance
or regulation, the specifications or drawings shall
f
govern. Should the specifications or drawings contra-
dict an ordinance or regulation, the ordinance or
regulation shall govern. Any such conflict of re-
quirements shall be called to the attention of the
Owner prior to commencing the work of this section.
1.5 Permits, Inspections, Tests: The work of this section
L
shall include obtaining and paying for the required
electrical permits, arranging, for the required electri-
cal inspections, furnishing all instruments and
L
(;'
Electrical 16 -2
Electrical 16 -3
CITY* NEWPORT BEACH
t
CORPORATE YARD
NEWPORT BEACH, CALIF.
r
i
and performing all tests for the work of this
section required by the legal authorities having jur-
isdiction and correcting all failures and replacing
damaged portions of the work resulting from the
r
tests.
[r
1.6 Temporary Service: The work of this section shall
include providing electrical service for construct -
tion. The extension cords for the light and power
and the lamps shall be furnished by the contractor
requiring such equipment. The electric current
charges for the temporary service shall be paid by
the Contractor.
1.7 Shop Drawings: In accordance with the requirements
of the General Conditions, dimensioned shop drawings
for the work of this section shall be submitted for:
Panels Transformers
Circuit Breakers Motor Starters
Switchboards Lighting Fixtures
1.8 Record Drawings: In accordance with the require-
ments of the General Conditions, a complete set of
electrical contract prints shall be maintained in
good order and all changes to the contract shall be
clearly recorded on this set of prints. At the end
of the project, all changes shall be submitted to
the Owner. The first sheet of each set shall be
signed by the electrical contractor as being a correct
and accurate record of the installation.
1.9 Service manuals: Before the final acceptance of the
job, the electrical contractor shall furnish 3
copies of a service manual for each major item of
1
electrical equipment such as panelboards. Each
t
manual shall contain a catalog cut for each item,
identified to correspond to the drawings and specifi-
cations.
1.10 Coordination:
L1.10.1
The contract drawings indicate the general
location and arrangement of the equipment,
conduit and wiring, the lighting fixtures,
equipment and outlets shall be located to
avoid any interference with the architectural,
mechanical and structural features of the
L
building. Further more, the lighting fixtures
shall be symmetrically located according to
the room arrangement. All locations for
L
Electrical 16 -3
1.12.3 All panel directories shall be typed and be
installed under plastic covers.
LElectrical 16 -4
CITY OWEWPORT BEACH
CORPORATE YARD
r
NEWPORT BEACH, CALIF.
i
the work of this section shall be coor-
dinated with the drawings of other trades.
1.10.2
Should any conflicts necessitate depart-
ures from the contract drawings, the
details of the departures and the reasons
therefor shall be submitted as soon as
practical for the written approval of the
Architect and the fixture or equipment
shall not be installed until such approval
is received from the Architect.
Ir
1.10.3
The necessary connectors and adapters
shall be provided to insure that all
electrical items and all items described
in other sections of the specifications
will mate with the electrical work.
(
1.11 Access to
Equipment: All starters, switches,
[
receptacles,
controls, pull boxes, etc. shall be
located
to provide easy access for operation,
repair,
replacement and maintenance; should such
items be
concealed, access doors shall be provided.
1.12 Identification
of Equipment and Wiring:
1.12.1
Appropriate nameplates with phenolic
plastic engraved legends shall be provided
to identify each power and lighting panel
and the motors starters, disconnect
switches, contactor, relays, control
stations, junction boxes, etc. All name-
plates shall be attached to the related
equipment with brass machine screws, brass
bolts or pop rivets. The legends on the
nameplate shall clearly identify the service
L
and spell out the full name of the equip-
ment. The panel nameplate shall state the
panel indicated on the drawing and the
L
voltage. The mechanical equipment shall
use the designations indicated on the
mechanical drawings.
L
1.12.2
All wiring shall be identified at each
termination and splice with linen adhesive
tags placed with 2" of the termination or
L
splice.
1.12.3 All panel directories shall be typed and be
installed under plastic covers.
LElectrical 16 -4
L
L,
L
CITYlk NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH
1.12.4 Color coding of wiring: Wiring system
shall be color coded throughout. Color
coding shall be black, red and blue for
hot legs of 120/208 volts system with white
for neutral. Use brown, orange and purple
for hot legs for 277/480 volts system with
a grey neutral.
1.13 Testing:
1.13.1 Upon completion, the electrical contractor
shall test the entire installation for
continuity grounds and short circuits.
The electrical contractor shall make all
adjustments and demonstrate in the presence
of the Owner that the work is in compliance
with the drawings and specifications.
1.13.2 In the presence of the Owner, the electrical
contractor shall perform all tests required
by the legal authorities having jurisdiction.
Providing all instruments, equipment,
labor and materials to complete the tests
is a part of the work of this section.
1.13.3 Should any of the tests or inspections
reveal any defective materials, improper
installations, poor workmanship or variations
from the drawings or specifications, the
electrical contractor shall make all
changes necessary and correct all defects
to the satisfaction of the Owner.
1.13.4 The work shall not be covered until it has
been tested and inspected.
1.13.5 Prior to being energized, all switchboard
and panelboard interiors shall be vacuum
cleaned and be visually inspected in the
presence of the Owner for evidence of missing
parts or unusual or unsafe conditions. All
buses, feeders, legs, breakers, and other
connections shall be checked for proper
tightness.
I 1.13.6 The disconnect switches shall be checked
L for freedom of movement, for proper con-
tact surface mating and pressure and for
L proper operation. The switches shall be
lubricated as recommended by the switch
manufacturer. The fuses shall be removed,
L_
.'z
Electrical 16 -5
(
•
CITY 0FOEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
be checked for proper type and rating and
be visually inspected. The fuse clips
l
shall be checked and adjusted for proper
tension and seating. The switches, fuses
and clips shall be checked for contact
.resistance; the insulation resistance
shall be checked with a me- ohmmeter from
phase to phase and from each phase to ground.
1.13.7
Switchboards, and subpanels (lighting
panels excluded) shall be tested and in-
spected as follows:
1.13.7.1 All new circuit breakers shall
be tested and inspected for
proper trip operations on long
delay, short delay and instant-
aneous trip on all phases separ-
ately. Test current for long
i
delay tripping shall be 300% of
rated trip. All circuit breakers
shall have contact resistance
[
measured by a ductor. The in-
sulation resistance shall be
checked with a megohmmeter fom
phase to phase and from each
phase to ground. The breakers
shall be tested for operation
j
and be checked for binding,
L
friction and loose connections.
The breaker shall be manually
operated at least 3 times.
�.
Breakers which do not test prop -
perly shall be manually operated
at least 3 times. Breakers which
do not test properly shall be
replaced.
1.13.8
All switches shall be checked for proper
operation. Ductor readings shall be made
on each phase.
L1.13.9
All motor starters shall be checked for
proper operation and condition and shall be
cleaned.
L
1.13.10
A complete bound and typed report of all
switchboard and panelboard tests shall be
submitted to the Owner for approval. Report
L
shall included manufacturer's circuit
breaker curves and test data.
Electrical 16 -6
1.14 Protection: All electrical equipment shall be kept
clean, dry and protected during storage and construct-
ion. All marked, scratched or otherwise damaged
surfaces of the electrical equipment shall be replaced
or refinished.
2. PRODUCTS
2.1 Materials: All electrical materials and equipment
shall be new and be listed by Underwriter's Labor-
( atories, Inc., Chicago, Illinois, and bear the UL
L listing mark wherever standards have been established
by that agency, and shall comply with "ANSI ", "IEEE"
and "NEMA" standards. All electrical materials
[ used for the same purpose shall be of the same make
and quality throughout.
2.1.1 Exterior raceways shall be galvanized rigid
steel conduit, except schedule 40 PVC may
be used below grade.
2.1.2 Interior raceways shall be galvanized rigid
steel conduit except as follows:
2.1.2.1 EMT may be used in sizes 2" and
smaller where exposed and in
all sizes in concrete slabs.
L2.1.2.2 Rigid Aluminum conduit may be
used in sizes 2" and larger where
Lexposed.
2.1.2.3 Schedule 40 PVC may be used in
L fill under slabs on grade and in
concrete walls.
f Electrical 16 -7
L
CITY * NEWPORT BEACH
CORPORATE YARD
i_
NEWPORT BEACH, CALIF.
i
1.13.11
All bolted connections shall be torque
tightened at the site in the presence
of the Owner. Torque shall be as follows:
`
Bolt Size Torque
`
5/16" 16 ft -lbs
3/8" 30 ft -lbs
(
{
1/2" 72 ft -lbs
1.13.12
All motors shall be tested and reports
shall be submitted with the switchboard
[^
and panel board test reports. Motors for
A/C equipment shall be tested after final
air balancing is completed. Test report
shall use the attached data sheet for
compiling data.
1.14 Protection: All electrical equipment shall be kept
clean, dry and protected during storage and construct-
ion. All marked, scratched or otherwise damaged
surfaces of the electrical equipment shall be replaced
or refinished.
2. PRODUCTS
2.1 Materials: All electrical materials and equipment
shall be new and be listed by Underwriter's Labor-
( atories, Inc., Chicago, Illinois, and bear the UL
L listing mark wherever standards have been established
by that agency, and shall comply with "ANSI ", "IEEE"
and "NEMA" standards. All electrical materials
[ used for the same purpose shall be of the same make
and quality throughout.
2.1.1 Exterior raceways shall be galvanized rigid
steel conduit, except schedule 40 PVC may
be used below grade.
2.1.2 Interior raceways shall be galvanized rigid
steel conduit except as follows:
2.1.2.1 EMT may be used in sizes 2" and
smaller where exposed and in
all sizes in concrete slabs.
L2.1.2.2 Rigid Aluminum conduit may be
used in sizes 2" and larger where
Lexposed.
2.1.2.3 Schedule 40 PVC may be used in
L fill under slabs on grade and in
concrete walls.
f Electrical 16 -7
L
• CITY *NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
2.1.3 All conduit shall be delivered to the
building in at least 10 -foot lengths with
each length of conduit bearing the listing
mark of Underwriters's Laboratories, Inc.
Rigid steel conduit and electrical metallic
tubing shall be hot - dipped galvanized or
sherardized.
2.1.4 All conduits shall be run concealed except
in certain approved and indicated locations.
No raceways smaller than 3/4" shall be used
except 1/2" may be used for switch legs,
�^
where exposed and above suspended ceilings.
Exposed raceways shall be run in straight
lines at right angles to or parallel with
the walls.
2.1.5 In general, the conduits shall be anchored
and strapped to the building structure
Iand
not rest on ceiling furring channels.
i
2.2 Conduit Raceways:
1.
2.2.1 All wiring shall be installed in UL listed
raceways, concealed except where indicated
1
otherwise on the drawings.
2.2.2 The raceways shall be substantially supported
`
by suitable straps, clamps or hangers to
Lprovide
a rigid installation. Perforated
strap hangers and twisted wire attachments
will not be acceptable. In no case shall
the raceways be supported on or be fastened
=
to other pipes or be installed in a manner
that will prevent the ready removal of a
t
pipe for repair. The supports shall not
L
be more than 8 feet apart nor be more than
3 feet from the terminations of the conduit.
2.2.3 Couplings and the threaded connections in
L
threaded conduit shall be made up water-
tight. The joints shall be cut square, be
L
reamed smooth and be properly threaded. No
running threads will be permitted. All
box connections shall be fitted with an
approved lock nut and steel bushing forming
an approved tight bond with the box. Conduits
entering outlet boxes, junction boxes,
cabinets or any piece of electrical equip-
ment, except those having threaded hubs,
shall be fitted with galvanized lock nuts
L
Electrical 16 -8
`
L
CIAF NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
inside and outside and with bushings.
1 2.2.4 Each empty raceway shall contain a 1/8"
diameter nylon pull cord.
2.2.5 All ends of conduits shall be provided
with insulated bushings and have a metal
body and molded phenolic insulation.
2.2.6 The EMT fittings shall be the compression
ring type. Those installed in concrete
shall be listed accordingly.
2.2.7 Connections to the motors shall be made
with at least 2 -foot long flexible conduit,
properly grounded. In exterior or damp
locations, liquid tight flexible conduit
shall be used.
�. 2.2.8 Where raceways pass through building
expansion joints above the lowest floor
line they shall allow for expansion and
contraction through the use of an O.Z.
type "A X 8" expansion fittings. Holes
shall clear conduit by 2" on all sides and
shall be caulked with sealant as specified
elsewhere.
2.3 Outlet Boxes and Pull Boxes:
L
2.3.1 Outlet boxes and pull boxes shall be the
galvanized pressed -steel knockout type at
' least 4" square by 2 -1/8" deep unless in-
" dicated otherwise on the drawings. Exter-
ior boxes shall be the FS series with a
suitable cover and neoprene gasket. The
outlet boxes shall comply with code require-
ments for the allowable fill. Approved
L manufactured knockout seals shall be used
in all boxes where the knockouts are not
intact.
2.3.2 A removable cover shall be provided on the
largest access side of the box. The
determination of the exact locations,
L quantity and size of the pull boxes shall
be based on actual field conditions. The
wires and cables of each circuit in the
L pull boxes shall be cabled together, be
neatly arranged and be clearly identified
with adhesive linen tags.
L
LL, Electrical 16 -9
CITY *NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
2.3.3 The outlet boxes and pull boxes shall be
protected with temporary covers during
construction. All outlet boxes shall be
supported independently of the raceway
system.
2.3.4 Telephone outlet boxes shall have metal
two (2) gang split line covers. Hole
diameter to be determined by cable require-
ments.
2.4 Conductors:
2.4.1 Wire shall be 600 -volt insulated conductors
L2.5 Wiring Devices and Plates:
2.5.1 Wiring devices shall be specification grade
Las manufactured by Arrow -Hart, Bryant,
t Electrical 16 -10
L
consisting of 98% conductivity copper.
The wire and cable shall be delivered to
the job in full coils or reels, each
bearing a tag containing the Underwriters'
(
Laboratories, Inc., listing mark, the
t
name of the manufacturer, and trade name
and code type of wire and the month and
year when manufactured. The conductors
shall have type THW, THWN or THHN insula-
tion; where called for, use wire insulation
specifically called for on drawings.
2.4.2
No wire smaller than #12 AWG shall be used
unless specifically indicated otherwise on
the drawings.
2.4.3
Splices and tags shall be properly -taped
Hy -Press compression type connectors.
Splices in wire #10 AWG or smaller may be
made with twist -on connectors. Wiring in
panels and terminal cabinets shall be
neatly laced with lacings not more than 3"
apart.
2.4.4
The joints shall be taped using a vinyl
plastic tape of a thickness equal to the
insulation of the conductors.
2.4.5
Lubrication for pulling the conductors, if
required, shall be a compound specifically
prepared for that purpose that does not
f
contain products which will have a deterior-
ating effect on the conductor insulation.
L2.5 Wiring Devices and Plates:
2.5.1 Wiring devices shall be specification grade
Las manufactured by Arrow -Hart, Bryant,
t Electrical 16 -10
L
L
Electrical 16 -11
L
•
CITAF NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
Harvey Hubbell, Sierra or Slater and be
equal to
the following items:
2.5.1.1
20- ampere, 250 volt, grounded
outlet, Hubbell 2410 with Satin
Stainless Cover Plate.
2.5.1.2
20- ampere, 250 volt,grounded
outlet, Hubbell 2320 with Satin
Stainless Cover Plate.
f
2.5.1.3
20- ampere, 120 -volt grounded
►`
duplex outlet; Sierra 1460 with
S line Satin Stainless Cover
Plate.
2.5.1.4
30- ampere, 250 volt grounded out-
`
let, Sierra 2535 with S line
l!
Satin Stainless Cover Plate.
2.5.1.5
20- ampere, 277 -volt, SPDT switch:
Sierra 5721 with S line Satin
Stainless Cover Plate.
2.5.1.6
20- ampere, 277 volt, SPDT switch:
Sierra 5722, with S line Satin
Stainless Cover Plate
2.5.1.7
20- ampere, 277 volt, 3 -way switch,
Sierra 5773, with S line Satin
Stainless Cover Plate.
[,
2.5.1.8
15- ampere, 120 -volt grounded clock
outlet: Seirra 2123.
L
2.5.1.9
20- ampere, 120 -volt, weatherproof
grounded receptacle for exposed
service: Harvey Hubbell 5262 in
L
FS with 7420 weatherproof plate.
2.5.1.10
15- ampere, 120 -volt, weatherproof
ground receptacle for flush mount-
ing: Sierra WP -8 receptacle and
plate.
t2.5.2
Weatherproof covers shall have neoprene
seals for the plate and outlet covers.
L
2.6 Safety
Switches:
Safety switches shall be the NEMA
HD, quick -make, quick
-break type in a NEMA 1 enclosure
L
Electrical 16 -11
L
L2.7.2 The overload relays shall be of bimetal .
construction and be interchangeable. The
starter shall be inoperative should any relay
be removed. Overload heaters shall be rated
@ 100 -115% of motor FLA.
. CITY • NEWPORT BEACH
The disconnect handle used on combination
CORPORATE YARD
NEWPORT BEACH, CALIF.
i
disconnect device with the door opened or
with lockable, interlocking door and be
the NEMA 3R type for exterior use unless
indicated otherwise on the drawings. The
ly marked as to whether or not the disconnect
switches for motor circuits shall be
horsepower rated. The switches shall be
L
manufactured by General Electric, ITE or
All combination magnetic starters shall be
Westinghouse.
2.7 Magnetic Motor Starters:
2.7.1 The combination starters shall be manu-
NEMA size with 3 overload relays, a NEMA 12
factured in accordance with the latest
NEMA standards, sizes and horsepower
L
ratings. Switched fuse type combination
selector switches as indicated on the drawings.
starters shall consist of a fused switch
and a motor starter. Combination starters
L
shall be mounted in general - purpose enclo-
Electric, ITE - Imperial or Westinghouse.
sures unless indicated otherwise on the
2.8 Manual
drawings. The starters shall be furnished
L
with 3 overload relays and a 120 -volt
Fractional— horsepower manual starters
control transformer.
L2.7.2 The overload relays shall be of bimetal .
construction and be interchangeable. The
starter shall be inoperative should any relay
be removed. Overload heaters shall be rated
@ 100 -115% of motor FLA.
Electrical 16 -12
2.7.3
The disconnect handle used on combination
C
starters shall always be in control of the
disconnect device with the door opened or
closed. The disconnect handle shall be clear -
ly marked as to whether or not the disconnect
device is on or off.
L
2.7.4
All combination magnetic starters shall be
the 3 -pole, 3 -phase type of the applicable
NEMA size with 3 overload relays, a NEMA 12
enclosure, start -stop pushbuttons or H -O -A
L
selector switches as indicated on the drawings.
The starters shall be Allen- Bradley, General
L
Electric, ITE - Imperial or Westinghouse.
2.8 Manual
Motor Starters:
L
2.8.1
Fractional— horsepower manual starters
shall consist of manually- operated toggle -
switch- equipped overload relay. The relay
shall be.of bimetal construction and be
L
interchangeable. The starter shall be
Electrical 16 -12
• CITOOF NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
inoperative should the terminal unit be
( removed.
L
L.
L. Electrical 16 -13
2.8.2 Manual line - voltage type starters shall be
constructed and tested in accordance with
the latest NEMA standard. The manual
starter shall consist of a manually operated
switch equipped with overload relays. The
overload relay shall be trip -free and the
starter shall be inoperative should the
overload relay be removed. The overload
shall be of bimetal construction. The
starters will be furnished in a NEMA 1
general purpose enclosure unless indicated
on the drawings.
2.8.3 The manual starters shall be Allen- Bradley,
ITE- Imperial, Westinghouse,Square D or
General Electric.
2.9 Fuses: Where required, the fuses shall be dual-
element Bussman Fusetrons for disconnect, combination
starters and panelboards. Fuses installed in
motor circuits shall be rated at 125% of the motor
full -load current.
t..
2.10 Contactors and Relays: Mechanically -held contactors
and relays shall have the number of poles and current
ratings indicated on the drawings as required. The
L
enclosures shall be the NEMA 1 type for interior
use. The relays and contactors shall have self -
f:
clearing contacts and be Allen- Bradley or Asco.
2.11 Photoelectric Control: Shall be Tork 2100, 1000
watt, 277 volt.
2.12 Grounding:
L
2.12.1 In addition to the line conductors indicated
on the drawings, an insulated copper
grounding conductor shall be provided in
all conduits and raceways throughout the
L
electrical distribution system. The
grounding conductors shall be sizes as
Lfollows:
L
L.
L. Electrical 16 -13
Electrical 16 -14
l..
CITY O &EWPORT BEACH
I
CORPORATE YARD
rr
NEWPORT BEACH, CALIF.
t
Trip Setting of Protective
Device in Amperes Copper AWG
15 14
20 12
30 -60 10
61 -100 8
101 -200 6
{
201 -400 3
I
401 -600 1
601 -800 0
801 -1000 00
1001 -1200 000
1201 -1600 0000
1601 -2000 250 MCM
2001 -2500 350 MCM
2501 -3000 400 MCM
3001 -4000 500 MCM
�.
2.12.2
All equipment such as switchboards, panel -
boards, transformers, lighting fixtures,
cabinets, conduits, outlet boxes, etc.
shall be properly grounded by the use of
an appropriate grounding conductor.. All
terminations of the grounding conductor
L
shall be in accordance with the applicable
codes and be made in such a manner that the
conductor will not be disturbed or discon-
nected during the maintenance of the
equipment.
2.12.3
The grounding conductors and the neutral
conductors shall be insulated from each
other throughout the system. The only
interconnection between the grounding and
L
neutral conductors shall be in the incoming
pull section of the main switchboard.
2.13 Lighting
Fixtures:
2.13.1
The lighting fixture shall be Underwriter's
Laboratories, Inc. listed and be complete
L
with the proper lamps. The fluorescent
lamps shall be General Electric, Watt Mizer
II, lite white. Hight intensity discharge
Llamps
shall be GE multi- vapor.
2.13.2
The ballasts for fluorescent fixtures shall
be the high power factor, CBM -ETL approved
L
type with class P nonresettable built -in
protection in accordance with the applicable
L
Electrical 16 -14
l..
i 2.14.4 The panelboards shall be enclosed in a code-
gauge steel cabinet. The cabinets shall be
equipped with a spring latch and a tumbler
lock door with all locks keyed alike.
2.14.5 All panelboards shall be equipped with an
Lequipment ground bus.
L
LElectrical 16 -15
• CIT *F NEtTP0RT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
codes. The noise rating shall be the
best listed by the ballast manufacturer.
The ballasts shall be manufactured by
General Electric or Maxi -Mizer II,
Universal Wall Reducer, or Advance Mark III.
2.13.3 Ballast for HID fixtures shall be Advance,
General Electric or Jefferson and shall be
the best noise rating manufactured by the
f
manufacturer.
2.13.4 All plastic lenses and diffusers shall be
made of pure 100% virgin acrylic.
2.14 Panelboards, Distribution Panels, Circuit Breakers:
2.14.1 The panelboards shall be surface mounted or
flush mounted as indicated on the drawings.
All panels shall be of the same manufacturer,
be bonderized and factory painted and have a
common lock.
2.14.2 The panelboard bus shall be copper. The
bus structure and main lugs or main protective
device shall have the current ratings indicated
on the panelboard schedule on the drawings.
Such ratings shall be established by heat rise
tests with a hot spot temperature on any
connector or bus bar of a maximum 500C rise
above ambient temperature. The heat rise
test shall be conducted in accordance with
Underwriter's Laboratories, Inc. Standard UL
67, Panelboards.
2.14.3 The panelboards shall be of the dead front
safety type. The panelboard interior
assembly shall be dead front with the panel
front removed. The panel mains shall be
L
barriered on 5 sides and the ends of the
bus structure opposite the mains shall be
barriered.
i 2.14.4 The panelboards shall be enclosed in a code-
gauge steel cabinet. The cabinets shall be
equipped with a spring latch and a tumbler
lock door with all locks keyed alike.
2.14.5 All panelboards shall be equipped with an
Lequipment ground bus.
L
LElectrical 16 -15
. CITY NEWPORT BEACH
CORPOFME YARD
(( NEWPORT BEACH, CALIF.
1
2,15 Switchboard: The 480/277 volt, 3 phase, 4 wire and
f 208/120 volt, 3 phase, 4 wire switchboard bus shall
have the capacity indicated on the panel schedule.
The board shall be equipped with quick -make, quick-
break, thermalmagnetic, bolt on, molded case
circuit breakers of the frame size trip rating and
number of poles indicated on the panel schedule.
Provide separate neutral and ground busses. The
breakers shall have an interrupting capacity as indi-
cated on the drawings. The panelboard shall be ITE-
Imperial CDP, Square D, Westinghouse or General
Electric.
2.16 Panelboards: The panelboards shall have the bus
ampacity indicated at the panel schedule on the
drawings. The panelboards shall be equipped with
quick -make, quick- break, thermal magnetic, bolt
on molded case circuit breakers of the frame size,
trip rating and number of poles indicated on the
panel schedule. The multipole breakers shall be
the common trip handle type; ties are not acceptable.
The breakers shall have an interrupting capacity
as indicated on the drawings. The panelboards
shall be ITE- Imperial NAB for 480/277 and ITE-
.ImperialNLAB for 208/120 or equal by Square D,
Westinghouse, or General Electric.
2.17 Main Switchboards:
2.17.1 Furnish and install, as shown on the drawings,
a main switchboard'MS'277 /480 volt, 3 phase,
4 wire service and distribution switchboard
as specified herein.
2.17.2 The switchboard shall be of dead - front,
L indoor design and bolted -frame construction,
fabricated from code -gauge steel, with all
sections joined to form a single assembly.
L All side, front, and rear cover plates
shall be constructed with 3/4 inch flanges
and shall be field removable.
L 2.17.2.1 Main branch units shall be front -
connected.
L 2.17.3 Switchboards shall be constructed in accord-
ance with the latest NEMA PB2 and UL 891
standards, and shall be of the Gould FC II
L type, or approved equal by Westinghouse,
Square D or General Electric.
2.17.3.1 Individual sections shall be front
l accessible, not less than 20 inches
`L Electrical 16 -16
L
1 CITY 0 NEWPORT BEACH
CORPORATE YARD
( NEWPORT BEACH, CALIF.
1
deep, and the rear of all sections
shall align. All bolts used to
join current - carrying parts shall
be installed so as to permit servicing
from the front only so that no rear
access is required. An unobstructed
conduit entry area at least 32" X 15"
shall be provided at the top and
bottom of each standard distribution
section.
i
2.17.4
Underground Service: To isolate incoming
underground service conductors an underground
pull, or auxiliary, section shall be used.
This section shall be of the top- bussed type,
and shall be sealable per local utility
requirements.
`
2.17.5
Service Section: The service section shall
have a metering compartment per utility
requirements and shall include the main pro-
tective device.
2.17.6
Distribution Sections: Distribution sections
j
shall be of the NEMA panel- mounted type with
L
louvres at the front, both top and bottom.
The wiring gutters for the branch devices shall
be per NEC 373 -6 (a) as a minimum, with re-
movable cover plates. The panel base shall
be designed so that molded -case circuit breakers,
fusible switches, and motor starters may be
f
installed in the same distribution section.
2.17.7
Bus Requirements: Switchboards shall be bussed
with rectangular bus bars made of copper, and
braces for 100,000 amperes symmetrical. All
non - insulated bus bars, including branch neutral
L
connections, shall be a minimum of 10" off the
floor.
2.17.7.1 All sections shall have full length
Lground
bus.
2.17.7.2 The through bus on the end section
shall be extended and pre - drilled
L
to allow the addition of future
sections with standard splice plates.
L2.17.7.3 Grade 5 bolts shall be used at bus
joints.
L
Electrical 16 -17
L
L
r
Electrical
or-low.,
•
CITY NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
2.17.8
Main Protective
Device: The main protective
device, to
be installed in the service section,
Ishall
be as
indicated below:
2.17.8.1
Molded -case circuit breaker of the
quick -make, quick- break, trip -free
type. It shall be 3 -pole, 600 volt
breaker with a trip current as called for
on drawings, and an interrupting capa-
I
city as shown on drawings. Provide
ground fault relaying.
2.17.9
Ground Fault
Protection:
2.17.9.1
Main ground fault protection shall
consist of a ground sensor encircling
all phase conductors including neutral
in a 4 -wire system connected to a
solid -state ground relay which ini-
tiates tripping of the circuit -
interrupting device. Ground protect-
tion shall be adjustable from 200
to 1600 primary amperes. Circuit-
interrupter shunt trip and relay
shall operate from a 120 volt ac.
I
2.17.9.2
Relay case shall be of the fixed
type for front of panel mounting.
Time- current characteristic shall
be adjustable to provide 4 time
settings ranging from 0.1 to 0.5
seconds operation at about 10 times
pickup. Relay shall be provided
with shock -proof operation indicator
which retains memory with loss of
control power. Relay shall include
L
a built -in, push -to -test button.
Set ground fault relays as indicated
on plans.
2.17.10
Metering:
The following customer metering
equipment
shall be furnished as shown on the
Lplans.
Main Bus:
Voltmeter with 3 phase transfer
switch.
Ammeter with
3 phase transfer switch.
2.17.11
Branch Protective Devices: All molded -case
circuit breakers, and /or motor starter units
L
r
Electrical
or-low.,
C
•
CITISF NEWPORT BEACH
CORP RATE YARD
NEWPORT BEACH, CALIF.
used as a
protective device in a branch circuit
1,
shall meet the requirements of the appropriate
II
paragraph
below.
2.17.11.1
Switches shall be of the quick -make,
4
quick- break, trip -free, type with
F
ampere rating and voltage ratings,
either 2 -pole or 3 -pole, as indicated
on the plans. All switches shall be
'
removable from the front of the switch-
board without disturbing adjacent
units. The switchboard shall have
(~
space or provision for future units,
as shown on the drawings.
2.17.11.2
NEMA rated magnetic starters shall be
furnished of the type and horsepower
ratings indicated on the plans.
Thermal overload relays on starters
shall be ambient temperature compen-
sated bimetallic type with selector
for either auto or manual resets.
Three overload relays shall be furnished
t
t
on each starter. The overload heater
elements shall be sized from the
actual motor nameplate data.
2.17.11.3
The following accessory features shall
e
be furnished on each starter:
tIndividual
control power transformers
Pilot lights (Red- Green)
Auxiliary interlocks
(2 No. 2 NC)
2.17.11.4
Pushbuttons, selector switches and
L
other pilot devices shall be furnished
as indicated on the plans.
L2.17.11.5
The disconnect device shall be mounted
immediately above its associated
starter and the unit doors shall
L
be mechanically interlocked to
prevent access without first
de- energizing the unit. (The inter-
locking means shall be voidable by
L
qualified personnel.)
L
L
Electrical
16 -19
1 • CITY OWEWPORT BEACH
CORPORATE YARD
(( NEWPORT BEACH, CALIF.
i
I 2.17.11.6 The complete switchboard shall be
finished with light grey, ASA -61
baked -on enamel, applied over a
t primer approved by the paint manu-
facturer.
t 2.17.11.7 Each switchboard section shall have
Ia metal nameplate permanently affixed
to it, listing the following infor-
mation:
1 Name of Manufacturer
System Voltage
Ampacity
Type
Manufacturer's shop order number and
date
2.17.11.8 Each section of switchboard will bear
a U.L. listing mark, where qualified,
and a short circuit withstand rating
label. If used for service entrance,
the service section will be "suitable
for service entrance" labeled.
2.17.11.9 In addition, the front, side, rear and
top of each switchboard section shall
have a DANGER nameplate, in accordance
with NEMA Standard PB -2.
(,g
2.18 Dry Type
transformers: -
2.18.1
The transformers shall be the 3- phase,.60- Mertz,
4
2- winding type with class H insulation, 80
Lrise,
480 -volt, delta connected primary and 208/120
volt wye- connected secondary with a grounded neutral.
The rated capacity shall be as indicated on the
L
drawings. The transformer shall have two 2 -1/2%
taps above normal and four 2 -1/2% taps below normal.
Single phase secondaries to be 240/120 volt 1 phase
with taps as described.
2.18.2
The transformer decibel levels shall not exceed
50 Db and the transformer shall be mounted on
Lvibration
dampers. All conduit connections shall
be made with flexible conduit.
L2.18.3
The transformers shall be manufactured by General
L
i
Electrical
16 -20
C• CITA NEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH,CALIF.
Electric, Hevi -Duty, ITE- Imperial or Westing-
house.
2.18.4 Transformer impedance shall be between 3 -4 %.
3. INSTALLATION:
3.1 Installation of materials, equipment and apparatus shall
Electrical 16 -21
be in an orderly and neat manner, with like elements
and appurtenances in similar location, position and
elevation. The installation shall be adjusted for air
diffusers, mechanical or plumbing devices, and other
architectural or structural elements interferences.
3.2 Operation, maintenance and access shall be arranged
for in all installations in accordance with good practice.
3.2.1 Access shall be provided to all outlet and
junction boxes, controls, operable devices,
and other apparatus which will or may require
operating or servicing. This includes fire
rated access doors of adequate size and panels
as required. Access doors shall be as manufact-
ured by Milcor, and shall be furnished under
{
this Division. Access doors shall be furnished
and located for installation under other
Divisons of the work.
3.2.2 Relocation of equipment for access shall be
accomplished as part of the work under this
Division.
�..:
3.3 Flexible conduit shall be used to connect to all trans-
formers (primary and secondary,) all motors and any other
vibrating or moving device. The motor connections shall
L
be liquid tight.
3.4 Conduit Systems:
L
3.4.1 All wiring shall be installed in rigid steel
conduit, or in electrical metallic tubing within
the building. No electrical metallic tubing
shall be used for feeders, nor shall such
tubing be imbedded in concrete or run under-
ground. Conduits carried to locations beyond
the building of origin in non - metallic ducts
and conduits shall be provided with an insulated
copper ground, as required by the N.E.C. for
interior raceways and equipment. Short lengths
of flexible metal conduit may be used to connect
motors, control switches and similar equipment.
Where rigid steel is buried underground under
slab, it shall be watertight.
Electrical 16 -21
. CITY OWEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
3.4.2 Installation on Conduits: Where possible, con-
duit shall be concealed within the walls, ceilings,
roof insulation, and floors. Conduit shall be
at least 6 inches from flues or hot pipes. Runs
of conduits and raceways shall be supported on
centers not greater than 8 feet. Expansion
fittings, or other approved devices, shall be
used to provide for expansion and contraction
at points where conduit crosses expansion joints.
Conduits shall be supported using approved types
of galvanized wall brackets, ceiling trapezes,
strap hangers, or pipe straps. Exposed conduits
shall be run parallel or perpendicular to walls,
`
ceiling or floor.
[
3.4.3 Installation of Outlets: Outlets shall be in-
' !
stalled in the location shown. The Contractor
shall carefully study the general building
drawings in relation to the space surrounding
[
each outlet in order that this work may be
coordinated with other work required by these
Specifications. When necessary to avoid inter -
.
ference with other work the Contractor may
recommend relocation of outlets, to the Archi-
tect, so that fixtures and other fittings will
remain symmetrically located according to room
layout.
t
(
3.5 Mechanical Work (Including Plumbing):
3.5.1 Switchgear, motor control, motor disconnect
switches, pushbutton stations (including pilot -
lights,) and all line voltage conduit and wiring
for power and control shall be furnished, in-
stalled and connected, complete and operable.
Motors shall be connected as required. Control
devices, including remote starters, float, flow
and pressure switches, solenoid valves and other
devices shall be installed and connected as
L
required. Motor starters shall be adjusted in
size or over -loads to suit the motors actually
furnished under other Divisions of the work.
Furnish and install low voltage wiring where
shown on Electrical plans or required by
mechanical drawings.
L3.6
Nameplates:
3.6.1 Each major component of equipment shall have as
a minimum the manufacturer's name, address,
catalog number, model and serial number, style
or type, watts, voltage, phase, current,
frequency and connections, on a plate securely
and conspicuously attached to the equipment.
;<
L
Electrical 16 -22
C • CITY OWEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
3.4.2 Installation on Conduits: Where possible, con-
duit shall be concealed within the walls, ceilings,
roof insulation, and floors. Conduit shall be
at least 6 inches from flues or hot pipes. Runs
of conduits and raceways shall be supported on
1
centers not greater than 8 feet. Expansion
fittings, or other approved devices, shall be
used to provide for expansion and contraction
at points where conduit crosses expansion joints.
Conduits shall be supported using approved types
of galvanized wall brackets, ceiling trapezes,
strap hangers, or pipe straps. Exposed conduits
shall be run parallel or perpendicular to walls,
ceiling or floor.
[
3.4.3 Installation of Outlets: Outlets shall be in-
!
stalled in the location shown. The Contractor
shall carefully study the general building
(
drawings in relation to the space surrounding
}
each outlet in order that this work may be
coordinated with other work required by these
Specifications. When necessary to avoid inter-
!
ference with other work the Contractor may
recommend relocation of outlets, to the Archi-
tect, so that fixtures and other fittings will
(-
remain symmetrically located according to room
t
layout.
3.5 Mechanical Work (Including Plumbing):
3.5.1 Switchgear, motor control, motor disconnect
switches, pushbutton stations (including pilot
�'-
lights,) and all line voltage conduit and wiring
for power and control shall be furnished, in-
stalled and connected, complete and operable.
Motors shall be connected as required. Control
devices, including remote starters, float, flow
and pressure switches, solenoid valves and other
devices shall be installed and connected as
required. Motor starters shall be adjusted in
size or over -loads to suit the motors actually
furnished under other Divisions of the work.
Furnish and install low voltage wiring where
shown on Electrical plans or required by
y
mechanical drawings.
L
3.6 Nameplates:
3.6.1 Each major component of equipment shall have as
a minimum the manufacturer's name, address,
catalog number, model and serial number, style
or type, watts, voltage, phase, current,
frequency and connections, on a plate securely
and conspicuously attached to the equipment.
L
Electrical 16 -22
• CITA NEWPORT BEACH
CORPORATE YARD
r NEWPORT BEACH,CALIF.
Electric, Hevi -Duty, ITE- Imperial or Westing-
house.
2.18.4 Transformer impedance shall be between 3 -4 %.
3. INSTALLATION:
3.1 Installation of materials, equipment and apparatus shall
be in an orderly and neat manner, with like elements
and appurtenances in similar location, position and
elevation. The installation shall be adjusted for air
diffusers, mechanical or plumbing devices, and other
architectural or structural elements interferences.
3.2 Operation, maintenance and access shall be arranged
for in all installations in accordance with good practice,
3.2.1 Access shall be provided to all outlet and
junction boxes, controls, operable devices,
and other apparatus which will or may require
operating or servicing. This includes fire
( rated access doors of adequate size and panels
as required. Access doors shall be as manufact-
ured by Milcor, and shall be furnished under
t this Division. Access doors shall be furnished
L and located for installation under other
Divisons of the work.
3.2.2 Relocation of equipment for access shall be
accomplished as part of the work under this
Division.
�.:. 3.3 Flexible conduit shall be used to connect to all trans-
formers (primary and secondary,) all motors and any other
vibrating or moving device. The motor connections shall
be liquid tight.
3.4 Conduit Systems:
3.4.1 All wiring shall be installed in rigid steel
conduit, or in electrical metallic tubing within
the building. No electrical metallic tubing
shall be used for feeders, nor shall such
tubing be imbedded in concrete or run under-
ground. Conduits carried to locations beyond
the building of origin in non - metallic ducts
and conduits shall be provided with an insulated
copper ground, as required by the N.E.C. for
interior raceways and equipment. Short lengths
of flexible metal conduit may be used to connect
motors, control switches and similar equipment.
Where rigid steel is buried underground under
slab, it shall be watertight.
Electrical 16 -21
3.10 Cutting and Patching:
f 3.10.1 Cut existing construction where required for
L
Electrical 16 -23
CITAF NEWPORT BEACH
CORPORATE YARD
l
NEWPORT BEACH, CALIF.
3.7 Prevention of Rust:
`
3.7.1 Surfaces of ferrous metal shall be given a
rust - inhibiting coating. The treatment shall
withstand 200 hours in salt -spray fog test in
accordance with Method 6061 of Federal Standard
No. 141. Immediately after completion of the
test the specimen shall show no signs of
wrinkling or cracking and no signs of rust
creepage beyond 1/8 inch on either side of the
scratch mark. Where steel is specified to be
hot -dip galvanized, mill galvanized sheet steel
[
may be used provided all raw edges are
painted with a zinc - pigmented paint.
3.8 Verification Dimensions:
3.8.1 Verify any and all dimensions in the field and
advise the Architect in writing of any discrep-
ancy.
3.9 Cutting of Structural Members:
3.9.1 Cut no beams, girders, columns, or other
structural members, or run any conduits, in any
way through same unless specifically shown on
the drawings, or unless written approval is
obtained from the Architect.
3.9.2 Cutting of walls, floors, or other parts of
the building, or repairing of any work due to
neglect to properly direct the location of the
necessary openings and framing beforehand, shall
be paid for under this Section.
3.9.3 Where conduits are indicated as passing through
structural steel beams, openings through beams
will be made by the supplier of the steel
beams at locations and dimensions as noted on
the electrical and structural drawings and as
verified by the installer of the electrical
equipment involved. Work under this Division
shall include complete responsiblity for coor-
dinating the location openings required by the
electrical installation with the steel supplier,
and such openings shall be shown on the steel
erection and fabrication drawings.
3.10 Cutting and Patching:
f 3.10.1 Cut existing construction where required for
L
Electrical 16 -23
CITY OF &WPORT BEACH
CORPORATZ YARD
NEWPORT BEACH, CALIF.
the installation of the electrical system
shown on the drawings and described herein. All
cutting of existing concrete shall be done with
I rotary diamond drilling equipment and /or cement
saws. The use of impact tools for cutting is
prohibited except by the express written per-
mission of the Architect.
Electrical 16 -24
3.10.2
Use barriers, vacuum cleaners, and /or similar
apparatus to collect dust and chips resulting from
cutting construction to prevent spread of dust
and dirt to occupied portions of the building.
3.10.3
Cut walks, paving and similar construction where
required. Coordinate work to keep cutting to a
minimum.
3.10.4
Patch cut surface to match adjoining uncut
construction as directed by the Architect.
j
t_
3.11 Protection:
3.11.1
Protect all work, equipment and materials
against loss of damage. Close all conduit
openings with caps or plugs during installa-
tion, and until connections are made thereto.
3.11.2
Protect all stored pipe; prevent dirt or debris
from entering pipe prior to installation .
3.11.3
House or cover equipment to protect same against
weather, adverse construction conditions, dirt
or injury caused by water, chemicals, or mechan-
ical accident.
3.12 Cleaning:
3.11.1
Equipment, switchgear, cabinets, conduits, out -
lets, and devices shall be thoroughly cleaned
prior to final acceptance of work. Discolora-
tion or damage to systems or building finish
or furnishings resulting from failure to
properly clean respective systems shall be
L
repaired or replaced at no additional expense
to the owner.
3.12.2
Conduits shall be cleaned inside where passing
L
through concrete encasement or moist locations.
Conduit exterior shall be cleaned of all plaster
and miscellaneous dirt and oil, and left clean
and neat.
3.12.3
Switchboards, panelboards, cabinets, and
Electrical 16 -24
. CITY& NEWPORT BEACH
CORPORATE YARD
( NEWPORT BEACH, CALIF.
transformer or other enclosures shall be
thoroughly cleaned of plaster, dirt, oil,
etc., and shall be given touch up paint
wherever scratches or nicks occur.
3.12.4 Remove all tags and shipping labels.
` 3.13 Painting:
1 3.13.1 Conduits and supports, where exposed in util-
ity or public spaces, shall be given one coat
of primer and one coat of enamel of approved
Icolor. Equipment which is not satisfactorily
finished shall be prime coated and given two
finish coats of approved enamel.
3.14 Vibration and Sound Isolation:
3.14.1 All dry type transformers, and other sound pro-
ducing equipment shall be isolated from the
structure by means of resilient isolators unless
otherwise noted. All isolators and supporting
bases shall be as recommended by equipment
manufacturer. Isolation shall be as manufactur-
ed by Consolidated, Kinetic, or Korfund. Conduits
shall be connected to equipment through flexible
couplings.
3.15 As -Built Drawings:
3.15.1 The electrical contractor shall purchase two
sets of reproducible ozalids of the electrical
drawings from the Architect, on which the
contractor shall draft all outlets, devices and
L equipment, all conduits installed and wires
installed in conduits. Contractor shall make
changes on this ozalid where installation of
equipment, devices or outlets differ or have
been modified during construction. Two sets of
ozalid vellum type prints shall be supplied to
the Architect upon completion of the work.
3.15.2 Features shall be located by measured dimensions
at right angles to finished face of construction.
The contractor shall keep tracings up to date
L and available at all times for job site inspec-
tion by the representative of the Company during
the construction of the work.
L
LElectrical 16 -25
• CITY OVEWPORT BEACH
CORPORATE YARD
NEWPORT BEACH, CALIF.
3.16.3 Under no circumstances will free hand dimen-
sioned line or pipe indication be acceptable.
All drafting shall be by competent draftsmen and
of a quality equal to that on the reproducible.
3.16.4 Prints and reproducibles will be furnished by
the Architect at the cost of reproduction.
* * * END OF SECTION * * *
Electrical 16 -26
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
( SECTION 22
t EARTHWORK
L
I'::
L
1. SCOPE
1.1 Provide
all labor, materials and equipment required to
complete
earthwork as shown on the project drawings
and /or as
specified herein, including, but not limited
to:
1.1.1
Excavation required to accommodate construction
of project at finished elevations shown.
1.1.2
Placement of fill, backfill, soil sterilant and
base as required to accommodate construction of
paving, concrete work, buildings and other faci-
lities. Provide imported fill necessary.
1.1.3
Compaction of .subgrades, fill, backfill and base.
1.1.4
Disposal of excess soil, if any, and refuse off
t
site.
1.1.5
Pay cost of required permits and fees necessary
to complete earthwork.
1.1.6
Earthwork necessary to receive and adjoin other
work.
(
(;-
1.1.7
Related work in other sections.
1.1.7.1 Trenching and backfilling for utility
systems.
L
1.1.7.2 Excavations for footings.
1.1.7.3 Landscaping, earthwork required only
for landscaping and not a part of
general site grading, and placement
L
of topsoil.
2. CONDITIONS
2.1 Nothing
in the division of these specifications into
LEARTHWORK
22 -1
L
I'::
L
t
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
sections relieves the Contractor of the responsibility
of examining all sections for interrelated items of
work.
L
L
L
I
L
L
U
2.3.5 1979 Edition of Standard Specifications for Public
Works Construction (SSPWC).
2.3.6 Geotechnical Investigation- Existing Corporation
Yard, Superior Avenue, City of Newport Beach,
California, dated April 16, 1981, prepared by
D.A. Evans, Inc. D.A. Evans, Inc. Job No. 80- 132 -00.
Copies available at Public Works Department.
2.4 Project Soil Engineer; D.A
Parkway, Suite j -10, Laguna
Telephone: (714) 770 -8528.
EARTHWORK
Evans, Inc. 23011 Moulton
Hills, California 92653.
22 -2
2.2 The work of.this section is subject to the provisions
of the General. Suplementary General, and Special
Conditions of these specifications.
2.3 Earthwork shall conform with all applicable provisions,
requirements and recommendations; not in conflict with
the project design drawings and /or these specifications;
of the following standards. Note that the project design
drawing and /or specifications are sometimes more restrict-
ive than the requirements and /or recommendations of corre-
sponding portions of an applicable standard.
2.3.1 City of Newport Beach Building Code, hereinafter
referred to as the "Code ". The Code is City
Ordinance No. 1773 which is an amended version
of the 1976 Uniform Building Code.
2.3.2 1976 Edition of the Uniform Building Code
Standards (U.B.C. Std.) as referenced.
2.3.3 American Society for Testing and Materials (ASTM)
Standards referenced.
2.3.4 City of Newport Beach Public Works Department
Standard Special Provisions (Std. Provisions)
For Use In Conjunction With The Standard Speci-
fications For Public Works Construction. Copies
I.;
available at Public Works Department.
L
L
L
I
L
L
U
2.3.5 1979 Edition of Standard Specifications for Public
Works Construction (SSPWC).
2.3.6 Geotechnical Investigation- Existing Corporation
Yard, Superior Avenue, City of Newport Beach,
California, dated April 16, 1981, prepared by
D.A. Evans, Inc. D.A. Evans, Inc. Job No. 80- 132 -00.
Copies available at Public Works Department.
2.4 Project Soil Engineer; D.A
Parkway, Suite j -10, Laguna
Telephone: (714) 770 -8528.
EARTHWORK
Evans, Inc. 23011 Moulton
Hills, California 92653.
22 -2
a i
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.5 Public Works Department: Public Works Department
Director Benjamin B. Nolan or his designated represent-
ative.
2.6 The Contractor shall be responsible for the accuracy of
all lines, levels, and grades. The Contractor shall
retain, at his expense, a land surveyor, licensed to
practice in California, to establish all lines, levels
and grades necessary to complete earthwork.
2.7 Maintain and protect existing active utility lines, valves
and related facilities. Notify Public Works Department
when active existing utilities; such as water, drainage,
sewer, gas, electrical, telephone, etc. facilities; are
encountered. Do not proceed with work in areas near
such utilities until receipt of written instructions from
Public, Works Department. Protect and maintain existing
inactive utilities encountered during performance of
earthwork. Do not remove, relocate, or modify existing
inactive utilities until receipt of written instructions
from the Public Works Department.
2.8 Maintain site, including excavations, free from water
during period of construction. Provide temporary measures
such as pumping, curbs, dams, and ditches as required.
L 2.9 Provide and maintain protection for existing banks and for
grades and structures on adjoining property. Protect and
maintain all existing buildings, property and facilities
on site and on adjacent site from damage while performing
work of this section. Where modifications to existing
Ibanks, grades, buildings and /or facilities are indicated
on the project design drawings, or are required by these
specifications, the protection requirements of this sub-
section apply to such banks, grades, buildings and /or
facilities before, during, and after modifications.
L 2.10 Do not scarify and recompact subgrade or place fill,
backfill, or base until results of necessary preparatory
work such as clearing, stripping, and (where involved)
L excavating have been inspected and approved, in writing,
by the Public Works Department. Notify Public Works
Department 24 hours in advance of time preparatory work will
be completed and ready for inspection. Cost of inspect-
ion shall be paid by the Owner.
LEARTHWORK 22 -3
L
L
CORPORATION YARD IMPROVEMENTS
r CITY OF NEWPORT BEACH, CALIFORNIA
2.11 Scarification and recompaction of subgrades and place-
s ment and compaction of fill, backfill, and base shall
be continuously inspected by the Public Works Depart-
ment. Notify the Public Works Department 24 hours in
t advance of beginning of work requiring continuous
!!! inspection. Cost of inspection shall be paid by the
r Owner.
2.12 The density of recompacted subgrades, fill, backfills,
and base shall be determined in the field by the Sand -
Core Method, ASTM D 1557 -64. At least one field density
[" test shall be made for each 2 feet vertical layer of fill,
backfill, but not less than one such test for each 500
S cubic yards of material placed nor one such test for each
!l 2,000 square feet of site area receiving base. Cost of
field density tests shall be paid by the Contractor.
2.13 Elevations shown on the project design drawings are elevations
of the finished surfaces of the completed project construct-
ion. Excavate the site to sufficient depth to allow for
placement of fill, backfill, base, paving, slabs, and
I other construction shown on the project design drawings.
2.14 Steepness of cut and fill slopes shall not exceed two
horizontal to one vertical.
2.15 Whenever, in the opinion of the Public Works Department,
an unstable condition is being created, either by cutting
or filling operations, the work shall not proceed in that
area until investigation has been made and the project
design drawings revised if found necessary.
2.16 Remove any existing septic tanks, cisterns, wells, etc.
encountered. Prepare surface of void created thereby as
required for areas to receive new construction.
2.17 Backfill and compact any overexcavated areas of site.
L Preparation, backfilling and compaction shall conform
with requirements herein for site backfilling.
L3. MATERIALS
3.1 Fill and backfill: Soil from the site if approved,
L in writing by the Public Works Department or granular,
non - expansive import if approved, in writing, by the
Public Works Department. Fill and backfill must be free
of roots, vegetation, refuse, rocks, trash, debris, or
L
EARTHWORK 22 -4
L
L
CORPORATION YARD IMPROVEMENTS
i CITY OF NEWPORT BEACH, CALIFORNIA
other deleterious materials. Do not place fill or back -
fill until material has been approved, in writing, by
Public Works Department.
3.2 Base: Crushed aggregate base complying with subsection
` 200 -2 of the SSPWC. Do not place base until material
has been approved, in writing, by Public Works Department.
3.3 Sand: Concrete sand per SSPWC Section 200 - 1.5.3.
3.4 Soil sterilant: U.S. Borax Company's "Poly -Bor Chlorate ".
4. EXECUTION
4.1 Examine surfaces and work to receive earthwork before
beginning earthwork. Beginning work constitutes accept-
ance of existing conditions as satisfactory.
1
4.2 Site preparation:
4.2.1
Remove all vegetation from portions of site to
be improved except as otherwise directed by Public
Works Department.
4.2.2
Remove all existing paving, fill, refuse, trash,
l
remnants of abandoned construction, debris, delet-
erious materials, and surface obstructions in areas
of site denoted as Earthwork Condition A. Extend
(.
L
removal down to undisturbed natural ground.
4.2.3
Remove all existing paving, trash, remnants of
I
abandoned construction, debris, deleterious
f.,
material, surface obstructions, and upper portion
of existing fill and /or refuse, in areas of site
denoted as Earthwork Condition B. Upper portion
L
of fill and /or refuse to be removed shall be 8
inches, minimum, thick or as required to accom-
modate placement of a layer of base below all
new construction. Thickness of layer of base
below new construction shall be 8 ", minimum, thick
after compaction.
4.2.4
Excavate soil, bedrock and all other materials
encountered as required to accommodate construct -
ion of paving, buildings, and other improvements
1
as shown on the project design drawings in areas
LEARTHWORK 22 -5
I
LEARTHWORK 22 -6
L
CORPORATION YARD IMPROVEMENTS
f
CITY OF NEWPORT BEACH, CALIFORNIA
1
of site denoted as Earthwork Condition A.
4.2.5
Compact surface of areas of site denoted as
Earthwork Condition B after removals described
in Sections 4.2.1 and 4.2.3 above. Compact by
rolling with sheepfoot roller three times.
4.2.6
Scarify and recompact top 12" of areas of site
denoted as Earthwork Condition A. Do not scarify
and recompact until associated site preparation
work has been approved, in writing, by Public
1
Works Department.
4.2.7
Place and compact fill and backfill as required
to receive base, paving, walks, building slabs,
and all other improvements shown on the project
design drawings in areas of site denoted as
Earthwork Condition A. Do not place fill and
backfill until fill and backfill material and
associated site preparation work and subgrades
have been inspected and approved, in writing,
by Public Works Department.
4.2.8
Apply soil sterilant to grade (in areas denoted
as Earthwork Conditions A and B) established by
earthwork operations described above at a rate
of one gallon sterilant solution per 25 square
feet of subgrade surface.
4.2.8.1 Sterilant solution: One pound dry
concentrated sterilant per one gallon
water.
4.2.9
Place and compact base as required to receive
paving and slabs as shown on the project design
L
drawings in areas of site denoted Earthwork
Condition A and as required to receive all new
L
construction in areas of site denoted as Earthwork
Condition B. Do not place and compact base until
associated preparatory work has been inspected
and approved, in writing, by Public Works Depart-
ment.
4.2.10 Place fill, backfill, and base in layers whose
{
uncompacted thickness does not exceed 6 ".
LEARTHWORK 22 -6
L
CORPORATION YARD IMPROVEMENTS
! CITY OF NEWPORT BEACH, CALIFORNIA
4.2.11 Compact fill and backfill to 90% of the maximum
density obtainable at optimum moisture content
as determined by ASTM D 1557 -78.
4.2.12 Compact base to 95% of the maximum density
obtainable at optimum moisture content per
ASTM D 1557 -78.
4.3 Surface elevation of completed earthwork shall not vary
from that indicated on the project design drawings by
more than 0.1 feet.
4.4 Remove all soft, spongy or otherwise unsuitable material
down to approved compacted fill or approved natural grade
in all areas which are to receive subsequent construction.
Replace with compacted fill. Replacement fill shall be
constructed in conformance with requirements above for
general site filling and backfilling.
4.5 At all times, while earthwork is being performed, take
precautions necessary to prevent dust or dirt from
(, becoming a nuisance to the general public or to adjacent
property owners. Conform with Section 7.8 of SSPWC.
4.6 Stockpile excavated material approved for backfill in
locations as directed by Public Works Department.
4.7 Upon completion of earthwork, remove all excess soil,
refuse bedrock, base and debris from site. Leave site
in clean, neat condition, ready to receive subsequent
work.
L
�, EARTHWORK 22 -7
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
i
SECTION 23
SANITARY SEWERS
1. SCOPE: Provide all labor, materials and equipment, perform all
operations to complete the construction of the sanitary sewer
for the project site, as indicated on the drawings and specified
1 in this section.
2. CONDITIONS
2.1 Nothing in the division of these specifications into
i sections relieves the Contractor of the responsibility
!! of examining all sections for interrelated items of work.
2.2 The work of this section is subject to the provisions of
the General, Supplementary General and Special Conditions
of these specifications.
f 3. MATERIAL
1
3.1 Material Pipe and fitting shall be "Speed Seal- Mainline-
( Extra Strength" vitrified clay pipe as manufactured by
L Gladding McBean & Company (factory made plastisol joints)
or approved equal.
3.2 Manholes shall be precast concrete conforming to ASTM
Specification C -478 or AASHO Standard M -199. Joints
between precast concrete risers and tops shall be full
bedded in cement mortar and shall be smoothed to a
�t.. uniform surface on both interior and exterior of the
structure. Concrete shall be a minimum of 3000 psi at
28 days.
3.2.1 Frame and Cover shall be cast iron conforming to
Federal Specification QQ -I -652 with tensile strength
not less than Class 25. Covers shall have word
"SEWER" cast in raised letters on cover.
L 3.2.2 Mortar shall be composed of one part Portland cement
and two parts sand by volume. Sand shall be well -
graded and with 100% passing the No. 8 sieve and
L conforming to strength requirements of AASHO
designation M -45. It shall be used within 30 minutes
after the mixing water has been added. Approved
admixtures may be added to improve workability.
L
SANITARY SEWERS
� L
23 -1
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4. EXECUTION
4.1 Sanitary Sewers and appurtenance shall be placed in the
locations as shown on the project design drawings and as
set forth in these specifications.
4.2 Pipe Laying
1 4.2.1 All excavating, trenching and backfilling shall be
in accordance with the EARTHWORK section of these
specifications. All pipe shall be laid up -grade
from structure without breaks and with bell ends
up- grade. Foundation for pipe shall be unyielding
and true -to -line and on a uniform grade as indicated.
Bell holes shall be excavated to provide uniform bear-
ing under full length of pipe barrel. All pipe shall
have a minimum cover of 30- inches. Backfilling by
flooding or jetting will not be permitted. Backfill
shall be compacted to a minimum of 90% of optimum
density, determined as set forth in the section
} entitled EARTHWORK.
4.2.2 Walking on or disturbing pipe in any manner after
joint work is completed will not be permitted.
Open ends of pipe shall be temporarily closed with
loose fitting stoppers whenever work ceases and at
openings until completion of the work.
Joints for "Speed- Seal" Mainline vitrified clay
pipe shall be in strict conformance with the
recommendations of the manufacturer.
4.3 Tests: Testing shall be performed by the Contractor in
accordance with the requirements of the City of Newport
Beach. All tests shall be at Contractor's expense.
4.4 Earthwork shall conform to the applicable requirements of
LSection 22, EARTHWORK of these specifications.
4.5 Concrete Work shall conform to the applicable requirements
Lof Section 33, CONCRETE WORK of these specifications.
4.6 Shoring shall be used in all cases where required by
"State of California Safety Orders ".
�. 4.7- Clean Up: Upon completion of the installation of the
Sanitary Sewers and appurtenance all debris and surplus
{ materials resulting from the work shall be removed.
LSANITARY SEWERS 23 -2
L
CORPORATION YARD IMPROVEMENTS
( CITY OF NEWPORT BEACH, CALIFORNIA
t
SECTION 24
WATER LINES
1. SCOPE: Provide all labor, materials and equipment, perform
all operations to complete the "Water Line" system and
r appurtenant structures for the project site, as indicated on
!1 the project design drawings and specified in this section.
2. CONDITIONS
2.1 Nothing in the division of these specifications into sections
relieves the Contractor of the responsibility of examining
all sections for interrelated items of work.
' 2.2 The work of this section is subject to the provisions of the
General. Supplementary General and Special Conditions of
these specifications.
3. MATERIALS
(. 3.1 Pipe and Fittings: All pipe and fittings shall be cement
Asbestos pipe Class l50 except where cast iron pipe is called
for under buildings. Cast iron pipe shall be as specified
in plumbing section of these specifications.
3.2 Valves: Gate valves shall be designed for a minimum water
working pressure of not'less than 150 pounds /square inch.
Valves shall have bell and spigot ends or screw joints as
required for the piping in which they are installed. Valves
2" and larger shall be iron body, bronze mounted and shall
conform to Federal Specification WW -V -58, Class 1, or to
AWWA Standard C -500.
3.3 Valve boxes shall be prefabricated of a type acceptable
to the Engineer.
L, 4. EXECUTION
4.1 Water lines and appurtenances shall be placed in the
L locations as shown on the project design drawings and as
set forth in these specifications.
4.2 Trenching shall be in accordance with the section entitled,
"Earthwork ", of these specifications.
4.3 Testing: Upon completion of the construction but prior
to backfilling trench water lines shall be tested in
WATER LINES
24 -1
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
accordance with the requirements of the Uniform Plumbing
Code. All tests shall be at Contractor's expense.
4.4 Sterilization: Upon completion of the system the Water
Line shall be sterilized in accordance with the require-
ments of the Uniform Plumbing Code.
4.5 Clean Up: Upon completion of the installations of the
Water Lines and appurtenances all debris and surplus
materials resulting from the work shall be removed.
WATER LINES 24_2
[ CORPORATION YARD IMPROVEMENTS
1 CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 25
CHAIN LINK FENCE & GATES
1. SCOPE: Provide all labor, materials and equipment, perform all
operations to complete the construction of chain link fencing and
gates for the project site, as indicated on the drawings and
specified in this section.
2. CONDITIONS
2.1 Nothing in the division of these specifications into sections
relieves the Contractor of the responsibility of examining
all sections for interrelated items of work.
2.2 The work of this section is subject to the provisions of the
General, Supplementary General and Special Conditions of
these specifications.
2.3 Earthwork shall conform to the section entitled "Earthwork ".
1..
2.4 Concrete shall conform to the section entitled "Concrete ".
1 3. MATERIALS
3.1 Materials shall conform to the respective specifications
and other requirements specified below. Fence shall have
l fabric height of 7' plus one foot barb wire. Construct-
ion shall conform to manufacturer's recommendations, and
shall be "Cyclone- Fence" or equal.
3.1.1 Chain -Link Fabric: Fed. Spec. RR -F -191, part I,
type I, 1.2 oz /sq. ft. coating, or type II, .40
oz /sq. ft. coating shall be 9 gage wire woven in
a 2" mesh.
3.1.2 Concrete: ASTM C 94, using 3/4" maximum size
aggregate, and having minimum compressive strength
3,000 psi at 28 days. Grout shall consist of one
part Portland cement to 3 parts clean, well - graded
sand and the minimum amount of water to produce
a workable mix. Except as noted above, concrete
shall be in accordance with section entitled
"Concrete ".
L3.1.3 Accessories: Fed. Spec. RR -F -191, part 4, zinc -
CHAIN LINK FENCE & GATES 25 -1
l
11
I
L
L.
L
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
coated, except as modified herein.
3.1.3.1 Gates shall be of the type and size
shown on the project design drawings
and shall be the standard product of the
manufacturer. Shop drawings shall be
submitted for approval of all sliding
gates. Latches shall be arranged for
padlocking so that padlock will be
accessible from both sides of the gate
regardless of the latching arrangement.
Keeper shall be the manufacturer's
standard located on gate or ground.
3.1.3.2 Barbed Wire: Zinc - coated for use with
zinc - coated fabric and aluminum- coated
for use with aluminum- coated fabric.
3.1.3.3 Reinforcing Wire: Minimum tensile
strength of 80,000 pounds per square inch,
zinc - coated for use with zinc - coated
fabric and aluminum- coated for use with
aluminum- coated fabric. Minimum weight
of aluminum coating shall be 0.40 ounce
of aluminum per square foot of wire.
Bottom reinforcing wire shall be as speci-
fied for top reinforcing wire.
3.1.3.4 Tie Wire: Aluminum alloy of 0.144"
diameter for attaching fabric to top rail
and to intermediate posts. Hog rings of
0.110" diameter aluminum wire shall be
used for attaching fabric to top and bottom
wires. Performed clips of 6 -gate zinc -
coated steel wire may be used for attaching
fabric to intermediate posts.
3.1.3.5 Post Braces and Truss Rods: For each gate,
corner, pull, or end post. Truss rods
shall be provided with turnbuckles or other
equivalent provisions for adjustment.
3.1.3.6 Line Posts, Corner Posts and Gate Posts:
Shall be of the size and weight as recom-
mended by the fence manufacturers and shall
match existing fence construction at the
site.
CHAIN LINK FENCE & GATES
25 -2
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4. EXECUTIONS
4.1 General: The fence shall be installed on the previously
prepared surfaces to line and grade as indicated. Fence
installation shall be in accordance with the fence manu-
facturer's written installation instructions except as
modified herein.
4.2 Excavation for concrete - embedded items shall be of the
dimensions indicated. Post holes shall be cleared of
loose material. Waste material shall be spread where
indicated.
4.3 Post Setting: Posts shall be set plumb and in alignment.
Posts shall be set in concrete bases of dimensions indicated
except in bedrock. Concrete shall be thoroughly compacted
so as to be free of voids and finished in a dome. Concrete
and grout shall be cured a minimum of 72 hours before any
further work is done on the posts.
4.4 Post tops and supporting arms where indicated upon the
project design drawings, shall be installed as recommended
by the manufacturer. In addition to manufacturer's standard
connections, supporting arms shall be securely anchored to
posts in such a manner that will prevent easy removal with
hand tools. Studs driven by low- velocity explosive- actuated
tools may be used with steel, wrought iron, ductile iron,
or malleable iron. Studs driven by any explosive - actuated
tool will not be used with gray iron or other material that
will be fractured.
4.5 Top and bottom reinforcing wires shall be installed before
installing chain -link fabric and shall be pulled taut.
4.6 Fabric shall be pulled taut and secured to the top wire and
bottom wire close to both sides of each post and at intervals
of not more than 24" on centers. Fabric shall be secured to
`. posts using stretcher bars and ties or clips or by integrally
IL weaving to integral fastening loops of end, corner, pull,
and gate posts for the full length of each post.
L
L
LCHAIN LINK FENCE & GATES 25 -3
I I
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 26
ASPHALT CONCRETE PAVING
SCOPE
1.1 Provide all labor, materials and equipment necessary for
asphalt concrete paving work, complete, as indicated on
the project design drawings and /or as specified herein,
including, but not limited to:
1.1.1 Asphalt concrete paving.
1.1.2 Wood headers at perimeters of paved areas where
paving does not abut concrete or masonry construct-
i ion.
L 1.1.3 Asphalt concrete paving work necessary to receive
and adjoin 'other work of project.
1.1.4 Painted stripes for parking stalls and traffic
control.
1.1.5 Related work in other sections.
1.1.5.1 Crushed aggregate base.
L 1.1.5.2 Earthwork.
2. CONDITIONS
2.1 Nothing in the division of these specifications into sections
relieves the Contractor of the responsibility of examining
all sections for interrelated items of work.
2.2 The work of this section is subject to the provisions of
L the General, Suplementary General and Special Conditions
of these specifications.
2.3 Asphalt concrete paving work shall conform with all applicable
provisions, requirements and recommendations; not in conflict
with the project design drawings and /or these specifications;
of the following standards. Note that the requirements of
the project design drawing and /or specifications are sometimes
imore restrictive than the requirements or recommendations of
L-
ASPHALT CONCRETE PAVING 26 -1
L'
CORPORATION YARD IMPROVEMENTS
( CITY OF NEWPORT BEACH, CALIFORNIA
1
corresponding portions of an applicable standard.
2.3.1 City of Newport Beach Building Code, hereinafter
referred to as the "Code ". The Code is City
Ordinance No. 1773 which is an amended version of
the 1976 Uniform Building Code.
2.3.2 1976 Edition of the Uniform Building Code Standards
(U.B.C. Std.) as referenced.
2.3.3 American Society for Testing and Materials (ASTM)
Standards referenced.
2.3.4 City of Newport Beach Public Works Department
{ Standard Special Provisions (Std. Provisions)
t For Use In Conjunction With The Standard Specifi-
cations For Public Works Construction. Copies
available at Public-Works Department.
2.3.5 1979 Edition of Standard Specifications for Public
Works Construction (SSPWC).
2.3.6 Standard Specifications of January 1978 (Caltrans)
published by State of California Business and
Transportation Agency, Department of Transportation.
0
L
2.3.7 Geotechnical Investigation- Existing Corporation
Yard, Superior Avenue, City of Newport Beach,
California, dated April 16, 1981, prepared by
D.A. Evans, Inc. D.A. Evans, Inc. Job No. 80- 132 -00.
Copy available for review at Public Works Department.
2.4 Project Soil Engineer: D.A. Evans, Inc. 23011 Moulton
Parkway, Suite j -10, Laguna Hills, California 92653.
LTelephone:
(714) 770 -8528.
2.5 Public Works Department: Public Works Department Director
Benjamin B. Nolan or his designated representative.
2.6 Submit mix design of asphalt concrete to Public Works
Department. Do not construct asphalt concrete paving until
L
receipt of mix design, approved, in writing, from Public
Works Department. Proposed unit weight of asphalt concrete
shall be included in the mix design.
L2.6.1
Aggregate shall Caltrans Section 39 -2.02.
conform with
LASPHALT
CONCRETE PAVING 26 -2
0
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.6.3 Determine optimum amount of asphalt, for aggregate
proposed, in asphalt concrete mixture as required
by Caltrans Section 39 -2.02 using Test Method No.
California 367.
2.6.3.1 Submit reports of results of tests of
asphalt content of asphalt concrete mix -
ture with mix design.
2.6.4 Unit weight of asphalt concrete shall be 144 pounds
per cubic foot, minimum.
2.7 Construction of asphalt concrete shall be continuously in-
spected by Public Works Department. Notify Public Works
Department 24 hours prior to required inspections.
L 2.8 Provide legible copies of licensed weighmaster's certifi-
cates for each delivery of asphalt concrete to site.
L2.9 Tests of completed asphalt concrete paving.
2.9.1 Drainage test. Flood surface of completed paving
with water, using fire hose, as directed by Public
LWorks Department.
L
P
ASPHALT CONCRETE PAVING
26 -3
2.6.1.1
Perform tests listed in Caltrans Section
39 -2.02 of quality of combined aggregate.
Test Methods numbered California 205,
211, 217, 302, and 303.
[
2.6.1.2
Submit report of results of tests combined
aggregate with mix design.
1
2.6.2 The asphalt concrete mixture, composed of the aggre-
gate proposed for use and the optimum amount of
asphalt
associated therewith, shall conform to the
quality
requirements of Caltrans Section 39 -2.02.
2.6.2.1
Perform tests listed in Caltrans Section
39 -2.02 of quality of asphalt concrete
mixture. Test Methods numbered California
305, 307, and 366.
1
2.6.2.2
Submit reports of results of test of
asphalt concrete mixture with mix design.
2.6.3 Determine optimum amount of asphalt, for aggregate
proposed, in asphalt concrete mixture as required
by Caltrans Section 39 -2.02 using Test Method No.
California 367.
2.6.3.1 Submit reports of results of tests of
asphalt content of asphalt concrete mix -
ture with mix design.
2.6.4 Unit weight of asphalt concrete shall be 144 pounds
per cubic foot, minimum.
2.7 Construction of asphalt concrete shall be continuously in-
spected by Public Works Department. Notify Public Works
Department 24 hours prior to required inspections.
L 2.8 Provide legible copies of licensed weighmaster's certifi-
cates for each delivery of asphalt concrete to site.
L2.9 Tests of completed asphalt concrete paving.
2.9.1 Drainage test. Flood surface of completed paving
with water, using fire hose, as directed by Public
LWorks Department.
L
P
ASPHALT CONCRETE PAVING
26 -3
I
L
L
L
L
2.9.2
3. MATERIALS
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.9.1.1 Remove and replace paving where water ponds
to a depth exceeding 1/8 ". Alternatively,
at the discretion of the Public Works
Department, fill the depressions where
ponding in excess of 1/8" occurs, as
directed by Public Works Department, with
asphalt concrete. Mix of asphalt concrete
fill, if allowed, to be determined by
Public Works Department.
Tests of core drilled samples.
2.9.2.1 Public Works Department will take random
samples of the completed paving. Con-
tractor shall fill all core holes at his
expense. Cores will be tested for compliance
with requirements of project design drawing
and /or specifications for density, stability
and thickness.
2.9.2.2 Remove and replace asphalt concrete not
complying with requirements of project
design drawing and /or specification.
3.1 Asphalt concrete: Type A per Caltrans Section 39.
3.1.1 Asphalt: Viscocity grade AR 8000 paving asphalt per
Caltrans Section 92.
3.1.2 Aggregate: 3/4 ", maximum, coarse graded as required
by Caltrans Section 39 -2.02 for Type A asphalt con-
crete.
3.2 Liquid asphalt for prime coat: MC -250 conforming with Cal -
trans Section 93.
3.3 Paint binder: SSlh anionic asphalt emulsion per Caltrans
Section 94.
3.4 Wood headers and stakes: Treated wood per U.B.C. Chapter
25 or Foundation Grade California redwood per U.B.C. Std.
25 -7. Retention of preservative for treated wood shall
conform with requirements for "ground contact" use per Table
No. 25 -12 -B of U.B.C. Std. 25 -12.
3.5. Parking stall and traffic control striping paint: Sherwin -
Williams white flat finish, alkyd base, "Pro -Mar" traffic
marking paint. Sherwin - Williams product number B 29W1.
ASPHALT CONCRETE PAVING
26 -4
1
0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
Apply at rate of one gallon per 320 lineal feet of 4"
wide (14 mils, minimum, thick when wet) traffic stripe.
Prepare surface and.apply paint in conformance with
recommendations contained in Sherwin - Williams publi-
cation entitled Painting Systems for Specifiers and
Applicators, 1981 edition.
4. WORKMANSHIP
4.1 Examine surfaces and work before beginning asphalt con-
crete work. Beginning work constitutes acceptance of
existing conditions as satisfactory.
4.2 Scarify and recompact surface of base as required to
provide smooth hard surface. Perform density testing of
recompacted base as required in Section 22, Earthwork,
of these specifications. Compacted base shall have
density equal to 95% of maximum density obtainable at
optimum moisture content as determined by ASTM D 1557 -78.
4.3 Do not construct asphalt
earthwork and preparatio
writing, by Public Works
4.4 Asphalt concrete mixing,
ution and spreading, and
Sections 203 -6 and 302 -5
concrete paving until associated
1 of base have been approved, in
Department.
storing, transportation, distrib-
densification shall conform with
of SSPWC.
4.5 Apply liquid asphalt prime coat to base at rate of 0.25
gallons per square yard. Prime coat shall be applied
in advance of placing asphalt concrete paving as directed
by Public Works Department.
L
4.6
Apply paint binder to all vertical, or approximately
L
vertical, surfaces against which asphalt concrete paving
will abut at rate of 0.10 gallons per square surface
L
covered, before placing asphalt concrete, as directed by
Public Works Department.
4.7
Equipment used for compacting (densifying) asphalt con-
L
crete shall conform with Section 302 -5.5 of SSPWC.
4.8
Density of asphalt concrete paving after compaction shall
f
IL
comply SSPWC Section 302 - 5.5.2.
4.9
Unit weight of constructed asphalt concrete paving shall
be not less than 144 pounds per cubic foot.
ASPHALT CONCRETE PAVING 26 -5
L
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.10 Surface of completed asphalt concrete paving shall be within
` 1/8" of the finished elevations indicated on the project
design drawings.
4.11 Do not apply parking stall and /or traffic control striping
t paint until asphalt concrete has cured 3 weeks, minimum.
4.12 Upon completion of asphalt concrete paving work remove all
excess asphalt concrete materials, refuse, debris, and equip-
ment from site. Remove asphalt concrete from surfaces of
wall, walks, curbs, and other finished surfaces which will be
exposed to view upon completion of Corporation Yard Improve-
ments Project. Leave site in clean neat condition ready to
receive subsequent work, where applicable, and ready for use
j by owner.
L
0
E
L
L
L
L
LASPHALT CONCRETE PAVING 26 -6
L
L
CORPORATION YARD IMPROVEMENTS
SECTION 33 CITY OF NEWPORT BEACH, CALIFORNIA
CONCRETE
1. SCOPE
1.1 Provide all labor, materials, and equipment necessary
for concrete work, complete, as shown on the project
[ design drawings and /or specified herein, including but
t not limited to:
1.1.1 Concrete footings, grade beams, caissons, piles,
paving, pits, aprons, ramps, 'walks, gutters, curbs,
catch basins, walls, retaining walls.
lT 1.1.2 Reinforcing steel for concrete.
l 1.1.3 Formwork for concrete.
1.1.4 All excavation, grading, filling, and backfilling
required to place concrete work.
1.1.5 Installation of embeddments and sleeves, provided
by others, such as anchor bolts, inserts;
architectural, electrical and mechanical hardware.
1.1.6 Application of abrasive particles to surface of
concrete steps and elsewhere as indicated on
project design drawings.
1.1.7 Concrete work necessary to receive and adjoin
other work.
1.1.8 Related work in other sections.
I 1.1.8.1 Site grading. Section 22, Earthwork.
a 2. CONDITIONS
L2.1 Nothing in the division of these specifications into
sections relieves the Contractor of the responsibility
�. of examining all sections for interrelated items of work.
2.2 The work of this section is subject to the provisions of
the General, Supplementary General, and Special Cond-
L
itions of these specifications.
2.3 Concrete work shall conform with all applicable pro-
visions, requirements, and recommendations; not in
conflict with the project design drawings and /or these
specifications; of the following standards. Note that
the requirements of the project design drawings and /or
these specifications are sometimes more restrictive than
the requirements or recommendations of corresponding
portions of an applicable standard.
L
CONCRETE 33 -1
a
CORPORATION YARD IMPROVEMENTS
r CITY OF NEWPORT BEACH, CALIFORNIA
IIv 2.3.1 City of Newport Beach Building Code, hereinafter,
referred to as the "Code ". The Code is City
ordinance No. 1773 which is an amended version
{ of the 1976 Uniform Building Code.
e 2.3.2 Uniform Building Code Standards (U.B.C. Std.),
1976 Edition, as referenced.
2.3.3 American Society for Testing and Materials (ASTM)
Standards as referenced.
2.3.4 American Concrete Institute Building Code Require -
ments for Reinforced Concrete (ACI 318 -77).
2.3.5 American Concrete Institute (ACI) Standards
referenced.
L
2.3.6 Structural Welding Code, Reinforcing Steel
(AWS DI. 4 -79) of the American Welding Society.
Do not weld reinforcing steel until welding pro -
cedure has been approved, in writing, by the
lEngineer.
Welding procedure shall account for
`
chemical composition of reinforcing steel as re-
quired by AWS SI. 4 -79.
2.3.7 1980 Structural Welding Code -Steel (AWS DI. 1 -80),
of American Welding Society.
2.3.8 Specifications for Structural Concrete for Building=_
of American Concrete Institute. ACI 301 -72 (Re-
vised 1975).
2.4
Public Works Department: Public Works Director Benjamin
B. Nolan or his designated representative.
2.5
Project Soil Engineer: D.A. Evans, Inc. 23011 Moulton
Parkway, Suite j -10, Laguna Hills, California 92653.
LTelephone:
(714) 770 -8528.
2.6
Concrete work shall conform with all applicable recom-
mendations, provisions, and requirements; not in conflict
l
with the project design drawings and /or these specifications
of "Geotechnical Investigation - Existing Corporation Yard,
L
Superior Avenue, City of Newport Beach" by the Soil Engineer.
Soil Engineer's Job 80- 132 -00.
2.7
Reinforcing steel delivered to job shall be accompanied
L
LCONCRETE
33 -2
L
CONCRETE
I
33 -3
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
by reports of mill physical tests and, where required,
by reports of chemical analysis. Perform additional
testing of reinforcing steel as required by building
department. Cost of testing shall be paid by the Owner.
i
I
2.8 Do not pour concrete against soil until associated
earthwork has been approved, in writing, by Public
Works Department.
2.9 Concrete mix: Ready mixed conforming to U.B.C. Std. No. 26 -1_.,
Slump: 4 ".
2.9.1 Concrete for floor slabs, aprons at Building D,
grade beams, and caissons: Concrete shall attain
f
ultimate compressive strength of 3,000 psi at 28
days. Provide 6.2 sacks cement, minimum, per
cubic yard unless otherwise approved. Maximum
(
size aggregate: 1 ". Establish mix design using
1
laboratory trial batches per U.B.C. Section 2604
(c) 2C. Submit proposed mix design and supporting
compression test and slump test results to Engineer.
Do not place concrete until mix design and associated
laboratory tests have been approved, in writing, by
the Engineer. Mix design shall be prepared by, and
compression and slump testing supervised by, a
licensed civil engineer, approved by the Building
Department and by the Engineer, registered in
California. Cost of mix design and compression
and slump testing shall be paid by the Contractor.
The Contractor shall be responsible for the yield
i
of the mix and the quality of all concrete con-
}
struction.
2.9.2 All concrete except for concrete for floor slabs,
aprons at Building D, grade beams, and caissons:
Concrete shall attain ultimate compressive strength
of 2,000 psi at 28 days. Provide 5.4 sacks cement,
minimum, per cubic yard, unless otherwise approved.
Maximum size of aggregate: 1 ". Submit proposed
mix design to Engineer. Do not place concrete until
mix design has been approved, in writing, by Engineer.
2.10 Concrete delivered to the site shall be accompanied by
delivery tickets on which is written or printed information
concerning the concrete delivered. Information on the deli-
very tickets shall conform with the requirements of Section
26 -1311 of U.B.C. Std. 26 -13 and shall include additional
information as follows:
CONCRETE
I
33 -3
f • �
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.10.1 Time that water first introduced into mix.
2.10.2 Amount of water introduced into mix at batch
plant.
ft 2.10.3 Allowable amount of water, if any, that may be
added to mix by receiver of ready mixed concrete.
I 2.10.4 Time that water added to mix (if any) by receiver
of ready mixed concrete.
2.10.5 Amount of water added to mix (if any) by receiver
of ready mixed concrete.
l
2.10.6 Type and amount (if any) of admixture in mix.
2.10.7 Indication that all ingredients are as previously
certified or approved.
2.11 Should the Contractor desire to increase the workability
of the concrete by use of an admixture he may do so at
his own expense. Such admixture shall be a recognized
standard brand and shall be used in strict accordance with
`
#L
the manufacturer's printed instructions. The brand of
admixture, amount, and method of usage shall be as
approved by the Engineer and the Building Department
prior to the inclusion of admixture in concrete mix.
The use of admixture shall not relieve the Contractor of
the responsibility of providing concrete of the quality
specified herein, and concrete compatible with surface
{
sealer and hardener, floor covering, electrical conduit,
or any subsequent work.
2.12 Testing by a recognized testing agency, approved by the
L
Engineer and by the Building Department, is required for
all concrete.
t
2.12,1 At least three compression test cylinders shall be
L
taken in accordance with U.B.C. Std. 26 -10 for each
150 cubic yards, or fraction thereof, of concrete
j
poured each day. One cylinder shall be tested at
L
7 days, two at 28 days. Tests shall be made in
accordance with U.B.C. Standard 26 -10. Seven day
tests shall show concrete attaining a minimum of
60% of required 28 day strength.
2.12.2 Test cylinders shall be stored at site in a manner
which approximates the curing conditions of the
CONCRETE 33 -4
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
r
,.: concrete represented by the test cylinders.
2.12.8 Repair concrete work to match existing when coring
is done.
2.12.9 Costs of coring, testing of cores, and all necessary
repairs pertaining thereto, shall be paid by the
Contractor.
2.13 Excavation, earthwork, grading, fill, and backfill shall
L comply with requirements of Section 22, Earthwork, of
these Specifications and recommendations of geotechnical
report cited in subsection 2.6 hereinabove.
L2.14. Concreting when the atmospheric temperature falls below
40 °F. shall be in accordance with the recommendations in
ACI 305 -72.
L
CONCRETE 33 -5
V
2.12.3
One slump test for each required compression
test cylinder shall be made in accordance with
[
ASTM C143 -71 when cylinders are made. Do not
f
place concrete which exceeds the allowable
slumps specified hereinbefore.
r2.12.4
Compressive strength of test cylinders shall be
equal to minimum specified strength. Concrete
_
represented by understrength test cylinders which
would be acceptable using the statistical evalu-
ation criteria of U.B.C. Section 2604 (d) will
a■
not be accepted.
2.12.5
Testing costs, for concrete meeting strength and
slump requirements of these specifications, shall
be paid by the Owner.
2.12.6
If the above 28 day tests fail to meet minimum
ultimate compressive design strength concrete
(
shall be considered defective and cores from
selected areas may be taken in accordance with
ASTM C42 -68 as directed by the Engineer.
2.12.7
If compressive tests of core specimens fail to
meet specifications in design strength the related
concrete work shall be assumed to be defective and
L
shall be removed and replaced or adequately
strengthened in a manner acceptable to the Engineer,
all at no extra cost to the Owner.
2.12.8 Repair concrete work to match existing when coring
is done.
2.12.9 Costs of coring, testing of cores, and all necessary
repairs pertaining thereto, shall be paid by the
Contractor.
2.13 Excavation, earthwork, grading, fill, and backfill shall
L comply with requirements of Section 22, Earthwork, of
these Specifications and recommendations of geotechnical
report cited in subsection 2.6 hereinabove.
L2.14. Concreting when the atmospheric temperature falls below
40 °F. shall be in accordance with the recommendations in
ACI 305 -72.
L
CONCRETE 33 -5
V
f
I
f
3.
r
1�Z
4.
i.
L
L
L
4.
L
L
L
L
L
0 9
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.15 Concrete when atmospheric temperature rises above
80 °F, shall be in accordance with the recommendations in
ACI 305 -72.
MATERIALS
3.1 Portland Cement: ASTM C150 -78a, Type I. All cement
shall be same brand from a single source and shall be
tested per ASTM C150 -78a. Submit test reports for all
cement used.
3.2 Aggregates: ASTM C33 -78. Aggregate shall be supplied
from a single source and be provided by the same supplier.
3.3 Water: Clean and potable.
3.4 Waterproof sheet materials for curing concrete. ASTM
C171 -69. (1975).
3.5 Reinforcing Steel: ASTM A615 -81, Grade 40.
3.6 Welded wire fabric: ASTM A185 -73 and ASTM A82 -76.
3.7 Admixture: Master Builders Company "Pozz- lith ", used
per manufacturer's recommendations, or approved equal.
3.8 Concrete forming material: Concrete Plyform, Grade B -B
per American Plywood Association and PS 1 -74 of National
Bureau of Standards.
3.9 Expansion joint material: ASTM D994 -71 or ASTM D1751 -73
or ASTM D7152 -67 (1973). "Burke Fiber Expansion Joint"
or approved equal.
3.10 Abrasive particles for nonslip finishes at stair treads
and where shown on the project design drawings: Crushed
ceramically bonded aluminum oxide per ACI 301 -72 (Re-
vised 1975) Section 11.7.7.
WORKMANSHIP
4.1 Examine surfaces and work to receive concrete work.
Beginning work constitutes acceptance of existing cond-
itions as satisfactory.
4.2 Do not add water to ready mixed concrete delivered to
site unless approved by Engineer. Water may be added to
concrete at point of delivery as approved by the Engineer,
in writing.
4.3 Provide control and construction joints per plans except
as approved by Engineer.
CONCRETE
33 -6
4.8 Grout: 1 part Portland Cement, 2 parts sand per ASTM C33.
Add the minimum amount of water necessary to produce
flowable consistency.
4.9
Drypack: Mix as specified for grout with the minimum
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.4
Concrete curing: Maintain surface of concrete in moist
4.10
condition, continuously, until completion of finishing
�.
operation. Apply waterproof sheet materials for curing
concrete immediately upon completion of finishing opera-
tion to all exposed concrete surfaces. Completely cover
4.11
all exposed surfaces and seal sheet material to forms or
as shown).
other surfaces. Maintain curing sheet material in place
and sealed for 7 days, minimum.
f 4.5
All concrete work shall comply with all applicable
requirements and recommendations of ACI 318 -77 and ACI
301 -72 nonslip (1975).
Formed: 2 ".
4.6
Provide nonslip finish for exposed concrete ramp surf-
aces and steps and as indicated elswhere on project
design drawings. Apply abrasive particles per ACI
301 -72 (Revised 1975) Section 11.7.6.
4.7
Provide steel trowel finish for all other concrete surf-
aces except as shown.
4.8 Grout: 1 part Portland Cement, 2 parts sand per ASTM C33.
Add the minimum amount of water necessary to produce
flowable consistency.
LCONCRETE 33 -7
i
4.9
Drypack: Mix as specified for grout with the minimum
t
amount of water necessary for cohesion
of mix added.
[
IL
4.10
Lap reinforcing steel 24 diameters and
9" at splices except as shown.
welded wire fabric
4.11
Concrete cover for reinforcing (except
as shown).
{
1. Concrete exposed to weather: 13�".
2. Concrete in contact with soil
La.
Formed: 2 ".
b. Poured against soil: 3 ".
j
3. Interior slabs and wall surfaces:
3/4 ".
4. All other: 1h ".
4.12
Remove and repair rock pockets, voids
and other defects
in concrete as directed by Engineer.
L4.13
Remove projections, repair all defects
and provide speci-
LCONCRETE 33 -7
i
r • •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
fied finish for all exposed concrete surfaces.
r4.14 Removal of forms: Per Code or as approved by Engineer.
I 4.15 Fabricate and place reinforcing steel per recommendations
of ACI 315 -74.
4.16 Welding of reinforcing steel:
4.16.1 All welding shall be accomplished by operations
qualified per AWS D1.1 -80 and approved by Building
Department.
4.16.2 All welding shall comply with AWS D1.4 -79.
l 4.16.3 Do not weld reinforcing steel until written
approval of welding procedure and applicable
chemical analyses has been received from the
[ Engineer.
4.16.4 All shop welding shall be performed in the shop of
a licensed fabricator approved by Building De-
partment. .
Continuous inspection required for all field
L welding.
I4.17 Provide 3J4" chamfer at all exposed concrete edges except
L as shown.
4.18 Concrete work tolerances: Per ACI 301 -72.
4.19 Excavation of every description and of whatever substances,
including rock, encountered within the limits of the work
shall be performed to the lines and grades required to
complete the concrete work. Incorrectly located excavations
shall be filled with concrete of the quality specified for
Lthe element involved.
4.20 Backfill after completion of footings, slabs, grade beams,
L walls, and other construction including pipe laying below
the elevation of the final grade.
4.20.1 Prior to backfilling remove all forms and clean
excavation of all trash and debris. Place back -
fill symmetrically to prevent eccentric loading
L upon or against structures.. Backfilling against
unbraced elements shall be made against both sides
LCONCRETE 33 -8
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
at the same time. If backfill is required on one
i side only of unbraced elements, provide bracing
t on the other side of the element as required to
prevent loads being transferred to the unbraced
element. Bracing shall not be removed until the
concrete has attained the full specified 28 days
strength and is capable of supporting the imposed
loads.
4.21 Concrete finishes.
4.21.1 Exposed surfaces: Comparable to troweled finish
�V per. ACI 301 -72 subsection 11.7.3 (for slabs)
except as specified hereinabove.
4.21.2 All other: As formed.
4.21.3 Surface.of ramps and stair steps: See section
4.6 above.
4.22 Clean up: Upon completion of this work, the Contractor
shall remove all tools, equipment, debris, unused materials
and trash resulting from the work and dispose of them away
from the site. Leave site in clean neat condition ready to
} receive subsequent work.
l
t
L
L
L
CONCRETE
L
33 -9
CORPORATION YARD IMPROVEMENTS
( CITY OF NEWPORT BEACH, CALIFORNIA
` SECTION 41
r CONCRETE MASONRY
1. SCOPE
` 1.1 Provide all labor, materials and equipment necessary for
` concrete masonry work, complete, as shown on the
project design drawings and /or as specified herein in-
cluding but not limited to:
1.1.1 Concrete block building walls and retaining
a walls.
1.1.2 Reinforcing steel for all masonry work.
1.1.3 Installation of embeddments, provided by others,
such as bolts, wall anchors, sleeves, and
architectural, /electrical, mechanical hardware.
1.1.4 Waterproofing of exterior surfaces of masonry
walls.
[ 1.1.5 Concrete masonry necessary to receive and adjoin
other work.
1.1.6 Related work in other sections.
1.1.6.1 Structural Steel.
1.1.6.2 Rough Carpentry.
2. CONDITIONS
2.1 Specifications
L 2.1.1 Nothing in the division of these specifications
into sections relieves the Contractor from
examining all sections for interrelated items of
L work.
2.1.2 The work of this section is subject to the pro-
visions of the General, Supplementary General
}L and Special Conditions of these specifications.
2.2 Concrete masonry work shall conform with all applicable
i provisions, requirements, and recommendations; not in
CONCRETE MASONRY 41 -1
L
t
1
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
conflict with the project design drawings and /or
Lspecifications; of the standards following:
2.2.1 City of Newport.Beach Building Code, hereinafter
2.3.2.1 Conduct one test for each 3,500 masonry
units to be used.
2.3.2.2' Each test shall be conducted by testing
three concrete masonry units and report-
ing the average valves obtained thereby.
L 2.3.2.3 Tests shall be conducted by a testing
agency selected by the Engineer and
approved by the Owner and the Contract-
or.
2.3.2.4 Costs of testing shall be paid by the
LOwner.
CONCRETE MASONRY 41 -2
L
L
referred to as the "Code ". The Code is City
l
1
Ordinance No. 1773 which is an amended version
of.the 1976 Uniform Building Code.
2.2.2
1976 Edition of the Uniform Building Code
Standards (U.B.C. Stds.).
('
2.2.3
American Society for Testing and Materials
(ASTM) standards referenced.
2.2.4
Specifications for Concrete Masonry Construction
(Long Form) published in 1969 by the Masonry
Design Manual.
f
I.
2.3 Samples
of. concrete masonry delivered to the site shall
be tested as follows:
l..
2.3.1
For moisture content, compressive strength,
absorption, weight, and dimensions per ASTM
`
IL
C 140 -75. Submit report of tests to Engineer.
Do not begin masonry construction before receipt
of test reports, approved in writing, from the
Engineer.
2.3.2:
For drying, shrinkage per ASTM C 426. Submit
reports of tests to Engineer. Do not begin
masonry construction before receipt of test
I,
reports, approved in writing, from the Engineer.
2.3.2.1 Conduct one test for each 3,500 masonry
units to be used.
2.3.2.2' Each test shall be conducted by testing
three concrete masonry units and report-
ing the average valves obtained thereby.
L 2.3.2.3 Tests shall be conducted by a testing
agency selected by the Engineer and
approved by the Owner and the Contract-
or.
2.3.2.4 Costs of testing shall be paid by the
LOwner.
CONCRETE MASONRY 41 -2
L
L
i- •
•
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.4 Test mortar and grout proposed for masonry construct-
ion per U.B.C. Std. No. 24 -22. Do not begin masonry
construction before results of tests have been
approved, in writing, by the Engineer.
2.4.1 Conduct one mortar and one grout test for each
3,100 square feet of masonry wall surface to
r be constructed.
2.4.2 East test shall be conducted by testing two
specimens and reporting the average valves
obtained thereby.
2.4.3 Tests shall be conducted by a testing agency
selected by the Engineer and approved by the
Owner and the Contractor.
2.4.4 Costs of testing shall be paid by the Owner.
` 2.5 Provide written 5 year warranty against leakage of water
fthrough masonry walls.
t.. 2.6 Submit full size concrete block sample, to Engineer, with
colored waterproofing sealer applied, for approval.
L Apply colored waterproofing sealer to sample in conform-
ance with these specifications and the manufacturer's
recommendations. Do not apply colored waterproofing
` sealer to building walls until receipt of approval,
Lin writing, of sample from Engineer. Color and texture
of completed walls shall match sample. Completed
building walls which do not match sample shall be sand-
blasted and resealed.
3. MATERIALS
3.1 Concrete masonry: ASTM C 90 -75, Grade N -1.
L3.2 Reinforcing steel: ASTM A 615 -78, Grade 40.
3.3 Mortar: Type M per U.B.C. Add waterproofing ad-
mixture per manufacturer's recommendations.
L3.4 Aggregate for mortar: ASTM C 144 -70.
} 3.5 Cement for mortar: U.B.C. Std. 24 -16.
L 3.6 Lime for mortar: U.B.C. Std. 24 -17 or U.B.C. Std. 24 -18
and U.B.C. Std. 24 -19.
L
3.7 Grout: Coarse grout per U.B.C. Add waterproofing ad-
LCONCRETE MASONRY 41 -3
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
mixture per manufacturer's recommendations.
' 3.8 Aggregate for grout: U.B.C. Std. 24 -23.
[{ 3.9 Cement for grout: ASTM C 150 -78a, Type I.
3.10 Waterproofing admixture: "Hydrocide Powder ", as
manufactured by Sonneborn - Contech.
3.11 Exterior waterproofing sealer: Colored "Super -Kote
Clear- Heavy" by Ven -Chem Co., Inc. of Santa Barbara,
California. Telephone: (805) 967 -7600. Color to
be selected by Engineer.
i
L CONCRETE MASONRY 41 -4
4. WORKMANSHIP
j
4.1
Examine surfaces and work which are to receive concrete
masonry work. Beginning work constitutes acceptance
of existing conditions as satisfactory.
4.2
Lay joints in uniform running bond with slightly con -
cave tooled vertical and horizontal joints at all surf-
aces exposed to weather and flush tooled vertical and
horizontal joints at interior surfaces protected from
weather.
4.3 4.3
Each piece of vertical reinforcing in masonry walls
shall be held in its indicated position by positive
mechanical ties. Provide ties at the top, bottom and
at intervals not farther apart than eight feet, zero
inches for each piece.
4.4
Erection tolerances.
4.4.1 Exposed surfaces of concrete masonry units
shall not deviate from, inwardly or outwardly,
the wall surface indicated on the drawings by
more than 1/16 ".
L4.4.2
Completed masonry work shall conform with the
applicable dimensional tolerances specified
1
for formed concrete surfaces set forth in
L
Table 4.3.1 of Specification for Structural
Concrete for Buildings (ACI 301 -72, Revised
1975), of the American Concrete Institute.
4.5
Concrete masonry delivered to the site shall be stored
off the ground and shall be completely covered in a
Ldry,
ventilated location.
i
L CONCRETE MASONRY 41 -4
r •
•
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.6 Welding of reinforcing steel shall conform with
r Structural Welding Code - Reinforcing Steel (AWS D1.4 -79)
of the American Welding Society. Do not weld rein-
forcing steel until receipt of, in writing, approved
�- welding procedure.
4.7 Fill all concrete masonry cells with grout.
4.8 Waterproof exterior surfaces of masonry building walls
with exterior waterproofing sealer. Apply sealer in
conformance with manufacturer's recommendations. Apply
two coats of waterproofing sealer. Allow first coat to
dry 12 hours before applying second coat. Coverage:
4.8.1 First coat: 100 square feet per gallon,
minimum.
4.8.2 Second coat: 130 square feet per gallon, minimum.
4.9 Construct concrete masonry wall using low lift grouting
method. Do not use high lift grouting techniques.
4.10 Cleanup: Remove all unused materials, empty containers,
trash and debris, and tools and equipment associated with
and resulting from execution of concrete masonry work.
Leave site in clean condition ready for subsequent work
by others or occupancy by the Owner, whichever applies.
L
I
L
L
CONCRETE MASONRY 41 -5
L
L
L
L
r
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
has been approved by manufacturer of roofing.
4.3 Construct roofing in compliance with manufacturer's
printed recommendations.
4.4 Attach rigid board insulation with "Roofgrip"
fasteners and "Roofgrip" plates in conformance
with manufacturer's recommendations. Provide
four fasteners and plates for each piece of
rigid board insulation.
4.5 Do not solid mop or sprinkle mop built up roofing
base course. Apply base course by properly spaced
roofing nails or spot mopping.
4.6 Apply roof walkways only to clean, smooth, surface
of cap sheet. Bond.to roof surface with flood coat
of hot mop applied at a rate of 0.6 pounds per square
foot of contact surface. Separate adjacent 2 ",
approximately, to allow drainage between panels.
4.7 Cleanup: Remove all unused materials, empty containers,
trash and debris, and tools and equipment associated
with and resulting from execution of built up roofing
work. Leave site in a clean condition ready for sub-
sequent work by others or occupancy by the Owner, which-
ever applies.
ROOFING
75 -5
CORPORATION AVD LV,PROVEN,ENTS
• CITY OFNEWPOTr BEACH, C ALIFORNIA
SECTION 82
METAL DOORS
1. s6COPE
1%1 Provide all labor, materials, and equipment requirEcd for rretal
doors work, complete, as shown on the project design drawings
and /or as specified herein including but not tin-dted to•.
1.1.1 Hollow metal doors and metal frames
141 .2 Metal doors work necessary to receive and adjoin other work
1,1.3 Related work in other sections
1.1.3,1 Finish hardware
r 1.1,3,2 Painting,
2 CONDITIONS
2.1 Specifications:
2 (1,1 Nothing in the ,division of these specifications relieves the
contractor from examining all sections for interrelated
items of work
2.1.2 The work of this section is subject to the provisions of the
General, Supplementary General and Special Conditions of
these specifications.
2.2 Metal door work shall conform with all applicable provisions, require-
ments, and recommendations; not in conflict with the project design
drawings and /or project specifications; of the standards following:
2.2.1 1979 Edition of the Uniform Building Code (U. B.C. ) and
Uniform Building Code Standards (U. B.C. Std.) as
referenced.
2.2.2 American Society for Testing and Materials (ASTM) standards
referenced.
2.2.3 Federal Specifications (F. S. ) referenced.
METAL DOORS 82 - 1
CORPORATION ?D IMPROVEMENTS
• CITY OF NEW BEACH, CALIFORNIA
f SECTION 82
i
METAL DOORS
2.3 Submit 4 copies of shop drawings of all doors and frames called for
and specified showing sizes, details of construction and installation
fand finishes. Do not install metal doors until receipt of shop
I drawings approved, in writing, by Structural Engineer.
2.4 Deliver all metal door and frame work and materials under
i protective cover and store in dry, enclosed spaces at the site.
2.5 Coordination work: Coordinate with the supplier of finish hardware
and the supplier of other doors to be installed in hollow metal frames.
Templates will be furnished by the hardware supplier for use in
preparation of shop drawings and for preparation and reinforcement
of doors and frames to receive the hardware.
2.6 Labeled openings: Where labeled openings are scheduled or are
�. required by codes, construct doors and frames in strict accordance
With the requirements of Underwriter's Labotatories and attach
(( labels for the indicated classification, Comply with U.B.C. Std.
1 43 -2.
3. MATERIALS
3.1 Steel for hollow doors and windows: 18 gauge cold rolled, pickled
{ and double annealed furniture steel. Steel for door faces shall be
stretcherleveled.
METAL DOORS 82 -2
3.2 Approved Manufacturers-. Hollow metal doors, welded frames and
-
knockedown frames: Overly Mfg. , Kreiger Steel Products Co. ,
Security Metal Products Corp., Amweld, Ceco Corp., Steel Craft
and T boor, Slimfold Manufacturing Company, Inc. (Rediframe).
3.3 Framer:
3.3.1 Materials and fabrication: Frames to be combination type
with integralstop and trim. Ship frames to job site in
Lknock
-down condition; job assemble.
3.3.2 Reinforcements: [lead assemblies to be reinforced internally
fat
each mitered joiht with a 16 gauge channel shaped reinforceme=
L
Mortise and reinforce frames to receive all hardware. Drill
and tap as required.
3.3.3 Provide one welded -in floor anchor each jamb and three field
inserted snap -in anchors each jamb spaced a maximum of
L
24'' o. c. Anchors to be of the proper type for the particular
construction involved.
METAL DOORS 82 -2
{ CORPORATION YAFMMPROVEMENTS
• CITY OF NEWPORTAC3j CALIFORNIA
3, 3. 4 V rames.to conform with all applicable codes and with
` 20- minute Underwriter's Laboratories Listing requirements.
Frames shall conform with U.B.C. Std. 43 -2 for 20- minute
fire rating.
3.4 Flush hollow metal hinged doors:
1, 3.4.1 Doors to be flush type, constructed of two plates of at least
18 gauge steel assembled with interlocking "Z" bars or
I channels, at least 20 gauge 6" O.C. Reinforce doors at top
bottom and both edges as standard with the manufacturer.
All parts of doors shall be welded and dressed smooth.
Provide mineral wool or other installation as standard
` with the manufacturer to make the doors free of metallic
ring. Provide for all mortise door hardware; doors to be
mortised, reinforced 3/16" hinges, 12 gauge for locksets,
drilled and tapped in accordance with templated or physical
hardware. Provide 12 gauge reinforcement plates, at least
6" long by 3-1/4" wide, for surface applied hardware, except
I for kickplates and escutcheon plates. Doors shall be 1 -3/4"
thick of sizes and types indicated. Seal tops of all door with
a flush metal channel and metal putty, dressed smooth.
Bottoms of doors shall clear finish floor coverings and
thresholds by 1/4"/
3.4.2 Astragals: Provide full height astragals per hardware
schedule on all pairs of doors. Use hranufacturers standard
L astragal, unless otherwise shown on hardware schedule,
if it conforms with the requirements of the hardware schedule.
3. 5 Door louvers:
L
3. 5.1 Stationary Type: Sightproof, steel, 20 gauge minimum thickness.
Furnish with metal mouldings, both sides of opening. Louvers in
exterior doors,to be non - removable from the exterior side.
L Furnish louvers and moulding with factory applied prome coat as
specified for metal doors. Provide removable aluminum mesh
hardward cloth insect screen in standard folded aluminum
L frame on the interior face of all louvered doors located at
building exterior.
L
3. 5.2 Fusible link louvers (when indicated): Conform to
U. B.C. requirements for type and location.
LMETAL DOORS 82 - 3
L..
L
CORPORATION YARI,IMPROVEMEi\TS.
C• CITY OF NEWPORTIVACII, CALIFORNIA
3.6 Hollow metal door and frame finish:
3.6.1 Clean all doors and frames thoroughly.
3.6.2 Apply one coat of rust - inhibiting primer in uniform film
thickness over all surfaces of doors and frames.
3.6.3 Primer to be as formulated and manufactured for use as an
exterior metal primer and shall be rust inhibitive industrial
primer. Primer shall comply with or exceed requirements
of Fed. Spec. TTP -57B, Type II, zinc chromate and red
oxide primer.
4. WORKMANSHIP
I 4.1 Examine surfaces and work which are to receive metal door work.
Beginning work constitutes acceptance of conditions as satisfactory.
4.2 Fabricate doors to sizes shown; provide necessary clearances and
bevels to permit operation without binding and to accommodate
thresholds where required.
1.. 4.3 Include reinforcements, drilling, and mortising for all required hard-
ware. Reinforce all butt cutouts with minimum 3/16 inch thick steel
plate, drilled and tapped and welded in place. Use templates furnished
by hardware supplier for preparation of door to receive hardware.
L 4.4 Clean thoroughly, fill joints smooth and prime with factory baked -on
neutra4ay rust inhibiting industrial primer.
4.5 All metal doors specified herein shall be installed under the require-
ments of this section. Hang doors accurately, with clearances shown
and adjust for tolerances. Provide 1/16" to 1 /8'' max. , clearance
Lat jambs, head and threshold.
4. 6 Installation in prepared openings: Openings shall be sized to provide
L a 1/4" open joint between outside edge of frame and adjacent
construction to receive caulking. Provide dimpled holes centered
on stop and "z" type spacers spot welded to frame at each point of
anchorage. Anchorag frames with #12 oval head or flat head machine
screws in approved expansion shields. Caulk joints in accordance
with Caulking and Sealants Section.
L .
L
LMETAL DOORS 82 - 4
L
CORPORATION YA IMPROVEMENTS
• CITY OF NEWPORT B CII, CALIFORNIA
4.7 Frame installation:
4.7.1 General: Install in drywall partitions, and in other areas
specifically detailed.
4.7.2 Installation: Frames shall be anchored in concrete floors
with powder actuated bolts. Installation shall be plumb,
straight and true, rigidly secured in place and properly
braced. Frame installer to be responsible for squareness
' of frames in place and filling mitered joints.
4.8 Door installation:
4.8.1 Doors: Obtain butts and locksets from finish hardware
supplier, and hang metal doors in position and adjust for
uniform clearance on all sides. Install hardware at the
site, properly adjusted and place in good working order.
Install labeled doors (when indicated) in compliance with
requirements of Underwriter's Laboratories, Inc., for
the class indicated.
4.9 Caulking:
4.9.1 Where frames are required by the drawings to be installed
with caulking, provide watertight and weathertight construct-
ion. Conform to the requirements of Caulking and Sealants
Section for both materials and workmanship.
4.10 Cleanup: Remove all unused materials, empty containers, trash and
debris, and tools and equipment associated with and resulting from
execution of metal door work. Leave site in a clean condition ready
for subsequent work by others or occupancy by the owner whichever
applies.
L
L
L
LMETAL DOORS 82 - 5
L
CORPORATIO ARD IMPROVEMENTS,
• CITY OF NEW1WRT BEACH, CALIFORNIA
SECTION 88:
GLAZING
1. SCOPE
1.1 Scope of work: Provide all labor, materials, and equipment
required for glazing work, complete, as shown on the project
design drawings and /or as specified herein including but not limited to:
1.1.1 Glass and glazing materials for curtain wall.
1.1.2 Glass and glazing materials for entrance door.
Door number 36.
1.1.3 Glass and glazing materials for visionpanels in personnel
doors.
1.1.4 Glazing work necessary to receive and adjoin other work.
1.1.5 Related work in other sections.
1.1.5.1 Entrance door and curtain wall framing
system. Section 89.
1.1.5.2 Metal doors. Section 82.
1.1.5.3 Wood doors. Section 81.
2. CONDTIONS
2.1 Specifications:
2.1.1 Nothing in the division of thses specifications into sections
relieves the contractor from examining all sections for
interrelated items of work.
2.1 .2 The work of this section is subject to the provisions of the
General, Supplementary General, and Special Conditions
of these specifications.
2.2 Glazing work shall conform with all applicable provisions, require-
ments, and recommendations; not in conflict with the project design
drawings and /or project specifications of the standards following:
2.2.1 1979 Edition of the Uniform Building Code (U.B.C.) and
Uniform Building Code Standards (U . B . C . Std.) as
referenced.
GLAZING 88 - 1
• CORPORATION &HD IMPROVEMENTS
CITY OF CNEWP T BEACH, CALIFORNIA
2..2.2. American Society for Testing and Materials (ASTM)
standards referenced.
i 2.2 3 Federal Specifications (F.S.) referenced.
2.2.4 American National Standard Institute (ANSI) standards
referenced.
2.3 Each piece of glass shall be labeled with manufacturer's name and
identified as to type.
3. MATERIALS
I3.1 Insulating glass at exterior curtain wall: Comply with Sealed
Insulating Glass Manufacturers Association (SIGMA) "Specifications
for Sealed Insulating Glass Units, " SIGMA No. 65 -7 -2, 1973.
3.1.1 Tempered float glass at first story windows: Per F.S.
DD- G -451D. F.S. DD- G- 14038, and ANSI Z97.1 -1975.
3.1.1.1 Exterior (outboard) light: ;" tinted reflective.
PPG Industries "Solarcool" (gray), or equal,
[ as approved in writing by Structural Engineer.
3.1.1.2 Interior (inboard) light: " Clear.
1_
3.1.2 Float glass at second story windows: Per F.S. DD- G -451D,
Land ANSI Z97.1 -1975.
3.1.2.1 Exterior (outboard) light: 4" tinted reflective PPG
Industries "Solarcool "(gray), or equal, as
approved in writing by Structural Engineer.
L3.1.2.2 Interior(inboard)light: !" Clear.
3.2. Spandrel glass at exterior curtain wall: Conform with SIGMA
r No. 65 -7 -2, 1973 (see 3.1 above) and with F.S. DD- G -1403G and with
L ANSI 297.1 -1975.
L3.2.1 At first story floor line and at second story floor line:
4" tempered, colored, float glass. PPG Industries,Inc.
"harmony Solargray Spandrelite 6401 ", or equal as
Lapproved in writing by Structural Engineer.
3.2.2 At roof line: '' " colored float glass, PPG Industries, Inc.
L"Harmony Solargray Spandrelite 6401 ", or equal, as approved
in writing by Structural Engineer.
LGLAZING 88 - 2
CORPOR ON YARD IMPROVEMENTS
CITY OF WPORT BEACH, CALIFORNIA
3.3 Glass at entrance doors: Doors numbered 36 and 64. 4'' fully
tempered, tinted, float glass conforming with F.S. DD -G -1403 B
and ANSI. 297.1 -1875. PPG Industries, Inc. gray "Solarcool ",
or equal, as approved in writing by Structural Engineer.
3.4 Wired glass at lights in corridor doors: 4" clear polished float
glass with polished 25 gauge(ASW) wire with 1" x 1" (approximately)
square mesh pattern. Confdrm with F.S. DD- G -45 -1D and ANSI
Z97.1 -1975. Combustion Engineering "Misco ", or equal, as
approved in writing by Structural Engineee.
3.5 All other glass: Double strength clear sheet glass conforming
to F.S. DD- G- 45 -1D.
4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive glazing work.
BegiTming, work constitutes acceptance of existing conditions
as satisfactory.
4.2 Accurately cut and install glass in accordance with manufacturer's
instructions wnd with applicable requirements of "Glazing Manual ",
issued by Flat Glass Jobbers Association. Set glass in rebates,
using manufacturer's standard glazing fittings, chairs, channels,
stops, and glazing gaskets.
4.3 Gaskets: Install in strict accordance with manufacturer's
directions and as detailed.
4.4 Class shall be accurately cut to completely fill the opening within
tolerances recommended by the manufacturer for expansion and
contraction. Glazing which does not make full contact with glass
rebate on all sides will be rejected.
L4.5 Calking and sealants section forms part of these specifications,
where applicable for type and quality of calking materials and method
of installation. Provide materials and labor conforming in all
L respects to the requirements of Calking and Sealants Sections.
4.6 Upon completion of the glazing, thoroughly clean and polish glass
surfaces, Remove and replace broken, scratched, chipped or
otherwise defective glass with new materials and leave the entire
installation in a neat, clean and acceptable condition.
I
4.7 Cleanup: Remove all unused materials, empty containers, trash
and debris, and tools and equipment associated with and resulting
from execution of work. Leave site in a clean condition ready for
subsequent work by others or occupancy by the owner whichever
applies.
GLAZING 88 - 3
L
I'
i
h
i
t_
L
CORIDWArriol, ARP IMPROVEh.ENTS
CITY Oi: NEV( *RT BEACH, CALIFORNIA
SECTION 89
ENTRANCE D00fi ANL CURTAIN WALL FRAN.ING SYSTEM
1. SCOPE
1.1 Scope of work: Provide all labor, materials, and equipment
required for entrance door, and entrance door framing,, and
curtain wail framing system work, complete, as shown on the
project drawings and/or as specified herein includinc�,but not
limited to the following .
1..`1.1 Entrance door, entrance doors fram.inE, and all
appurtenances including entrance doors hardware. Doors
number 30" and 54.
1.1 .2 Curtain wall framing system and all appurtenances.
1.1.3 Entrance door, and curtain wall framing, system work
necessary to receive and adjoin other work.
1.1.4 Related work in other sections.
1.1.4.1 Glass and glazing.
1.1.4.2 Finish hardware.
1.1.4.3 Drywall.
1.1.4.4 Sheet rnetalflashin .
2. CONDITIONS
2.1 Specifications:
2.1 .1 Nothing in the division of these specifications into sections
relieves the contractor fron examining all sections for
interrelated items of work.
2.1 .2 The work of this section is subject to the provisions of
the General, Supplementary General and Special Conditions
of these specifications.
2.2. Entrance doors, and curtain wall framing system work shall
conform with all applicable provisions, requirements, and
recommendations; not in conflict with the project design drawings
and /or project specifications; of the standards following;
ENTRANCE DOOR AND CURTAIN WALL
L FRAMING SYSTEM 89 - 1
CORPORATION YARD IMPROVEMENTS
SECTION 51 CITY OF NEWPORT BEACH, CALIFORNIA
I
{ STRUCTURAL STEEL
1. SCOPE
1.1 Provide all labor, materials, and equipment required
for structural steel work complete as shown on the
' drawings and /or as specified herein including but not
limited to the following:
1.1.1 All structural steel shown on the drawings and/
IT or specified herein.
1.1.2 Provide steel bolts, anchors, inserts, connect-
` ion clips, etc. as shown on the plans and /or
as specified herein which are to be installed
by others.
1 1.1.3 Provide shop coat of paint on all structural
steel surfaces except those which are to be
field welded. Field paint all field welds and
adjacent structural steel surfaces except those
I which are to be incased in concrete.
t 1.1.4 All structural steel work necessary to receive
L and adjoin other work.
1.1.5 Clean up.
- 1.1.6 Related work in other sections.
1.1.6.1 Prefabricated steel building components.
1.1.6.2 Miscellaneous iron such as handrails,
louvers, grates, etc.
2. CONDITIONS
2.1 Nothing in the division of these specifications into
sections relieves the Contractor from the responsibility
of examining all sections for interrelated items of work.
L2.2 The work of this section is subject to the provisions of
the General, Supplementary General, and Special Condi-
tions of these specifications.
2.3 Structural steel work shall conform with all applicable
provisions, requirements, and recommendations; not in
L_
STRUCTURAL STEEL 51 -1
L
L
C CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
conflict with the project drawings and /or specifi-
cations; of the standards following:
2.3.1 City of Newport Beach Building Code, herein-
after referred to as the "Code ". The Code is
City Ordinance No. 1773. Which is an amended
version of the 1976 Uniform Building Code.
1 2.3.2 Uniform Building Code Standards, 1976 Edition
(U.B.C. Std.) referred.
2.3.4 American Institute of Steel Construction
Specifications for the Design, Fabrication
and Erection of Structural Steel for Buildings
(RISC Spec.) of November 1, 1978.
2.3.5 American Institute of Steel Construction Code
l of Standard Practice for Steel Buildings and
1 Bridges (AISC Code) of September 1, 1976,
i L
2.3.6 Structural Welding Code, Steel 1980 (AWS D1. 1 -80)
of the American Welding Society.
2.3.7 Structural Welding Code, Reinforcing Steel
(AWS D1.4 -79) of the American Welding Society.
L
2.4
Structural.steel shall be identified by heat number.
Steel delivered to the site shall be accompanied by
L
L
reports of mill chemical analyses and mill physical tests
in compliance with the applicable ASTM Standards. Submit
copies of such mill reports to the Engineer before
(,
fabrication. If mill reports are not available steel may
be identified by appropriate tests conducted by a testing
agency approved by the Engineer and the Building Depart-
ment. Approved reports of such tests may be substituted
for the required mill reports.
2.5
Submit shop drawings of all material to be furnished as
specified in the Special Conditions. Submit 5 copies of
shop drawings to Engineer. Do not begin fabrication until
Lreceipt
of shop drawings approved in writing by Engineer.
2.6
Provide continuous inspection for all field welding
`
tL
and all field high strength bolting. Inspection agency
shall be approved by the Building Department and the
Engineer. Cost of inspection shall be paid by the Owner.
2.7
Welding shall be performed by certified welders and
LSTRUCTURAL
STEEL 51 -2
i L
1
L
L
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
welding operators, approved by the Building Department
as prescribed in AWS D1.1 -80.
2.8 Structural steel fabrication shall be performed in the shop
of a licensed fabricator approved by the Building Depart-
ment.
3. MATERIALS
3.1 Structural steel: ASTM A 36 -77a.
3.2 Pipe: ASTM A 53, Grade B, Type E or S or ASTM A 36 -77a,
or ASTM A 501 -76.
3.3 Rectangular or square steel tubes: ASTM A 500 -78, Grade B.
3.4 Galvanizing:
3.4.1 Structural steel: ASTM A 123 -63.
3.4.2 Bolts: ASTM A 153 -78.
3.4.3 Galvanize after fabrication.
3.5 Ordinary bolts: ASTM A 307 -78.
3.6 High strength bolts: ASTM A 490 -78.
3.7 Welding electrodes: Per applicable AWS specification as
shown in table 4.1.1 of AWS D1.1 -80.
3.8 Paint: Sherwin - Williams Company "Kromik" metal primer.
Sherwin - Williams product description number E 41 N1.
4. WORKMANSHIP
4.1 Examine surfaces and work to receive structural steel work.
Beginning work constitutes acceptance of existing cond-
itions as satisfactory.
4.2 Structural steel work shall conform to all applicable
standards as specified in subsection 2.3 above.
4.3 Apply shop coat of paint in conformance with recom-
mendations contained in Sherwin - Williams publication
entitled Painting Systems for Specifiers and Applicators,
1979 Edition.
4.4 Do not fabricate structural steel in field except as
STRUCTURAL STEEL 51 -3
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
approved in writing by the Engineer. Do not burn holes
or drift unfair holes in field.
4.5 Welding of concrete reinforcing steel shall conform
with requirements of AWS D1.1 -80. Submit proposed
welding procedure to Engineer. Do not weld rein-
forcing steel until receipt of welding procedure
approved in writing, from the Engineer. Welding pro-
cedure shall account for chemical composition of
reinforcing steel per AWS D1.1 -80.
4.6 Erect structural steel straight, plump, and true and
within tolerances of AISC Code and as required so as
` not to impair the strength, safety, serviceability
Il and /or appearance of the structure as designed.
4.7 Groove welds: Full penetration except as shown.
4.8 At completion of work remove trash, excess materials,
falsework, etc. from site. Leave site in clean condition
( ready to receive subsequent construction.
L
I
L
L
STRUCTURAL STEEL 51 -4
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
SECTIO14 55
MISCELLANEOUS METAL
1. SCOPE
1.1 Provide all labor, materials and equipment for
miscellaneous metal work complete as shown on the
project design drawings and /or as specified herein
t including but not limited to:
``1.1.1 Metal stairs, treads and risers and ladders.
l�
1.1.2 Grates, and cover trenches and pits.
1.1.3 Handrails and guard rails.
1.1.4 Louvers.
1. 1.1.5 Formed sheet and bent plate heavier than 10
gauge and not a part of structural steel sheet
Imetal or rough carpentry work.
1.1.6 All miscellaneous metal work is not individu-
ally described herein. Provide other work as
indicated or as necessary for the completion
of the project if not included in other sections
of these specifications.
1.1.7 Miscellaneous metal necessary to receive and adjoin
other work.
1.1.8 Related work in other sections.
L 1.1.8.1 Structural steel work.
1.1.8.2 Sheet metal work.
L1.1.8.3 Rough carpentry work.
2. CONDITIONS
2.1 Nothing in the division of these specifications into
sections relieves the Contractor from examining all
sections for interrelated items of work.
2.2 The work of this section is subject to the provisions
of the General, and Special Conditions of these
Lspecifications.
L
L
MISCELLANEOUS METAL
55 -1
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.3 Miscellaneous metal shall conform with all applicable
provisions requirements and recommendations not in
�. conflict with the project design drawings and or
project specifications of the standards following.
t 2.3.1 1979 Edition of the Uniform Building Code
(U.B.C.) complete and the 1979 Edition of
the Uniform Building Code Standards (U.B.C. Std.)
as referenced.
2.3.2 American Society for Testing and Materials (ASTM)
standards referenced.
r
2.3.3 AWS Structural Welding Code 1980 (AWS D1.1 -80)
i- of American Welding Society.
2.4 Job measurements. Verify all dimensions and conditions
at site before proceeding with miscellaneous metal work.
Report any discrepancies between drawing and field
conditions to Structural Engineer. Complete work in
such instances per Structural Engineer's instructions.
2.5 Submit shop drawings for miscellaneous work as required
by Special Conditions. Submit five sets of shop draw -
ings to Engineer. Do not begin miscellaneous metal
work until receipt of shop drawings approved in writing
by Engineer.
3. MATERIALS
3.1 Steel shapes and plates:. ASTM A 36 -77a.
LMISCELLANEOUS METAL 55 -2
L,
3.2
Steel sheet: ASTM A 446 -76, Grade
A, unless indicated
otherwise for specific items.
3.3
Raised pattern plate: "Multigrip"
as manufactured by
United States Steel or approved equal.
t
L
3.4
Steel tubing: ASTM A 501 -76.
3.5
Steel pipe: ASTM A 53, Type E or
S, Grade B maximum,
Lor
ASTM A 36 -77a.
3.6
Bolts: ASTM A 307 -78, Grade A.
3.7
Arc welding electrodes: Per Table
4.1.1 of AWS D1 1 -80
of American Welding Society.
L
LMISCELLANEOUS METAL 55 -2
L,
r • •
CORPORATION YARD IMPROVEMENTS
iCITY OF NEWPORT BEACH, CALIFORNIA
3.8 Prime coat of paint for steel: Sherwin - Williams
Company "Kromik" metal primer. Sherwin - Williams
product description number E 41 N1.
3.9 Nonshrink grout: Master Builders "embeco ".
4. WORI(MANSHIP
4.1 Examine work and surfaces which are to receive
miscellaneous metal work. Beginning work constitutes
acceptance of existing conditions as satisfactory.
l
4.2
General: All fabricated metal shall be true, plumb
and level, neatly and rigidly formed in accordance
with details in a first class workmanlike manner.
Fabrication shall include all operations such as
shearing, punching, bending, forming or welding.
Limit bolt clearances to 1/16 ". Size bolts to
provide full- thread on nut. Weld all joints unless
t
l
other methods are specifically called for.
4.3
Galvanizing: Do galvanizing after fabrication with
work assembled in as large sections as can be handled.
Hot dip galvanize all exterior ferrous metal work
after fabrication unless otherwise indicated.
4.4
Contacting surfaces of aluminum and steel shall be
heavy cadmium- plated or surfaces shall be coated with
vinyl mastic or adhesive - backed vinyl film or tape.
Do not construct aluminum and steel members involved
until method of isolation proposed has been approved,
in writing by Structural Engineer.
Y
4.5
Workmanship shall be in accordance with the best
standard practices of the trade, and shall be performed
by mechanics particularly skilled in the type of work
required.
4.6
Cleanup: Remove all unused materials, empty containers,
trash and debris, and tools and equipment associated
with and resulting from execution of miscellaneous
metal work. Leave site in a clean condition ready for
L
subsequent work by others or occupancy by the Owner
whichever applies.
I
L
1
MISCELLANEOUS METAL
55 -3
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 61
ROUGH CARPENTRY
1. SCOPE
1.1 Provide all labor, materials and equipment required for
rough carpentry work, complete, as shown on the project
design drawings and/or as specified herein including
T
but not limited to:
1.1.1 All wood framing.
I
1.1.2 Plywood wainscots.
1.1.3 All metal clips, fasteners, and framing hard-
;
ware necessary for a complete finished job.
1.1.4 Backing for fixtures, siding, and work of other
'
sections as required for a complete project.
1.1.5 Rough carpentry work necessary to receive and
adjoin other work.
1.1.6 Related work in other sections.
t
1.1.5.1 Finish carpentry.
L
1.1.5.2 Millwork.
f
1:
2. CONDITIONS
2.1 Specifications:
I
L
2.1.1 Nothing in the division of these specifications
into sections relieves the Contractor from
e
examining all sections for interrelated items
L
of work.
2.1.2 The work of this section is subject to the pro-
visions of the General, Supplementary General,
and Special Conditions of these specifications.
2.2 Rough carpentry work shall conform with all applicable
provisions, requirements and recommendations; not in
conflict with the project design drawings and /or project
LROUGH
CARPENTRY 61 -1
L
V •
11
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
i�
iF.
ROUGH CARPENTRY
61 -2
specifications of the standards following:
2.2.1 City of Newport Beach Building Code, herein-
'
after referred to as the "Code ". The Code is
City Ordinance No. 1773 which is an amended
version of the 1976.Uniform Building Code.
2.2.2 1976 Edition of the Uniform Building Code
Standards (U.B.C. Std.) as referenced.
2.2.3 American Society for Testing and Materials
(ASTM) standards referenced.
2.2.4 National Design Specifications for Wood
Construction, 1977 Edition, published by
National Forest Products Association.
2.2.5 Specifications numbered AITC 101 -72,
AITC 102 -78, AITC 104 -79, AITC 108 -80,
AITC 109 -79, AITC 110 -80, AITC 111 -79,
AITC 113 -80, AITC 117 -79 -- Design and
AITC 117 -79 -- Manufacturing as published
by the American Institute of Timber Con-
L
struction. (AITC Spec.)
2.2.6 No. 16 Standard Grading Rules for West Coast
Lumber published by the West Coast Lumber
L
Inspection Bureau (WCLIB No. 16).
2.2.7 International Conference of Building Officials
(ICBO) Research Committee Reports as referenced.
2.3 Each piece of lumber and plywood used for structural
framing shall be graded and marked with the appropriate
grade and trademark of the West Coast Lumber Inspection
Bureau or the American Plywood Association.
L2.4
Each piece of glued laminated timber shall be identified
by a Certificate of Inspection issued by an agency
approved by the Building Department and by the Engineer.
L
Submit certificates of Inspection to the Building
Department and copies to the Engineer. Do not erect
glued laminated framing members before receipt of
Certificate of Identification approved, in writing,
L
from the Engineer. Each piece of glued laminated timber
delivered to the site shall be identified by a tag attached
thereto or by a mark stamped thereon. The tag or stamped
i�
iF.
ROUGH CARPENTRY
61 -2
r CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
3. MATERIALS
3.1 Lumber: Coast (See Wood Handbook. U.S. Department of
Agriculture, Forest Products Laboratory, Forest Service.
L Agriculture Handbook No. 72 of August 1974) Douglas fir:
3.1.1 Sawn lumber:
L 3.1.1.1 Members 2" to 4" thick and 2" to 4"
wide: No. 1 Structural Light Framing.
r3.1.1.2 All other: No. 1.
3.1.2 Glued laminated lumber:
L
L
L
ROUGH CARPENTRY
61 -3
mark shall display an identifying notation correspond-
ing to a matching notation on the Certificate of
Identification.
2.5 All wood in contact with concrete or masonry shall be
treated wood complying with U.B.C. Std. 25 -12.
2.6 Lumber, including glued laminated timbers, shall be
dry and well seasoned, with no piece having a moisture
content of more than 19 %, when installed in its perm-
anent location. .Maintain lumber in dry condition,
with no piece having a moisture content of more than
198, until completion of construction of project.
2.7 Lumber delivered to site shall be stored off the ground
and shall be completely covered in a dry, ventilated
location.
2.8 Submit shop drawings for glued laminated members to be
furnished as specified in the Special Conditions.
Submit 5 copies of shop drawings to Engineer. Do not
begin-fabrication before receipt of shop drawings
approved, in writing by the Engineer.
L2.9
Provide all wood backing, furring, stripping or block-
ing as required for installation and attachment of work
L
of all other trades. Cut and frame all openings re-
quired by other trades. Structural members shall not
be cut, notched, or drilled except as shown or noted
on drawings, and as allowed in areas of low stress as
specified hereinafter.
3. MATERIALS
3.1 Lumber: Coast (See Wood Handbook. U.S. Department of
Agriculture, Forest Products Laboratory, Forest Service.
L Agriculture Handbook No. 72 of August 1974) Douglas fir:
3.1.1 Sawn lumber:
L 3.1.1.1 Members 2" to 4" thick and 2" to 4"
wide: No. 1 Structural Light Framing.
r3.1.1.2 All other: No. 1.
3.1.2 Glued laminated lumber:
L
L
L
ROUGH CARPENTRY
61 -3
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
3.1.2.1 Beams and girders: Combination 24F -V4
per Table 1 of AITC 117 -79 -- Design.
3.1.2.2 Columns and posts: Combination 5 per
Table 2 of AITC 117 -79 -- Design.
3.1.2.3 Laminating adhesive: Wet -use phenol
resorcinol based adhesive per Volunt-
ary Product Standard PS 56 -73,
"Structural Glued Laminated Lumber"
of the National Bureau of Standards,
U.S. Department of Commerce.
3.1.2.4 Appearance grade: Industrial Appearance
Grade per AITC 110 -80. Surfaced on all
four sides.
3.1.2.5 Protection: Per AITC 111 -79 including
but not limited to sections cited here -
inbelow.
3.1.2.5.1 End sealer: Per Section
2.2.1.
(
3.1.2.5.2 Surface sealer: Per Sections
3.1.2.1 (a) and 3.1.2.1 (b)
of AITC 111 -79.
3.1.2.5.3 Wrapping: Individual wrap-
ping per Section 4.3.1.
3.1.1 Plywood: Structural 1 per U.S. Product Standard
PS 1 -74 by the National Bureau of Standards,
Grade C -C unless otherwise shown.
3.1.4 Treated wood: No. 1 Coast Douglas fir conforming
with U.B.C. Std. No. 25 -12. When treated members
L
are cut to special shape or size such cutting or
shaping shall be performed before treatment.
Where members are inadvertantly cut or countersunk
for flush installation of bolt heads, after treat-
ment, the cut surfaces shall be painted with two
saturating coats of hot (200 °F) creosote before
installation.
3.2' Bolts and lag screws: ASTM A 307 -78, Grade A.
ROUGH CARPENTRY 61 -4
i
r • •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
3.3 Nails: Conform with U.B.C. Std. No. 25 -17.
3.3.1 Flooring nails: "Screw -rite" common pallet
nails as manufactured by The Independent Nail
Corporation, Bridgewater, Massachusetts.
3.3.2 All other: Common wire nails.
3.4 Framing hardware such as joint hangers, post bases,
nails,.etc.: "Strong Tie Connectors" as manufactured
f by the Simpson Company or equal, as approved in writing,
ti' by the Engineer. Framing hardware is identified on the
project design drawings by alphanumeric notations which
( are taken from Simpson's Catalog No. 81 H -1 and are
called Model Nos. therein.
3.5 Steel plates and shapes: ASTM A 36 -77a.
3.6 Light gauge steel: ASTM A 446 -76, Grade A, unless
otherwise indicated.
3.7 Powder driven fasteners: Comply with I.C.B.O. Research
Committee Recommendations contained in Report No. 1639
and Report No. 1147.
3.8 Sheathing paper: 15 pound asphalt saturated organic
felt per Section 32.103 of U.B.C. Std. No. 32 -1.
Install sheathing paper at exterior wall sheathing and
as indicated on the project design drawings.
( 4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive rough
L carpentry work. Beginning work constitutes acceptance
of existing conditions as satisfactory.
4.2 Install all wood framing making proper provisions for
L work of other trades. Do all cutting of wood required
to accommodate plumbing, heating and ventilating,
electrical and other trades. Fit neatly around all
exposed items such as outlet boxes, conduit, pies and
ducts.
L 4.3 Install plywood sheathing with long dimension perpend-
icular to joists. Install wall sheathing with long
dimension vertical. All plywood sheathing shall have
all edges blocked and nailed. All plywood shall be
'L
LROUGH CARPENTRY 61 -5
i
0 0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
f layered with or best face on exposed side.
4.4 Rough framing: Fit closely; set accurately to required
lines and levels and secure rigidly in place. Set
horizontal and inclined members with crown edge up.
Structural members shall provide full contact at all
bearing surfaces. Small holes equal in diameter to
' a or less, of the dimension of the member involved
may be drilled in the middle ; of the depth of and
the middle 3/4 of the span of any member.
4.4.1 Studs: Make walls and partitions of nominal
2x4 studs at 16 inches on center. Unless
otherwise indicated or required to be larger
to accommodate mechanical or electrical equipment,
piping and fixtures or equipment of any other
trade. Unless otherwise specified, all panels,
valve covers, cleanouts, devices, access doors,
recessed cabinet boxes, etc. shall be mounted
flush with the adjacent wall surface. When
any such item is of a depth where it is not
practical to use solid studding to the full
thickness of the wall, the wall shall be furred.
When furring is required it shall extend the
full width of the room on the wall in which
it occurs and from floor to roof or ceiling
joists. The studs comprising all interior
partitions and the wall material affixed to
them shall extend from floor to ceiling joist
framing except as otherwise indicated.
4.4.2 Top plates in bearing partitions shall be
doubled and lapped at each intersection with
walls or partitions. Stagger joints in upper and
lower members of top plate not less than 4 feet.
Provide blocking not less than 2 inches in
thickness of same width as studs as follows:
L Stud partitions or walls more than 8 feet, but
not more than 14 feet in height shall have one
row of blocking fitted snugly and nailed into
L mid - height of stud. Walls or partitions over
14 feet in height shall have two or more rows
of blocking. Locate rows of blocking so that
in no case will the distance between sole or
top plates and blocking or between lines of
blocking exceed 8 feet.
L4.4.3 Frame corners solid where stud walls or part-
ROUGH CARPENTRY 61 -6
j • •
CORPORATION YARD IMPROVEMENTS
�. CITY OF NEWPORT BEACH, CALIFORNIA
itions meet, or as indicated on drawings.
L
l
t.
LROUGH CARPENTRY 61 -7
4.4.4 Provide headers and side members at all wall
openings larger than 4 feet in any dimension.
4.4.5 Wood backing and nailing strips: Provide all
wood backing, furring or blocking indicated or
required for proper installation and attachment
of work of other trades. Form lumber which
has been cleaned and is in sound condition may
C
be used, unless other material is indicated.
4.5 Do not suspend loads (weight) from 2x4 roof framing
members except:
4.5.1 Acoustical tile ceilings in light metal
rsuspension
systems.
t
4.5.2 Heating, ventilating, and air conditioning ducts
which do not exceed two square feet in cross
((
sectional area.
4.5.3 Sprinkler pipes with 3 inch, nominal, maXimum
4
diameter.
`
4.6 Cleanup: Remove all unused materials, empty containers,
trash and debris, and tools and equipment associated with
and resulting from execution of rough carpentry work.
Leave site in clean condition ready for subsequent work
by others or occupancy by the Owner, whichever applies.
L
l
t.
LROUGH CARPENTRY 61 -7
1 i •
CORPORATION YARD IMPROVEMENTS
( CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 62
FINISH CARPENTRY
1. SCOPE
1.1 Provide all labor, materials and equipment required
for finish carpentry work, complete, as shown on the
project design drawings and /or as specified herein
including but not limited to:
1.1.1 Wood trim.
1.1.2 Finish carpentry work necessary to receive and
adjoin other work.
1.1.3 Related work in other sections.
1.1.3.1 Cabinet work.
1.1.3.2 Hardware.
2. CONDITIONS
2.1 Specifications:
2.1.1 Nothing in the division of these specifications
into sections relieves the Contractor from
examining all sections for interrelated items
of work.
2.1.2 The work of this section is subject to the
�.v provisions of the General, Supplementary
General, and Special Conditions of these
Lspecifications.
2.2 Finish carpentry work shall conform with all applicable
provisions, requirements, and recommendations; not in
conflict with the project design drawings and /or
project specifications of the standards following:
L 2.2.1 1979 Edition of the Uniform Building Code
(U.B.C.) and Uniform Building Code Standards
(U.B.C. Std.) as referenced.
L2.2.2 American Society for Testing and Materials
(ASTM) standards referenced.
L
L
L
FINISH CARPENTRY
62 -1
f 0 •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.2.3 Woodwork Institute of California Manual of
r Millwork ( WICMM) adopted January 1, 1978.
2.3 Wood trim finish: Transparent.
2.4 Wood trim grades: Custom grade except where Premium
grade called for on drawings.
2.5 Provide WICMM Certified Compliance Certificate for all
finish carpentry delivered to site.
2.6 Submit samples and shop drawings of all finish carpentry
work before installation. Do not install finish
carpentry until samples and shop drawings approved, in
writing, by Engineer.
3. MATERIALS
3.1 Materials specified herein per WICMM numbers refer to
lumber grades listed and identified in WICMM.
3.1.1 Interior and exterior hardwoods: Section 4.
j Select red birch.
3.1.2 Interior and exterior softwood plywood:
Section 5 Douglas fir, grade A -A, except
as shown otherwise.
4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive finish
carpentry work. Beginning work constitutes acceptance
of existing conditions as satisfactory.
4.2 Deliver materials when project construction is ready for
its immediate installation. Store in clean, dry locations
until installed.
4.3 Backprime all finish carpentry work before installation
with one coat of bailed linseed oil.
4 4.4 Finish carpentry work shall be facbricated and installed
L only by qualified craftsman experienced in this trade.
4.5 Fabrication of finish carpentry shall be based upon
field measurements of completed portions of project which
are to receive finish carpentry work.
L
FINISH CARPENTRY
62 -2
If
l
l
l
C
L
E..
iL
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.6 Cleanup: Remove all unused materials, empty containers,
trash and debris and tools and equipment associated with
and resulting from execution of finish carpentry work.
Leave site in a clean condition, ready for subsequent
work by others or occupancy by the Owner whichever
applies.
FINISH CARPENTRY
62 -3
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 63
CABINET WORK
1
1. SCOPE
1.1
Provide
all labor materials and equipment required for
cabinet
work, complete, as shown on the project design
drawings
and /or as specified herein including but not
limited
to:
w
1.1.1
Toilet room vanity tops.
1.1.2
Cabinets.
�.
1.1.3
Cabinet work necessary to receive and adjoin
other work.
(
E
1.1.4
Related work in other sections.
1.1.3.1 Finish carpentry.
1.1.3.2 Painting.
1.1.3.3 Rough Carpentry.
2. CONDITIONS
2.1
Specifications:
2.1.1
Nothing in the division of these specifications
into sections relieves the Contractor from
[^;
examining all sections for interrelated items of
work.
L
2.1.2
The work of this section is subject to the
provisions of the General, Supplementary
General, and Special Conditions of these
Lspecifications.
2.2
Cabinet
work shall conform with all applicable pro-
visions, requirements and recommendations; not in
conflict with the project design drawings and /or
project
specifications of the standards following:
i
2.2.1
1979 Edition of the Uniform Building Code
L
(UBC) and Uniform Building Code Standards
(UBC Std.) as referenced.
t
L
CABINET WORK 63 -1
1
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.2.2 American Society for Testing and Materials
(ASTM) standards referenced.
2.2.3 Woodwork Institute of California's Manual of
�. Millwork (W.I.C.M.M.) 1978 Edition.
2.3 Provide shop drawings for all cabinet work. The
W.I.C.M.M. Certified Compliance Grade Stamp indicating
the grade specified shall be affixed to the casework
shop drawings, certifying that the casework will be
manufactured in accordance with the W.I.C.M.M. grade
specified.
2.4 Field measure all construction which is to receive
cabinet work. Detail and fabricate cabinet work as
required to fit and be compatible with adjacent and
supporting construction.
2.5 All millwork shall be manufactured in accordance with
the standards established in the latest edition of the
Manual of Millwork of the Woodwork Institute of
{ California in the Grade or Grades hereinafter specified
{ or as shown on the drawings..
2.6 Before delivery to the job site, the millwork supplier
I_ shall issue a W.I.C.M.M. Certified Compliance Certi-
ficate indicating the millwork products he will
furnish for this job and certifying that they will fully
meet all the requirements of the Grade or Grades
specified.
2.7 Each unit of casework shall bear the W.I.C.M.M. Certi-
fied Compliance Grade Stamp indicating the grade
specified.
L2.8 Each plastic laminate counter top shall bear the
W.I.C.M.M. Cerified Compliance Grade Stamp indicating
the grade specified.
2.9 All cabinet work shall be W.I.C.M.M. Custom Grade,
flush overlay construction except where Premium Grade
is called for on drawings.
3. MATERIALS
L3.1. Lumber and plywood shall be new clean stock of the
species and W.I.C.M.M. grades shown below for the
L various uses.
i
L
i
CABINET WORK
63 -2
r • •
CORPORATION YARD IMPROVEMENTS
ICITY OF NEWPORT BEACH, CALIFORNIA
3.1.1 Use Custom Grade rotary cut Red Birch, with
a transparent finish for all cabinet work,
where solid wood is indicated.
3.1.2 Use Grade A -A Douglas fir with a transparent
finish where plywood is indicated.
3.2 Cabinet Hardware:
3.4 Provide 4" thick prefinished Marlite Designer Colors
L wall panels at locations where " Marlite" is indicated
on drawings. Trim all panel edges, corners and joints
with extruded aluminum moldings in colors to match
Lpanel colors. Colors shall be as selected by Engineer
L
CABINET WORK
63 -3
3.2.1 Finish: US 10 Dull Bronze of US 26D Dull
Chrome as selected by Owner's designated
representative.
3.2.2 Hinges: 2 -'h ", five knuckle, loose pin,
wrap around type made of .093" thick steel.
3.2.3 Catches: Magnetic type all metal construction,
no plastic E.B. Bradley, Stanley, or Epco
Magna -Tite No. 591.
3.2.4 Locks: 0737 x 2540 MK by Corbin, Eagle or
National Lock.
3.2.5 Elbow catches: Plated cast iron - Stanley,
B.B.W., or Ives No. 2F15.
L
3.2.6 Drawer guides: K &V, Garcy, or Grant No. 335;
load rating of 100 lbs. for a 22 inch guide.
3.3 Laminated plastic counter tops and splashes shall be
W.I.C.M.M. Custom Grade, with fully formed edge
.- covering with 4" splash. Each top shall bear the
�y
W.I.C.M.M. Certified Compliance Grade STamp indicating
the grade specified, and the top fabricator shall furnish
a W.I.C. Certified Compliance Certificate certifying
L
the tops he will furnish for the W.I.C. grade specified.
Fabricate in the shop. Apply to 3/4" thick, stable wood
base material which will not photograph through the
plastic. Adhesive for laminating shall be Urea Form-
L
aldehyde type, water resistant, to conform with Feb.
Spec. MMM -A -188. Conform to W.I.C. standards for
r
Custom Grade. Self -edge all work, unless otherwise
indicated on drawings.
3.4 Provide 4" thick prefinished Marlite Designer Colors
L wall panels at locations where " Marlite" is indicated
on drawings. Trim all panel edges, corners and joints
with extruded aluminum moldings in colors to match
Lpanel colors. Colors shall be as selected by Engineer
L
CABINET WORK
63 -3
4.6 Installation of Plastic Laminate Counters:
L 4.6.1 Install all work in accordance with best trade
practice. Scribe all counters and backsplashes,
where they occur, to adjacent walls to preclude
the use of caulking or joint fillers. Securely
LCABINET WORK 63 -4
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
from manufacturer's standard colors.
('
3.4.1 Submit brochures, and color samples for
approval and color selections.
[.
3.4.2 Install materials in accordance with manufacturer's
recommendations.
4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive cabinet
work. Beginning work constitutes acceptance of existing
i,
conditions as satisfactory.
4.2 Take such field measurements as may be required for
cabinet work, and be responsible for same. Report any
major discrepancy between plan and field dimensions to
the Engineer through proper channels.
I4.3
All installation shall be done by experienced craftsmen
under direct factory supervision. All fixed cabinets
shall be plumb, level and securely attached to the wall
I
or floor using established methods which meet all legal
requirements.
4.4 Filler panels and scribe strips or mouldings, as required,
shall be properly scribed to adjacent work and securely
attached to the cabinets.
4.5
Installation of cabinet work:
4.5.1 Perform work in accordance with the best
standards of practice to the trade, and under
supervision of competent foremen, who shall
carefully plan and lay out work as required to
carry out the intent of the drawings, and to
properly accommodate work of other trades.
Accurately scribe and fit cabinet work into the
L
respective locations, plumb and level. Perm-
anently secure in proper position with the
current fasteners, in concealed manner wherever
possible.
4.6 Installation of Plastic Laminate Counters:
L 4.6.1 Install all work in accordance with best trade
practice. Scribe all counters and backsplashes,
where they occur, to adjacent walls to preclude
the use of caulking or joint fillers. Securely
LCABINET WORK 63 -4
L
r CORPORATION YARD IMPROVEMENTS
} CITY OF NEWPORT BEACH, CALIFORNIA
r attach counters to the base cabinets in a
` rigid and permanent manner, plumb and level.
4.7 The entire installation shall present a workmanlike
appearance, without open joints, tool marks or other
blemishes.
r 4.8 Cleanup: Remove all unused materials, empty containers,
! trash and debris, and tools and equipment associated
with and resulting from execution of cabinet work. Leave
site in a clean condition ready for subsequent work by
others or occupancy by the Owner whichever applies.
L
L
I
L
L
L
CABINET WORK 63 -5
r 9 •
CORPORATION YARD IMPROVEMENTS
1 CITY OF NEWPORT BEACH, CALIFORNIA
as adopted by the City of Newport Beach,
California.
2.3.2 Uniform Building Code Standards (U.B.C. Std.)
1979 Edition as referenced.
2.3.3 American Society for Testing and Materials
(ASTM) Standards as referenced.
{ 2.3.4 American National Standards Institute stand-
ards referenced.
2.4 Weather and Temperature Conditions:
2.4.1 Perform no exterior caulking work when
![ raining or when surfaces involved are moist
or damp.
[ 2.4.2 Install caulking and sealants only when ambient
( temperatures are within the limits of 50 to 80
degrees F.
2.5 Certificate of Compliance: Upon completion of work of
this section a Certificate of Compliance shall be issued
by the caulking and sealant manufacturers attesting that
project drawings and specifications were faithfully
followed.
2.6 Descriptive Data: Submit at the same time samples are
I submitted.
2.7 Samples: Submit cured samples of materials. Do not
install caulking and sealants until descriptive data
and samples have been approved in writing by Engineer.
L 2.7.1 Colors shall be selected by the Engineer to
match adjoining surfaces.
L 2.8 Delivery and Storage of Materials: Deliver caulking
and sealant in factory labeled, unopened containers.
j Store on site, under cover.
L2.9 Extended Guarantee: Furnish a written guarantee
covering materials and workmanship for a period of
Two Years from date of acceptance.
�- 3. MATERIALS
( 3.1 Primers: Non - staining type, as recommended and furnished
LCAULKING AND SEALANTS 72 -2
i
L
1 • 0
f CORPORATION YARD IMPROVEMENTS
1 CITY OF NEWPORT BEACH, CALIFORNIA
by sealant manufacturer for each material and condition.
3.2 Back -up Material: In joints deeper than recommended
depth of sealnt, provide non -oily, non - staining,
neoprene, or other filler completely compatible with
the measured width of joint so sufficient pressure
is exerted by filler against joint sides to provide
substantial resistance against desplacement.
3.3 Exterior Sealants
3.3.1 Acrylic Terpolymer Sealant: One part, non -
sag type. "Mono", by The Tremco Mfg. Co.,
or "60 +Unicrylic" by the Pecora Corp.
3.3.2 Polyurethane Sealant: Two -part, non -sag
(gun- grade). Conform to or exceed Federal
Spec. TT- S- 00227E, Type II, Class A.
3.4 Interior Sealants:
3.4.1 Interior Sealants shall be the low odor type.
Use one of the following in interior areas
only:
3.4.1.1 AC -20 Acrylic Latex Calk by Pecora
Corp.
3.4.1.2 BC -158 Butyl Rubber Sealant by the
Pecora Corp.
4. WORKMANSHIP
4.1 Examine surfaces and work to receive caulking and
sealants work. Beginning work constitutes accept-
ance of existing conditions as satisfactory.
4.2 Preparation:
4.2.1 Submit sealant manufacturer's printed preparation
and application instruction to the Engineer and
Lfurnish copies to all trades concerned.
4.2.2 Joint preparation:
L4.2.2.1 Do not start joint preparation work
in concrete or masonry until concrete
Lhas fully cured.
j
r
i
i
i
i
�r
L
L
L
L
rr;}
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.2.2.2 Clean surfaces free of dirt. Brush
out and remove dust with compressed
air.
4.2.2.3 Areas to receive polyurethane sealant.
Clean surfaces with mineral spirits and
allow to dry.
4.2.2.5 Where priming is required, prime in
accordance with sealant manufacturer's
recommendations.
4.3 Backing Material Installation:
4.3.1 If joints have no backing or are over 3/4"
in depth, install backing material so that
joint depth, unless otherwise recommended by
sealant manufacturer, does not exceed 50%
of joint width if ;" or more, 100% joint width
if joint width of less than a ".
4.4 Installation:
4.4.1 Protection: Carefully protect adjoining
surfaces from staining. Where necessary to
maintain clean lines and protect adjoining
surfaces, install a removable type of masking
material. Remove masking 5 to 10 minutes
after joint is filled and tooled. Sealant shall
be immediately removed from unmasked surfaces
not requiring the caulking; restore the finish
as required. Where cleaning and restoration
is not acceptable, remove the affected work and
provide new work conforming to the original
specifications for new undamaged materials, as
directed by the Structural Engineer at no extra
cost to the Owner.
4.4.2 Apply sealants with hand - pointing tools, hand -
operated pressure guns, or air - operated guns
with reciprocal pumps and hoses.
4.4.3 Fill joints completely flowing into joint to
backup material, spreading laterally without
voids to full contact with joint sides.
4.4.4 Tool joint surfaces smooth with water or sol-
vent of type and in manner recommended by sealant
manufacturer.
CAULKING AND SEALANTS 72 -4
r • �
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.5 Sealant Installation:
4.5.1 Except as noted above, apply sealant to all
locations noted on drawings or where required
to provide watertight building.
4.5.2 Acrylic - Terpolymer Sealant: Use for caulking
vertical and miscellaneous work.
Joints - Maximum of �" wide x 35" deep.
Maximum of 1/8" side, metal to metal.
rrMaximum of 4" wide for all others.
le
4.5.3 Polyurethane Sealant: Use for caulking joints
in control joints; expansion joints for floors;
exterior and interior horizontal work; else-
where subject to foot and wheeled traffic,
except as shown.
Joints - Maximum of 1" wide x %" to h" deep.
Maximum of k" wide x 4" deep.
4.6 Sealants, General:
Ldepth
4.6.1 Where joints exceed the specified maximum
of sealant, install the specified
back -up material in the void.
4.6.2 Where joints exceed 31" width, or joint width
L
L
is shown or required to exceed depth, provide
compatible plastic tape covering to prevent
bonding of sealant to back -up material.
4.6.3 Apply sealant under sufficient pressure to
completely fill the joint. Finish exposed
joints smooth, flush with surface or recessed
where indicated.
4.7 At completion of work, remove trash, excess materials,
falsework, etc. from site. Leave site in clean cond-
ition to receive subsequent construction.
L
L
L
L
1
CAULKING AND SEALANTS
72 -5
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
( SECTION 71
INSULATION
1. SCOPE
(
1.1 Provide all labor, materials, and equipment required
t
for insulation work, complete, as shown on the project
design drawings and /or specified herein including but
not limited to:
1.1.1 Blanket insulation.
1.1.2 Batt insulation at exterior walls and at
interior partitions.
1.1.3 Insulation work necessary to receive and
adjoin other work.
1.1.4 Related work in other sections.
1.1.4.1 Board insulation under built up
roofing.
�-
1.1.4.2 Rough framing.
1.1.4.3 Window wall.
2. CONDITIONS
2.1 Specifications:
2.1.1 Nothing in the division of these specifications
into sections relives the Contractor from
examining all sections for interrelated items
of work.
2.1.2 The work of this section is subject to the
provisions of the General, Supplementary
r
General, and Special Conditions of these
rL
Specifications.
2.2 Insulation work shall conform with all applicable
provisions, requirements, and recommendations;
not in conflict with the project design drawings
and /or project specifications of the standards
following:
Li
INSULATION
71 -1
r • •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
2.2.1 1979 Edition of the Uniform Building Code
(U.B.C.) and Uniform Building Code Stand-
ards (U.B.C. Std.) as referenced.
2.2.2 American Society for Testing and Materials
(ASTM) Standards referenced.
2.2.3 Title 24, Part 6, Division T -20, Chapter 2,
Subchapter 4 of California Administrative
Code.
2.2.4 Federal Specifications referenced.
3. MATERIALS
3.1 Blanket and Batt insulation: Conform to Federal
Specifications H- H- 1 -521E. Type II. Owen- Corning
f Fiberglass Corporation paper backed or approved
[ equal. 3 -5/8" thick at partitions and 6" thick
at ceiling. "R" valve for insulation: 19 at roof,
11 at walls and partitions.
4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive in-
sulation work. Beginning work constitutes accept-
ance of existing conditions as satisfactory.
4.2 Install insulation in compliance with manufacturer's
recommendations.
4.3 Deliver materials to job in manufacturer's original
" unopened packaging. Adequately protect against
damage while stored at the site. Deliver so that
stocks of materials on the site will permit un-
interrupted progress of the project.
t 4.4 Take precautions to protect all insulation, both
L during and after installation from damage of any
kind until covered.
4.5 Cleanup: Remove all unused materials, empty con-
tainers, trash and debris, and tools and equipment
associated with and resulting from execution of
insulation work. Leave site in a clean condition
ready for subsequent work by others or occupancy
by the Owner whichever applies.
L
LINSULATION 71 -2
L
C CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
` SECTION 75
l,.
ROOFING
1. SCOPE
L
G
L
ROOFING
75 -1
1.1
Provide all labor, materials, and equipment required
for roofing work complete as shown on the drawings
1
and /or as specified herein including but not limited
to the following:
la
1.1.1 Built up composition roofing at Buildings A,
B, D, K.
1.1.2 Rigid board insulation below built up compo-
sition roofing at Buildings A, B, D, K.
C
1.1.3 Flashing at parapets and roof penetrations
and roof platforms.
1.1.4 Install roof walkways as required to provide
[
access to roof hatches and to all sides of
roof mounted mechanical equipment such as air
conditioning machines, air handling units,
i
i L
furnaces, etc.
1.1.5 All roofing work necessary to receive and
(
t
adjoin other work.
1.1.6 Clean up.
1.1.7 Related work in other sections.
1.1.7.1 Sheet metal.
1.1.7.2 Light weight insulating concrete.
2. CONDITIONS
2.1
Nothing in the division of these specifications into
sections relieves the Contractor from the responsibility
of examining all sections for interrelated items of work.
2.2
The work of this section is subject to the provisions
L
of the General, Supplementary General, and Special
Conditions of these specifications.
L2.3
Roofing shall conform with all applicable provisions,
L
G
L
ROOFING
75 -1
2.4.4 That repairs or replacements necessary to correct
lack of compliance with any of above mentioned
conditions, will be made immediately without cost
to Owner.
f. 2.4.5 Guarantee shall be effective from date of accept-
ance of work by Owner.
L2.5 General:
2.5.1 All work shall be done in dry weather. All
L under surfaces shall be dry before application
of roofing materials and water - proofing. Moisture
content of plywood decks shall not exceed 12 %.
2.5.2 All surfaces shall be smooth, dry and swept clean,
LROOFING 75 -2
L
CORPORATION YARD IMPROVEMENTS
(
CITY OF NEWPORT BEACH, CALIFORNIA
requirements, and recommendations; not in conflict
`
with the project drawings and /or specifications; of
1
the standards following:
`.
2.3.1 City of Newport Beach Building Code, herein-
after referred to as the "Code ". The Code
is City Ordinance No. 1773, which is an
amended version of the 1976 Uniform Building
Code.
2.3.2 Uniform Building Code Standards, 1976 Edition
Y
rj
(U.B.C. Std.) referenced.
2.3.3 American Society for Testing and Materials
f
(ASTM) Standards referenced.
1
2.3.4 Federal Specifications referenced.
(.
2.4 Guarantee: Before work will be accepted, Contractor shall
deliver into hands of Owner a written guarantee for two
years stating following:
1
2.4.1 That roofing including all metal and built -up
flashings, counterflashings expansion joints,
water - proofing membrane will be maintained
watertight.
2.4.2 That any defective materials and /or workmanship
which may become evident within two year guarantee
period will be replaced with proper new materials.
'
2.4.3 That roofing will lay smooth and even.
2.4.4 That repairs or replacements necessary to correct
lack of compliance with any of above mentioned
conditions, will be made immediately without cost
to Owner.
f. 2.4.5 Guarantee shall be effective from date of accept-
ance of work by Owner.
L2.5 General:
2.5.1 All work shall be done in dry weather. All
L under surfaces shall be dry before application
of roofing materials and water - proofing. Moisture
content of plywood decks shall not exceed 12 %.
2.5.2 All surfaces shall be smooth, dry and swept clean,
LROOFING 75 -2
L
r � •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
free of dust, debris or other loose materials.
Inclined surfaces shall have been graded to
drain to outlets.
2.6 Deliver materials to job site in manufacturer's original
unopened packaging. Fully protected against wetness or
damage while temporarily stored. .Materials designated
for a specific application shall be the products of
f one manufacturer.
2.7 Before delivery to job site roofing the manufacturer shall
provide certificates indicating all materials fully meet
` or exceed requirements to the grade or grades specified.
2.8 Test cuts shall be taken at Contractor's expense. One
test cut 4" x 36 ", shall be taken, as directed by the
Engineer, for each 2000 square feet of roof area, or
part thereof, but at least one cut shall be taken per
building. Test cuts shall be taken prior to the final
surfacing, where final surfacing is gravel. Test cuts
shall be weighed and visually inspected on the job site
and then removed for delivery to a testing laboratory
I selected by the Engineer. Additional test cuts may be
taken if the Engineer has reason to believe that specifi-
cations have not been followed in completing the roofing
l application. Areas from which test cuts have been taken
shall be repaired in the following manner: Test cut
procedure and analysis of test cut specimens shall con-
form with ASTM D2829 -76 except as specified herein.
2.8.1 Coat area from which
taken evenly, bottom
plastic roof cement.
and set in alternate
cement to fill the c
surrounding roofing.
the test cut has been
and sides with asphalt
Cut roofing felts to fit
layers of felt and plastic
it -out flush with the
L
2.8.2 Apply the same number of plies and types of
roofing felts as used in the roofing specification
over the repaired cut -out area. Extend first
layer 4" beyond the cut -out on all sides. Extend
L
each succeeding layer 4" beyond the underlying
layer, except that the final layer shall be full
width of the roll, centered over the samples.
Each ply shall be mopped solidly to the under-
L
lying plies, so that nowhere will felt touch
felt.
L2.8.3
On slopes greater t ±an �" and 12 ", nail the
ROOFING
L
75 -3
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
upper ply with appropriate fasteners, 6"
down from the upper edge of the sheet.
Fasteners shall be spaced not more than
4" o.c. After nailing is completed, the
( top two plies shall be folded back down
■ over the nail heads and mopped in solidly.
■ 2.9 Remove and replace roofing represented by test cuts
which reveal non - compliance with project design
drawings and/or specifications.
2.10 Remove and replace roofing where blisters, fish mouth,
delamination, damaged roofing occur.
3. MATERIALS
3.1 Built up roofing: Conglas R1 -24P -CAP as manufactured
by Consolidated Fiber -Glass Products Company, In-
corporated of Bakersfield, California. See Conglas
publication CG46 -81 5000.
3.2 Roof walkways: "Dek -Top" as distributed by Asphalt
l., Products Oil Corporation, Long Beach, California.
Roof walking material shall be h" thick x 3` -6"
wide x 6' -0 ", maximum, panels.
3.3 Rigid board insulation: Johns - Manville "C -5 Fesco-
Foam". See Johns - Manville publication BU -274A 8 -80
in 1981 Sweet's Catalog File.
3.4 Hot mop: ASTM D 312, Type IV.
3.5 Plastic roof cement: ASTM D 2822 -75.
L 3.6 Fasteners for rigid insulation board: "Roofgrip"
fasteners and "Roofgrip" plates as manufactured
by the Building Division of Illinois Tool Works,
Inc.
4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive built -
up roofing work. Beginning work constitutes accept-
ance of existing conditions as satisfactory.
( 4.2 Roofing shall be constructed by a contractor approved
L by the roofing manufacturer. Roofing manufacturer shall
be notified 4 days prior to commencing installation of
Lroofing. Do not begin roofing work until substrate
L
ROOFING
75 -4
f CORPORA'I "O\ YARD IMPROVEMEN-TS
1 i CITY OF AVORT BEACH, CALIFOR \IA
2..2.1 1979 Edition of the Uniforn: Building Codc (U.B.C.)
and Uniform Building Code Standards (U. L.C.St,d. )
referenced.
2.2.2 American Society for Testing and Materials (ASTM)
standards referenced.
2.2.3 American Standard Institute standards for Sealing.
( 2.2.4 Architectural Aluminum Manufacturers Association
} (AAMA) standards referenced.
i2.2.5 Aluminum Association (A.A.) standards referenced.
2.3 Submit shop drawings of all doors and windows called for and
r specified herein showing sizes, details of joints, connections,
construction and installation, and finishes. Submit 4 copies of
shop drawings. Do not construct entrance doors or curtain wall
framing system until receipt of approved shop drawings.
2.4 Deliver all entrance doors and curtain wall framing systems
material under protective cover and store in dry, enclosed
spaces at the site.
2.5 Submit two 12 -inch long samples of each entrance door framing
�- members and each curtain wall framing system component.
Include finishes specified herein showing maximum color variation.
Resubmit any color variation samples required by Contractor.
L Submit any special finish samples before treating quantities
of metal for the Work.
2.6 All aluminum entrance door, entrance door framing, and curtain
wall framing system components shall be supplied by a single
manufacturer.
L 2.6.1 Metal Curtain Wall, Window, Store Front and Entrance
Guide Specifications Manual of the Architectural
Aluminum Manufacturers Association (AAMA Specs.)
L2.7 All exposed aluminum work shall be fabricated by a single
fabricator.
i
L
L
2.8 All exposed aluminum specified in this Section shall be free
from alloy defects, die markings, scratches, blisters, "leave -off"
marks or other surface blemishes.
ENTRANCE DOOR AND CURTAIN WALL
FRAMING SYSTEM
CORPORATION #RD IMPROVEMENTS"
CITY OF I T BEACH, CALIFORNIA
2 -9 Provision for Thermal Movements
2.9.1 Curtain wall framing system and entrance doors
framing systems shall be designed to provide for such
` expansion and contraction of component materials as
will be caused by a surface temperature ranging from
20° F. to 150° F. without causing buckling, stresses
on glass, failure of joint seals, undue stress on
structural elements, damaging loads on fasteners,
reduction of performance, or other detrimental
effects. Operating door shall function normally
over this range.
2.10 Structural properties
( 2.10.1 Curtain wall framing system and entrance doors
framing systems shall be designed to withstand the
following wind loads acting normal to the plane of the wall.
2.10.1.,1 15 psf acting inward.
2.10.1.2. 15 psf acting inward.
2.10.2 The deflection Of any framing member in a direction
normal to the plane of the wall when subjected to a
L uniform load deflection test at design pressures
specified- above, in accordance with the ASTM E 330 -70
shall not exceed 1/ 175 of its clear span.
2.10.2.1 The deflection of framing members adjaent to
plastered walls shall not exceed y360 of the
span involved.
2.10.2.2 Maxi!limm fiber stress shall be limited to that
by Chapter 28 of the U.B.C. but greater than
5510 of the yield strength of the material of the
curtain wall framing system or the entrance
door or the entrance door framing systems.
,I
I
L
LENTRANCE DOOR AND CURTAIN WALL
FRAMING SYSTEM 89 - 3
L 2.10.2.7 1000 pounds normal to the plane of the wall
representing the equipment load plus 1 /3rd of
of the inward acting design wind load.
L
L
ENTRANCE DOOR AND CURTAIN WALL
I L FRAMING SYSTEM 89 - 4
L
• CORPORAT ,*YARD IMPROVEMENTS
CITY OF ORT BEACH, CALIFORNIA
2.10."2.3 Uniform load structural test shall be conducted
in accordance with ASTM E 330 -70. Inward
and outward acting test pressures shall be :equal
to 1.5 times the inward and outward acting
design wind pressures specified in 2.10.1.
At the conclusion of these tests there shall be no
glass breakage, permanent damage to fasteners
or anchors, hardware parts or actuating
l
mechanisms. Windows, doors, and operating
hardware shall function satisfactorily. Main
curtain wall, store front and entrance framing
members shall have no permanent deformation
n
in excess of 0.2% of their clear span. Window
door, and panel members shall have no permanent
deformation in excess of 0.4% of their span.
2.10.2.4 Deflection Measurements shall be made from
gauges located on the vertical mullions and
'
the horizontal members at the following points.
2.10.2.4.1 Mid- points of spans and at
I
support points.
2.10.2. 5 The deflection of any member in a direction
parallel to the plane of the wall, when carrying
its full dead load, shall not exceed an amount
which will reduce the glass bite below 75% of the
design dimension and the member shall have a
1/8" minimum clearance between itself and the
top of the fixed panel, glass, or other fixed part
f
immediately below. The clearance between the
member and an operable window or door shall
be at least 1/16 ''.
2.10.2.6 Curtain wall framing members serving as guide
rails for window cleaning equipment shall be
L
designed to carry the folbwing concentrated
loads at mid -span.
L 2.10.2.7 1000 pounds normal to the plane of the wall
representing the equipment load plus 1 /3rd of
of the inward acting design wind load.
L
L
ENTRANCE DOOR AND CURTAIN WALL
I L FRAMING SYSTEM 89 - 4
L
( CORPORATION RD IMPROVEMENTS
1 CITY OF NEWP BEACH, CALIFORNIA
2_10.2.8 300 pounds applied h ori zont ally Raralle I to
the plane of the wall.
2.10.2.9 Under thses loads the maximum deflection
normal to the plane of the wall shall be 1 % 360
of the clear span. Maximum fiber stress
shall be as required by 2.10.2.2.
2.11 Water Penetration
2.11.1 Water penetration, in this specification, is defined as the
appearance of uncontrolled water other than condensation
on the indoor face of any part of the wall.
2.11.2 Provision shall be made to drain to the exterior face of
t the wall any water entering at joints and /or any condensa-
tion occurring within the wall construction.
L
L
L
L
L
I
2.11.3 No uncontrolled water penetration shall occurr when the
curtain wall is tested in accordance with ASTM E 331 -70.
The differential static pressure used in the test shall
be 5 psf.
2.12 Air Leakage.
1 .12.1 Air leakage through the curtain wall shall not exceed 0.06
cfm per square foot of fixed wall projected area when
tested in accordance with ASTM E 283 -73.
2.1Z • Thermal, Light and Sound Transmission Performance
2.13.1 Average calculated thermal transmittance of the
composite wall shall not exceed a U -value of 0.5...
Btuh /sqft / °F. U- values of components shall be
determined by ASTM C 236 -66 (1971).
2.13.2 Glazed areas of the wall shall meet the following
requirements:
Light transmittance, average daylight 37%
Thermal transmittance, U -value 0.5 Btuh /sgft / °F
Shading coefficient 0.55
2.13.3 The average sound transmission loss through the
composite wall shall be a minimum of 40db for the
standard frequency range of 125- 4,OOOhertz.
ENTRANCE DOOR AND CURTAIN WALL
1 FRAMING SYSTEM 89 - 5
• CORPORA YARD L.1PRC_. ='.'E_N S
CITY OF N PORT BEACh, C -IrCiRNIA
:ulations
-es of structural calculation ma e by or _or the
_ -- ractor to demonstrate compliance wi_. rase spec-
----ions shall be submitted to the �truc-. rat Engineer
- approval. Do not construct curtain v. -all framing
em until appropriate structural calc_::a tons have
_- approved, in writing, by Structural En__neer.
-.- _aural calculations shall be prezarec a
= :_ =sed civil engineer registered in Ca'i :or -'_a.
= z -ified copies of test reports of t:_e pe :fo=ance of
:_=
• CORPMATICAWARD IMPROVEMENTS
CITY OF NE ART BEACH, CALIFORNIA
ii
2.17 Warranty
1..
2.17.1 This contractor shall warrant for two years from the
date of substantial completion of the work related to
curtain wall framing system entrance doors and
entrance doors framing systems that the work is not
[
defective in workmanship or materials and conforms'
i
to the final, approved shop drawings except for
reasonable variances not impairing the usefulness or
appearance thereof. This warranty applies to both patent
and latent defects but does not include damage caused
by acts of God, ordinary wear and tear or unusual
abuse or neglect of. This warranty is in lieu of all
other warranties expressed or implied.
3. MATERIALS
3.1 Aluminum Alloys
f(
!..
3.1.1 Standard alloys shall conform to the requirements
published in the Aluminum Association's ,
(
"Aluminum Standards and Data '', and to the
l
following standards:
Sheet and plate ASTM B 209 -73
Extruded bars, rods, shapes and tubes ASTM B 221 -73
Bars, rods and wire ASTM B 211 -73
Standard structural shapes ASTM B 308 -72
Drawn seamless tube ASTM B 210 -73
Extruded structural pipe and tubes ASTIV B 429 -73
1 Sand castings ASTM B 26 -74
Permanent mold castings ASTM B 108 -73
Die castings ASTM B 85 -73
L
Welding rods and bare. electrodes AWS A 5.10
3.2 Fastener metals for joining aluminum.
L3.2.1 Aluminum to aluminum: aluminum or stainless steel.
3.2.2 Aluminum to steel: stainless steel.
L3. 3 Stainless steel fasteners: American Institute of Steel and Iron
Alloy 400 series cadmium plated.
L
LENTRANCE DOOR AND CliiiTAIN WALL
FRAMING SYSTEM 89 - 7
C'ORPC)R ION YARD IMPROVII-YE:\TS
CPP OF WPORT BEACH, CALIFOR \IA
3. 4 Anodic Coatings for Aluminum frarning mcmhers
3.,4.1 Coatings shall be continuous, fully sealed, free from powdery
surfaces and confnrm to the following minimum requirements
1 for thickness and weight..
1 Apparent
Thickness Weight Density
Architectural Class I 0.7 mil 27.,0 mgjin2 38 gln3
3.4.2 Anodic coating shall conform with Aluminum .Association
Standard AA - N12 C22 A42.
3.4.3 Anodic color shall be black,
3. 5 Quality Control for Anodic Coatings.
3. 5. 1 Samples from production lots of finished materials shall be
tested in accordance with the following methods:
3.5.1.1 Coating Thickness ASTN1 B 244 -72
3.5.1 .2 Coating Weight ASTiVI B 137-451.1972)
3. 5.2 Samples so tested shall meet the requirements of 3.4.1
3.6 Coatings of samples from production lost of finished materials shall
be seal tested in accordance with Standard Iv'.ethod of Test for
Resistance of Anodically Coated Aluminum to Staining by Dyes as
described in Aluminum Association's "Standards for Anodized
Architectural Aluminum." dated .July 1971.
E..: 3, 6.1 No staining shall be visible after the test.
I
3.7 Curtain Wall Framing System.
3. 7. 1 Curtain wall units and components shall he prodaced in
L accordance with the Structural Engineer approved drawings and
as specified herein and shall comply with all requirements
hereinabove.
L3.7.2 Curtain Wall System: Kawneer Company, Inc. 1602 Wall
(inside glazed) or equal as approved in writing by the
L Structural Engineer. Mullions and horizontal framing
members shall he 2 -1'4" % 5 -3'4" as installed,
I
ENNTRA\C'L DOOR AND CCI;TMN' \4:11.. .
FRAYING: SSSTE "M 89 - 8
L.
` CORPORAADN YARD IMPROVEMENTS
1 CITY OF NIT (PORT BFACH, CALIFORNIA
3. 7. 3 Vertical mullions shall each be one, unjointed continuous member
I
3.7.4 Glazing opening dimensions:
3.7.4.1 Minimum bite: 1/2"
3.7.4.2 Minimum edge clearance: 1 '4"
f 3.7.4.3 Minimum face clearance: 3/16"
1 3.7.5 Curtain wall framing system shall accommodate entrance door
framing systems for doors numbered 86 and 64.
l 3.7.6 Flashings and other materials used internally or externally
shall be corrosion resistant non - staining, non - bleeding and
compatible with adjoining materials. Black anodized
aluminum matching curtain wall framing system except
as shown.
�- 3. 7. 7 The installed cutain wall framing cyctern shall meet the
applicable performance requirements specified in
L2. 8, 2. 9, 2. 10, 2. 11, & 2.12.
3. 8 Glazing materials.
3.8.1 Dense neoprene gaskets complying with AAMA S G -1 -75.
3. 8.2 Setting blocks, edge blocks and spacers: Section 2.10 of
L the AAMA Specs.
3. 8. 3 Sealing Materials: Per Section 2.14 of the AAMA Specs.
4. WORKMANSHIP
4. 1 Examine surfaces and work which are to receive entrance doors and
L curtain wall framing systems. Beginning work constitutes
acceptance of existing conditions as satisfactory.
L4.2 General Design and Fabrication Criteria:
4.2.1 Members shown on drawings are diagrammatic only:
L maintain perimeter dimensions of members or finishes,
warp, surface defects, welding halo or like, will result
in rejection of the affected part by Structural Engineer.
L Take care in the allocation of members during fabrication
so approved extremes of light and dark color values do not
occur adjacent to each other. No modifications of any part
Lof structure to accommodate this work permitted.
ENTRANCE DOOR AND CURTAIN WALL
LFRAMING SYSTEM 89 - 9
CORPO TION YARD IVIPRO1EMESTS
CITY II �WJDORT REACH, CALIFORNIA
4. 2.2 Seal members as necessary to make watertight. Make
wide surfaces of members sufficiently thickened and
reinforced to prevent warps or buckles. Make glazing rabbets
U sufficiently deep to accommodate all glass or panels.
4.3 Install all work under direct supervision of manufacturer's
representatives; use mechanics skilled in this type of work.
Supervise installation of sealing work occurring in or adjacent to
this work. Erect required supporting steel work per requirements
of applicable Sections of Division 5.
4.4 Protect all work from corrosion or galvanic action which may
be caused by any material adjacent. Prime any steel supporting
work before installation.
4.5 Provide shims and anchors as required so Work is plumb, level,
etc. firmly fastened.
4.6 Design joints between adjacent units to minimize and provide for
expansion and contraction
4.7 Where units are stacked vertically, provide continuous condensate
1 gutter between with drainage holes and water -tight spices.
4.8 Calking and Sealants: Install as per Section Calking and Sealants.
4.9 Provide interior and exterior neoprene glasing beads as *required
` having a minimum of 1 12 inch grip sufface on glass. All glazing
(. shall be flush type. Any individual light shall be accessible for
removal or replacement from the interior without removing unit
j unit frames, disturbing building structure or any finish surface.
4.10 Provide any flashing, drainage or drip systems as detailed
or as required of same material as framing. Allow for weepage
of infiltrated water and condensation from within members.
4.11 Allow for expansion and contraction due to temperature variation
and building movement, taking into account the climatic conditions.
4.12 Connect to supporting structure so as to properly carry all vertical
and horizontal loads. Design horizontal members so as to carry the
vertical load tributary to them.
L
L
,L
L
4.13 Cleanup: Remove all unused materials, empty containers, trash and
debris, and tools and equipment associated with and resulting from
execution of entrance doors and curtain wall framing systems work.
Leave site in a clean condition ready for subsequent work by others
or occupancy by the owner whichever applies.
ENTRANCE DOOli AND CURTAIN WALL
FRAMING SYSTEM
89 -10
CORPORATIO. ARD IMPROVEMENTS
CITY OF NEWWRT BEACH, CALIFORNIA
SECTION 91
DRYWALL
1. SCOPE
1 . 1 Provide all labor, materials and equipment required for drywall work,
complete, as shown on the project design drawings and /or as specified
herein, including but not limited to the following:
1.1.1 All drywall work as shown on the drawings and /or specified
herein including walls and ceiling finishes.
1.1.2 All drywall work necessary to receive and adjoin other work.
1.1.3 Clean up.
1.1.4 Related work in other sections.
2. CONDITIONS
2..1 Nothing in the division of these specifications into sections relieves
the Contractor from examining all sections for interrelated items
of work.
2.2 The work of this section is subject to the provisions of the General,
Supplementary General, and Special Conditions of these specifications.
2.3 Drywall work shall conform with all applicable provisions, requirements,
and recommendations; not in conflict with the standards following.
2.3.1 Uniform Building Code (U.B.C.) 1979 Edition.
2.3.2 Uniform Building Code Standards (U. B.C. Std.) 1979 Edition
referenced.
2.3.3 American Society for Testing and Materials ASTM) Standards
as referenced.
2.4 All drywall is to be supplied by one manufacturer.
2. 5 Inspect surfaces to receive drywall before starting Work and do not
start until surfaces are acceptable. Starting Work under this
section implies acceptance of surfaces.
2.6 Store material off ground and cover against weather. Remove any
damaged materials from the site.
DRYWALL 91.-J
CORPORATI . YARD 1NIPROVEMENTS
CITY OF NE ORT BEACI3, CALIFORIIA
2.7 Comply with all applicable requirements of "American Standard
` Specifications for the Application and Finishing of Gypsum Wall- Board ",
by the American Standards Association except where more stringent
requirements are called for herein, in local Codes or by manufacturer
f of wallboard. Do all cutting and patching required to accommodate
work of other trades.
2.8 Maintain temperature of drywalled spaces in range of 55° to 90° F
until building is entirely closed and ventilate to eliminate excessive
c moisture.
3. MATERIALS
3.1 Gypsum Board: Conforming to ASTM C36 -76.
3.1.1 Use water resistant type where occuring in all toilets,
showers, bathrooms, and other areas subjected to moisture.
3.1.2 Use fire resistant, Type X, at all corridor partitions and
rated walls.
3.2 Trim and Edging: 26 gauge, electro- galvanized steel (ASTNI A 525)
with knurled surfaces for bedding cement. Provide angle corner pieces
with 1 -1 J4 inch legs at all external corners and channel type metal
trim pieces as detailed at all gypsum board edges meeting dissimilar
materials.
3.3 Corner - Guards: U.S. Gypsum Company or approved equal.
"Dur -A- Bead" type, 22 gauge. Apply in strict accordance with
manufacturer's written directions.
3.4 Nails: Annular, ring type, lengths as required by Gypsum board
thickness.
3.4.1 For wood framing: Cement coated, of lengths as required.
3.4.2 For concrete: Concrete nails of case hardened steel of
t lengths as required.
3.5 Screws: KW self- tapping sheet metal screws, blued steel, counter
L sunk Phillips heads, of lengths as required to accommodate thicknesses
of wall and ceiling construction Per AST1\+1 C 646.
3.6 Laminating Adhesives and Joint Tape: As recommended by manufacturer
Lof gypsum board. Per ASTM C 474 and ASTNI C 475.
4. WORKMA \SHIP
L4.1 Examine surfaces and work which are to receive drywall. Beginning
work constitutes acceptance of existing conditions as satisfactory.
DRYWALL 91 - 2
. CORPORATIO ARD IMPROVEDiE \T
CITY OF NEWT BEACH, CALIFORNIA
4.2 Drywall work shall conform to applicable standards as Specified
in subsection 2.3 above
4.3 Apply boards with long dimension to framing members with all abutting
ends and edges over supports. Neatly fit and stagger all end joints.
Make joints occur on different studs at opposite sides of partition.
Cut and fit neatly around all outlets and switches. Space fasteners 8"
on center along vertical edges, and 12" on center at midpoints, 3/8"
from edge of board. Fasten boards to backings specified.
4.4 Erection technique shall result in plumb and straight surfaces with
no waves or buckles, free of unevenness at joints.
4,5 Joints wider than 1/ 8" will be cause for rejection of board surface
by Architect.
4.6 If framing members are out of alignment, bowed or warped, correct to
make true surfaces before application of gypsum board. 'Use method
of correction approved by Architect. Make finish walls or ceilings
plumb and level without ridges, bows, or warps.
4.7 Taping and Finishing.
4.7.1 Mix joint and finishing compounds per manufacturer's
directions.
4.7.2 Treat angles with reinforcing tape folded to conform to
adjacent surfaces and straight true angles.
4.7.3 Center tape over joint and embed in uniform layer of joint
compound of sufficient widty and depth to provide firm and
complete bond. Apply skim coat while embedding rape.
L4.7.4 Allow compound to thoroughly dry for at least 24 hours.
4.7.5 Over joint compound and tape apply coat of finishing compound.
L Spread evenly and feather out beyond edge of board. After
first finishing coat is thoroughly dry (at least 24 hours)
cover with second coat with edges feathered out slightly
Lbeyond preceding coat.
4.7.6 Give all dimples at fastener heads and all marred spots on
L surface of board one coat joint compound and two coats
finishing compound, spplied as each coat is applied to joints.
L
DRYWALL 91 - 3
L
L
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
restrictive than the requirements or recommendations
of corresponding portions of an applicable standard.
2.3.1 City of Newport Beach Building Code, here-
inafter referred to as the "Code ". The
Code is City Ordinance No. 1773 which is an
amended version of the 1976 Uniform Building
Code.
2.3.2 1976 Edition of the Uniform Building Code
Standards (U.B.C. Std.) as referenced.
2.3.3 American Society for Testing and Materials
(ASTM) standards referenced.
2.3.4 City of Newport Beach Public Works Department
Standard Special Provisions (Std. Provisions)
For Use In Conjunction With The Standard
( Specifications For Public Works Construction.
Copies available at Public Works Department.
2.3.5 American National Standards Institute (ANSI)
I standards referenced.
L
EQUIPMENT
118 -2
2.4
Submit shop drawings of all equipment work to be
furnished as specified in the Special Conditions.
Submit 5 copies of all shop drawings to Engineer.
Do not manufacture, deliver, or install equipment
work before receipt of shop drawings in writing,
by Engineer.
2.5
Provide manufacturer's recommended methods of instal -
lation which when approved by the Engineer will become
the basis for accepting or rejecting actual instal -
lations.
2.6
Provide manuals of operation for all equipment work
upon completion of installation.
L
2.7
Provide written 2 year guarantee against defective
materials and /or workmanship for all equipment work.
3. MATERIALS
3.1
Hydraulic vehicle lifts: Include "all in piping and
accessories for a complete and operable lift ".
3.1.1 8,000 pound capacity twin frame lifts:
4
L
L
EQUIPMENT
118 -2
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
Weaver Model EC -881 air - hydraulic. Provide
1 three lifts.
3.1.2 24,000 pound capacity twin post lifts:
Weaver Model EC -108C electric -oil operated
full hydraulic lifts with automatic lift
locks. Electric power units with 7� horse
power electric motor, pumps, starters included.
Provide two lifts.
3.1.3 36,000 pound capacity twin post lifts:
Weaver Model EC -106 BM electric -oil operated
full hyrdaulic lift with lift locks. Electric
power units with 7# horse power electric motors,
pumps, starters included. Provide two lifts.
3.1.4 54,000 pound capacity triple post lifts:
Weaver Model EC- 106 -3FS electric -oil operated
full hyraulic lifts with lift locks. Electric
power units with 7, horse power electric motors,
pumps, starters included. Provide two lifts.
3.2 Corporation yard entrance gate operators.
` 3.2.1 At Superior Avenue entrance: Access Controls,
LInc. Model SL -40 operators with all components
required for a complete functioning system of
two independently operable gates. Two operators
4 and four Access Controls, Inc. Model KS -20
L key switches. Mount key switches on masonry
fences at each side of gate openings.
L.
U
EQUIPMENT
118 -3
I
3.2.2 At Industrial Way entrance: Access Controls,
Inc. Model SL -40 operator with all components
required for a complete functioning operable
gate. One operator and two Access Controls,
Inc. Model KS -20 key switches. Mount key
switches on masonry fence at west side of
gate opening.
3.3 Pit -type wheel alignment rack:
3.3.1 Ammco Tools, Inc. Model 2285 pit racks.
3.3.2 Provide two foot rest platforms. Ammco Tools,
Inc. part no. Model 2876..
3.3.3 Provide two Ammco Model 2460 Turntables.
L3.4
Monorail hoist and motorized trolley:
L.
U
EQUIPMENT
118 -3
I
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
3.4.1 Yale Model Number BEW5- 20ST11D4 with 5
tons lifting capacity.
3.4.1.1 Hoist hook speed: 11 feet per
minute.
3.4.1.2 Hoist trolley travel speed: 50
` feet per minute.
[[ 3.4.2 Electric motors for hoist and trolley:
E� Wire to receive 60 hertz, 3 -phase electric
1 power at 460 volts.
3.4.2.1 Hoist motor: 5 horse power.
3.4.2.2 Trolley motor: � horse power.
3.4.3 Provide "Duct -O -Bar" figure 8 system; as
manufactured by Duct -O -wire Company of
Corona, California; to deliver power to
hoist and trolley system. Attach insulated
conductors to hanger clamps spaced at 4' -0"
maximum. Provide structural steel angle
(3 x 3 x 3/16) brackets, welded to monorail
beam, to support hanger clamps.
l 4. WORKMANSHIP
4.1 Examine surfaces and work before beginning equipment
work. Beginning work constitutes acceptance of
} existing conditions as satisfactory.
4.2 Install equipment work in accordance with the
recommendations of the manufacturers involved
4 after stich recommendations have been approved
by the Engineer.
L
4.3 upon completion of equipment work remove all
excess materials, refuse, debris, and equipment
from site. Leave site in clean neat condition
ready to receive subsequent work, where applicable,
and ready for use by OwnF -r.
EQU1 PMEN'T 118-4
r CORP013ATIO ARD IMPROVE CIE \TS
11 CITY OF NE RT BEACH, CALIFORNIA
4.7 -7 Install metal corner reinforcement at all external corners.
( Conceal flanges of metal reinforcement with at least two
coats compound. When completed compound shall extend
approximately 8 inches to 19 inches on each side of metal
nosing.
4.7.8 After each application of joint or finishing compound has
dried, lightly sand all joints. Leave all board and treated
areas uniformly smooth and ready for painting.
'
4.8 At completion of work, remove all unused materials, empty: containers,
trash and debris, and tools and equipment associated with and resulting
from execution of drywall work. Leave site in a clean condition ready
` for subsequent work by others or occupancy by the Owner, whichever
applies.
L
L
L
L DRYWALL 91 - 4
P
l 1. SCOPE
i
L
I
L
L
1.
L
L
L
. �'ku v.%Xl I.v.v it it 11 itvt r LSV Vr-.; ItS A'1J
CITY OF&WPOR BEACH, CALIFORNIA
SECTION 92
TILE WORK
1.1 Provide all labor, materials and equipment required for tile work,
'C'omplete, as shown on the project design drawings and/or as
specified herein including but not limited to:
1.1.1 Supply and install Tile Work as shown on the drawings
and/or specified herein.
1.1.2 All Tile Work necessary to receive and adjoin.other work.
1.1.3 Clean up.
2. CONDITIONS
2.1 Nothing in the division of these specifications into sections relieves
the Contractor from examining all sections for interrelated items
of work.
2.2 The work of this section is subject to the provisions of the General,
Supplementary General, and Special Conditions of these specifi-
cations.
2.3 Tile Work shall conform with all applicable provisions, require-
ments, and recommendations; not in conflict with the project
design drawings and project specifications of the standards
following:
2.3.1 Uniform Building Code (U.B.C.) 1979 Edition.
2.3.2 Uniform Building Code Standards,(U.B.C. Std.) 1979
Edition as referenced.
2.3.3 American Society for Testing and Materials (ASTi4l)
specifications referenced.
2.3.5 1981 Handbook for Ceramic Tile Installation (H.C.T.I.)
of the Tile Council of America, Inc. (T.C.A.).
2.3.6 Tile Council of America, Inc. (T.C.A.)specifications
referenced.
2.4 Tile setting to be performed by expert journeyman tile setters.
TILE W'OI ?K
92_1
e e,nrvxt liv.� YAxL IMPROVEMENTS
• CITY OF NOPORT BEACH, CALIFORNI
2.5 Submit two samples to Structural Engineer of each type of tile
I specified. Mark with manufacturer's name and space where tile is
to be installed.
( 2.6 Deliver all manufactured materials in original unbroken containers
j bearing name of manufacturer, brand and grade seals. Keep
materials dry, clean and protected against deterioration in any form.
3. MATERIALS
3.1 Sand: ASTM C144 -76
3.2: Hydrated Lime: ASTM C206 -76, Type S.
3.3 Water: Potable.
3.4 Bond Coat: Latex - Portland Cement Mortar per ANSI A118.4 -1973
(1976).
3. 5 Grout: Sand - Portland Cement Grout. 1 :1 parts by volume of
Portland Cement and fine graded sand.
3.6 Mortar: Portland Cement Mortar:
3.6.1 On floors: 1:6 parts by volume of Portland Cement and sand.
3.6.2 On walls: 1 :5:1/2 to 1 :7:1 parts by volume of Portland
E Cement, sand and lime.
3.7 Tile: Standard Grade per TCA 137.1 -1976.
3.7.1 On floors: 1" x 1" of 2" x 2" machine made, dust pressed,
natural clay. Unglazed, American Olean, or equal, as
approved in writing by Structural Engineer.
3.7.2 On walls: 4-1/4 x 4-1/4 glazed units. Machine made,
L dust pressed, white bodied, satin matte glazed. American
Olean, or equal, as approved in writing by Structural Engineer.
I— 3.8 Reinforcement: 2 inch x 2 inch 16/16 gauge welded wire mesh for
floor plane and copper bearing flat expanded metal lath weighing
25 # /s.f for wall planes.
3.9 Cement: Portland Cement, ASTM C 150, Type 1, waterproof.
L3.10 Membrane: 4 mil. polyethylene film.
LTILE WORK 92 - 2
i L
1 9
4. WORKMANSHIP
0
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.1 Examine surfaces and work which are to receive tile.
Beginning work constitutes acceptance of existing
conditions as satisfactory.
4.2 Lay out all work so that where possible no tiles less than
half -size occur. In any event, install no half tiles above
I the first course up from the bottom or away from first
vertical course at internal and external corners. Align
all joints, vertically and horizontally. Cut and drill
neatly without marring tile. Rub smooth any necessary
cuts with a fine stone and set no cut edge against any
fixture, cabinet, or other tile without a joint at least
1/16 inch wide. Cut, fit, adjust, and establish tiles
neatly and accurately to accommodate accessories, inter-
ruptions, chases, returns, mechanical and electrical out-
lets, and finidh at their exact location (as determined
by Job -site conditions). Maximum variation shall be 1/8
inch ± in ten (10) feet when straight -edge is laid on the
surface in any direction.
4.3 Provide all required trim pieces for the various tile uses
shown on the project design drawings.
4.4 Thoroughly wash out joints and saturate with clean water
before grouting. Thoroughly grout into all joints to fill
entire length and depth. Fill flush with face of tiles
L making a neatly finished, smooth surface. Prevent stain-
ing of grouted joints.
4.5 Installation: Per ANSI A 108.1 -1976.
4.6
L
4.7
L
L 4.8
L
L
Wipe surfaces clean after grouting, remove all traces of
mortar and grout. Do not use acid solution for cleaning
glazed tile.
Close spaces to traffic or other work until tile is
firmly set. Protect from damage until acceptance.
Repair damaged work at no additional cost to the Owner.
Floor and Wall Setting Beds:
4.8.1 Floors: T.C.A. Method F121 -81.
4.8.2 Wainscots and Walls: T.C.A. Methods W231 -81
at stud walls and W221 -81 at masonry walls.
TILE WORK
92 -3
4.9
• •
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
4.8.3 Showers: T.C.A. Method B514 -81.
Cleanup: Remove all unused materials, empty containers,
trash and debris, and tools and equipment associated
with and resulting from execution of tile work. Leave
site in a_clean condition ready for subsequent work
by others or occupancy by the Owner, whichever applies.
TILE WORK 92 -4
1
CORPCA1TION YARD 1MPROVEIMENTS
CITY NEWPORT BEACH, CALIFORNI_
SECTION 93
SCOPE HESI ALONT FLOORING;
1.1 Provide all labor, materials and equipment required for the
resilient flooring work, complete, as shown on the project design
drawings and /or as specified herein, including. but not limited
to the following:
1.1.1 All resilient flooring shown on the drawings and /or
specified herein.
1.1.2 All resilient flooring work necessary to receive and
adjoin other work.
1.1.3 Cleanup.
2. CONDITIONS
2.1, Nothing in the division of these specifications into sections relieves
the Contractor from examining all sections for interrelated items
of work.
2.2 The work of this section is subject to the provisions of the General,
Supplementary General and Special Conditions of these specifications.
2.3 Resilient flooring shall conform with all applicable provisions,
requirements, and recommendations; not in conflict with the
project design drawings or project specifications of the
standards following:
2.3.1 Uniform Building Code Standards (U. B.C. Std.)
1979 Edition as referenced.
2.3.2 Uniform Building Code, (U.B.C.), 1979 Edition.
2.3.3 American Society for Testing and Materials (ASTM)
Standards referenced.
2.3.4 Deliver materials to job site in manufacturer's original
unopened packaging and adequately protect against damage
while stored in dry location at the site.
3. MATERIALS
3.1 Vinyl Asbestos Tile: 9 inches x 9 inches x 1/8 inches Federal
Specification L- T- 00345, color as selected.
3.2 Coved Rubber Base: Burke Rubber Co. 4 inches high x 1/8 inches
thick, top set, black color. Include pre - formed external corner
pieces.
RESILIENT FLOORING 93 - 1
( 0
CORPORA #ON YARD INIPROVEME \TS
CITY OF . VPORT BEACH, CALIFOR.\
3.3 Edging Strips: Molded rubber or vinyl, 1 -1/2 inches x 1/8 inch
( thick, with exposed edge 1/41' rounded, in color as selected
by Architect.
3.4 Feature Strip: 1 inch wide where shown, same thickness as
flooring and color as selected.
3.5 Primers and Adhesives: Shall be only those product specified or
recommended by manufacturers of the particular tile and base
furnished. Ad hesived shall be cut -back type where required.'
3.6 Additional Materials: Provide Owner with an additional 100 square
feet pf the of type, color and pattern used in the Project for
I his future use. Tile shall be boxed and sealed. Include 10 gallons
of cut -back adhesive, 2 full boxes of base and 6 each of exterior
pre- formed corners.
4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive resilient
flooring. Beginning work constitutes acceptance of existing
conditions as satisfactory.
4.2 Subsurfaces shall be thoroughly dry (Verify by moisture meter
{ tests), free of uneveness, foreign material (oil, grease, paint, etc
L and broom - clean. Maintain temperature recommended by
manufacturer in spaces where Work is being done and where
material is stored for periods of time.
4.3 Installation shall comply with manufacturer's written instructions.
Use Contractor approved by manufacturer for all tile installations.
Apply primer per recommendations of manufacturer.
S4.4 Lay tile symmetrically about centerline of spaces with either
L joint or centerline of tile occurring in center. Cutting of field
tiles is not accepted.
4.5 Seat all units firmly into adhesives; make joints tight, straight and
inconspicuous. Any door opening between spaces having different
lY types of flooring at which no threshold occurs, shall have change
of material made under door in a closed position.
L4.6 Make finished Work free of buckles, cracks, breaks, waves and
projecting edges, neatly fitted to projection. Apply edging strips
at exposed edges of material not otherwise protected so top strip
is at the same level as flooring.
RESILIENT FLOORING
JJ - 2
i
CORPOAQTION YARD IMPROVEMENTS
CITY OWNEWPORT BEACH, CALIFOR \I
` 4.7 Set all specified bases in adhesive thoroughly coated and firmly
tl set so lower edge fits tightly against flooring. Make all joints }n bases
including those at any preformed corners, plumb, flush, tight and
inconspicuous. Seat top edge and back of base firmly against wall .
Miter and tightly fit interior corners.
C 4.8 After installation, sweep floors of particles and other foreign
material harmful to flooring. Neatly apply non - staining building
paper, firmly fastened down, to floor surface.
4.9 Near completion of the project and when directed by Architect, remove
paper, clean and buff flooring per manufacturer's printed instructions.'
Use no acids or caustic solutions.
4.10 Cleanup: Remove all unused materials, empty containers, trash and
f debris, and toolds and equipment associated with and resulting from
j execution of resilient flooring work. Leave site in a clean condition
ready for subsequent work by others or occupancy by the Owner,
i whichever applies.
11
L
L
L
RESILIENT FLOORING
93 -3
1 •
CORPORAAkON YARD IMPROVEMENTS
CITY OF TWNPORT BEACH, CALIFORNI_=.
3.3 Edging Strips: Molded rubber or vinyl, 1 -1/2 inches x 1/8 inch
thick, with exposed edge 1 /4�'rounded, in color as selected
by Architect.
3.4 Feature Strip: 1 inch wide where shown, same thickness as
flooring and color as selected.
3.5 Primers and Adhesives: Shall be only those product specified or
recommended by manufacturers of the particular tile and base
furnished. Ad hesived shall be cut -back type where required.
3.6 Additional Materials: Provide Owner with an additional 100 square
feet pf the of type, color and pattern used in the Project for
his future use. Tile shall be boxed and sealed. Include 10 gallons
of cut -back adhesive, 2 full boxes of base and 6 each of exterior
pre- formed corners.
1 4. WORKMANSHIP
`
4.1 Examine surfaces and work which are to receive resilient
flooring. Beginning work constitutes acceptance of existing
conditions as satisfactory.
4.2 Subsurfaces shall be thoroughly dry (Verify by moisture meter
tests), free of uneveness, foreign material (oil, grease, paint, etc.)
and broom-clean. Maintain temperature recommended by
manufacturer in spaces where Work is being done and where
material is stored for periods of time.
4.3 Installation shall comply with manufacturer's written instructions.
Use Contractor approved by manufacturer for all tile installations.
Apply primer per recommendations of manufacturer.
4.4 Lay tile symmetrically about centerline of spaces with either
joint or centerline of tile occurring in center. Cutting of field
f tiles is not accepted.
CORPORATIC" YARI. IMPROVEMENTS
( �ici CITY OF NE Y, rIORT i3I.'.;CH, CALIFORNIA
SECTION 94
LATH AND PLASTER
1. SCOPE
L.1 Provide all labor, materials, and equipment necessary for Lath and
plaster work, complete, as shown on the project design drawings
and /or as specified herein, including but not limited to:
1.1.1 Metal lath and cement plaster at exterior walls.
1.1.2 Screeds, beads, reglets, expansion joints as required for
I complete lath and plaster installation.
I[ 1.1.3 Lath and plaster work necessary to receive and adjoin
other work.
1.1.4 Related work in.other sections.
1.1.4.1 Entrance Door and Curtain Wall Framing System.
2. CONDITIONS
S. 2.1 Nothing in the division of these specifications into sections relieves
L the Contractor from the responsibility of examining all sections for
interrelated items of work.
L 2.2 The work of this section is subject to the provisions of the General,
Supplementary General and Special Conditions of these specifications.
L2.3 Lath and plaster shall conform with all applicable provisions,
requirments, and recommendations; not in conflict with the project
drawings and /or these specifications; of the standards following:
2.3.1 Uniform Building Code (U. B.C.) 1979 Edition as adopted by
ithe City of Newport Beach, California.
l_
2.3.2 Uniform Building Code Standards (U. B.C. Std. ) 1979 Edition,
as referenced.
2, 3. 3 American Society for Testing and Materials (ASTM)
( Standards as referenced.
2.3.4 "Plaster /Metal Framing Systems /Lath Manual" published by
f Building News, Inc. , Los Angeles, California 1977 Edition.
LAT11 AND PLASTER 94 -1
L
II
CORPORATI ' YARi_ IPROVEENTS
S CITY OF NEWPORT 12 1.
ORT BfFzlCLI, CALIFORNIA
SECTION 94
LATH AND PLASTER
SCOPE
L.1 Provide all labor, materials, and equipment necessary for Lath and
plaster work, complete, as shown on the project design drawings
and/or as specified herein, including but not limited to:
1.1.1 Metal lath and cement plaster at exterior walls.
1.1.2 Screeds, beads, reglets, expansion joints as required for
complete lath and plaster installation.
1.1.3 Lath and plaster work necessary to receive and adjoin
other work.
1.1.4 Related work in, other sections.
1.1.4.1 Entrance Door and Curtain Wall Framing System.
2. CONDITIONS
LATH AND PLASTER 94 - 1
n
2.1 Nothing in the division of these specifications into sections relieves
the Contractor from the responsibility of examining all sections for
interrelated items of work.
2.2 The work of this section is subject to the provisions of the General,
Supplementary General and Special Conditions of these specifications.
2.3 Lath and plaster shall conform with all applicable provisions,
requirments, and recommendations; not in conflict with the project
drawings and /or these specifications; of the standards following:
2.3.1 Uniform Building Code (U.B.C.) 1979 Edition as adopted by
the City of Newport Beach, California.
2.3.2 Uniform Building Code Standards (U. B.C. Std.) 1979 Edition,
as referenced.
2, 3. 3 American Society for Testing and Materials (ASTM)
{
C
Standards as referenced.
2. 3.4 ''Plaster /Metal Framing Systems/Lath :Manual" published by
Building News, Inc. , Los Angeles, California 1977 Edition.
LATH AND PLASTER 94 - 1
n
CORPOR ON YARD IIViPRO %EME \TS
CITY" OF 'POHT BEACH, CALIFORNIA
3. MATERIALS
3.1 Metal Lath: Galvanized expanded type: copper- bearing steel; less
( than 3. 4 lbs. per sq. yd. , tagged showing weight and manufacturer's
tf
name.
3.2 Tie -Wire: Soft annealed, copper - bearing steel wire, galvanized
18 gauge (Washburn -Moen) for tying Lath; 16 gauge for tying
framing to framing.
3.3 Building Paper: Asphalt- saturated rage -feld, free from holes or
breaks, weight not less then 14 tbs. per 108 sq. ft. complying with
U.B.C. Std. 32 -1.
3.4 Metal Furring Channels: Cold rolled 16, gauge steel coated with
rust inhibitive paint weighing per thousand lineal feet, not less than:
3/4 inch channel .........................300 lbs.
1 -1/2 inch channel .........................475 lbs.
3.5 Metal Lath Accessories: U.S. Gypsum, Superior, Penmetal,
Wheeling, or Milcor. Use the following types unless otherwise
indicated.
3.5.1 Corner Beads: For interior use - 26 gauge galvanized
3/4" Radius Bullnose "Milcor" #50. Small nose, Milcor
"Ridgid Bead" used only at locations indicated.
L 3. 5.2 Casing Beads: 24 gauge galvanized, #52, #22, whichever
is applicable or indicated.
> 3. 5.3 Expansion Screeds: 24 gauge galvanized "Superior #15 ".
3.5.4 Ventilation Screeds: 24 gauge galvanized iron ''Superior #225 ",
2" width unless otherwise indicated.
3. 5. 5 Cornerite: Expanded metal lath, or other approved type,
weight 2.5 lbs. per sq, yd. bent to 2" wings, coated with
I rust inhibitive paint after fabrication.
L 3. 5.6 Separation Screeds: 24 gauge galvanized "Superior #17 "..
3. 5.7 Base screed and drip mould: Superior #10"
3.6 Portland Cement: ASTM C- 150 -78a, Type I.
3.7 Plastic Portland Cement: Approved type contorming to Uniform
Building Code. Following brands acceptable:
L
` LATH AND PLASTER 94 - 2
L.
1
1
CORPORA�N YARD IMPROVEMEITS
CITY OF PORT BEACH, CALIFORNIA
i
3.7.1 Riverside - Plasti c Cement
3.7.2 Monolith - Waterproof Plastic Cement
3.7.3 Colton - Plastic Cement
3.7.4 Victor -hydro Plastic Waterproof
3.7.5 Calaveras - Plastic Cement
3.8 Piaster: Portland Cement plaster or Portland Cement - lime plaster
per U.B.C. Table No. 47 -5. Do not add additional lime or plastic-
izers to plaster mix of Plastic Portland Cement is utilized in
plaster mix.
3.9 Hydrated Lime: ASTM C206076, Type S.
3.10 Sand for Portland Cement Plaster: ASTM C 144 -76. Gradation of
sand as follows:
Sieve Size No. Percentage Passing Each Sieve
4 100
8
95 -100
16
70 -
100
30
40
- 75
50 1
20
- 40
100"
10
-25
200
0
-10
Sand for Finish Coat: Pass No. "Crystal White ": by Crystal
Silica Co. , Los Angeles, California. , or equal, as approved in
writing by Structural Engineer.
Exterior Stucco Finish: Shall be integral color, manufactured by
La Habra Stucco Co., Highland Stucco, or Mission Stucco Co.
Color selected by Owner's designated representative.
4. WORKMANSHIP
4.1 Examine surfaces and work which are to receive lath and plaster
work. Beginning work constitutes acceptance of existing conditions
as satisfactory.
LATH AND PLASTER
94 -3
CORPO�ION YARD INIPROVEMENTS
CITY O1, -- %kPORT BEACH, CALIFORNIA
4.2 Application of _Metal Lath:
4.2.1 Apply metal lath with the long dimension at right angles
Y to supports. Stagger ends of lath to avoid continuous joint
(t on the same support. Lap the lath at sides not less than
I /2" and not less than 1" at ends. Lap all ends of lath at
supports. Butt lath into internal angles and reinforce
angle with cornerite formed of metal lath. Wire -tie
cornerite along edges at not more than 12'' intervals, or
` secure along edges with equal attachments. Attach all
}t metal lath to supports at maximum of 6" intervals.
Place an attachment at side laps on supports and place a
wire -tie at side laps between supports. On horizontal
framing, tie lath with a double strand of 18 gauge wire.
Diamond mesh lath may be bent around internal angles
without the use of cornerite.
Attachment: For vertical surfaces: Apply diamond mesh
lath with 1" long No. 11 gauge, 7/16" head barbed nails
at 6" on centers to each bearing.
4.3 Application of accessories:
4.3.1 Metal Accessories.: Set plumb, Level and true. Shim
where necessary. Miter corners, accurately fit exposed
joints. Install sections in as long lengths as practicable.
Fasten by nail or wire not more than 12' center.
4.3.2 Corner Bead: Full distance external corner. Bullnose use
throughout, except where otherwise indicated,
4.3.3 Corner Reinforcements: At inside corners of all lath,
except where metal lath or wire is carried around corners.
4.3.4 Casing Beads: At free edges of plaster, where plaster
abutts other finish material, and elsewhere as indicated.
4.3.5 Expansion Screeds: As indicated, or, spaced not to exceed
16' -0" o. c. at exterior plaster surfaces.
4.4 Application of building paper: Apply building paper to studs
weatherboard fashion with 2 inch minimum, horizontal laps and
6 inches, minimum, vertical laps.
4.5" Preparation for plastering:
4.5.1 Protect adjoining work and floor under mixing box.
4.5.2 Remove dust, oil, grcase and other t'ork,ign matter from
concrete and masonry surfaces, roughen. Remove
�- efflorescence by washing with 1011,', solution of muriatic
acid, followed by thorough rinsing.
LATH AND PLASTEI; 94 - 4
• COHPORt &ON YARD IUI PROVE AlE \TS
CITY OF IWWPORT BEACH, CALIFOR \I.
4.6 Measuring and mixing plaster: Machine mix not less than 2 minutes.
Proportion materials for identical batches, as specified. Use
clean tools and equipment, free from hardened materials, ..
Use plaster within 1/2 hour of mixing. Do'not retemper or use
partially set material. A11 similar surfaces shall match in
color, texture and thickness.
4.7 Application of Portland Cement plaster:
4.7.1 Scratch Coat: Apply approximately 3/8" thick, Scratch
both ways and moist cure for at least 48 hours before
brown coat is applied.
4.7.2 Brown Coat: Apply approximately 3/8" thick. Apply to
dampened surfaces to the required thickness. Rod and float
to true and even surfaces with not more than 1/8'' variation
from a 5 foot straightedge. Leave roughened to receive
finish coat.
4.7.3 Finish Coat: Apply approximately 1 /8" thick to dampened
surfaces. Texture shall match samples which have been
S prepared for and approved by the Owner's designated
representative.
(
L
L
L
L
t
L-
4.8 Patching: Repair all broken or damaged plaster, as determined
by the Owner's designated representative, after the work of all
other trades, except painting, has been finished. Broken or
damaged plaster shall be cut to clean, sharp edges. Cut out
cracks to at least 1" and fill patched areas with the base material
and apply finish coat. Patched areas shall match texture and
finish of the adjacent surfaces with smooth, invisible joints.
LATH AND PLASTER
94 -5
CORPORATION YARD IMPROVEMENTS
CITY OF NEWPORT BEACH, CALIFORNIA
SECTION 118
EQUIPMENT
1. SCOPE
■ 1.1 Provide all labor, materials and equipment necessary
for equipment, complete, as indicated on the project
t design drawings and /or as specified herein including
t but not limited to:
1.1.1
1.1.2
1.1.3
1.1.4
[ 1.1.5
Hydraulic vehicle lifts.
Corporation yard entrance gates operators.
Pit -type wheel alignment rack.
Monorail hoist and motorized trolley.
Equipment work necessary to receive and ad-
join other work of project.
1.2 Related work in other sections:
1.2.1 Electrical and mechanical support systems and
their connection to equipment work.
1.2.2 Earthwork involved in installing equipment
work.
1.2.3 Piping for 1.1.1 not included with equipment.
} 2. CONDITIONS
` 2.1 Nothing in the division of these specifications into
sections relieves the Contractor of the responsibility
L of examining all sections for interrelated items of
work.
2.2 The work of this section is subject to the provisions
of the General, Supplementary General and Special
LConditions of these specifications.
2.3 Equipment work shall conform with all applicable pro-
visions, requirements and recommendations; not in
conflict with the project design drawings and /or
these specifications; of the following standards.
Note that the requirements of the project design
drawings and /or specifications are sometimes more
EQUIPMENT 118 -1
L
i
j
h
l
� � `APR la
PAM
CITY OF NEWPORT BEACH 1l,, � ej
WORKS PHASE I AND PHASEPIBL IMPROVEMENTS AATMTHE CORPORATION YARD v" w v
CONTRACT NO. 2236 e� &44"
the Honorable City Council
ty of Newport Beach
3300 Newport Boulevard
10. Box 1768
wport Beach, CA 92663 -3884
PROPOSAL
1A
ntlemen:
e undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees
furnish all labor, materials, equipment, transportation, and services to do all the work
quired to complete Contract No. 2236 in accordance with the Plans (Drawing No. B- 5077 -S
consisting of 115 sheets), the City's Standard Specifications, Standard Special Provisions
ld Drawings, and these Special Provisions; and that he will take in full payment therefor
e following unit prices for each item, complete in place, to wit:
i.
I
UNIT PRICE WRITTEN IN
Lump Sum Clear and grub, for the lump sum price
of
7it/�it«i/Slt/O f %oO Dollars
and
Cents
Lump Sum Demolish and dispose of existing
buildings, materials bins, pavement,
trees, vegetation, and other mater-
ials, for the lump sum price of
�. Lump Sum
I
1
l e!% o Dollars
and
Cents
Earthwork and mass excavation, approximately
14,300 cubic yards, for the lump
sum price of
Dollars
and
Cents
l
$9e OOO 00
U
N0. AND UNIT
Lump Sum
L
5. Lump Sum
I
�6
1
1
.1
t
i
.t
0
Export and dispose of off -site approxi-
mately 3,730 cubic yards of rubbish,
for the lump sum price of
%/Yi✓/�'-fi✓.c %z/SA,414 Dollars
and
Cents
Grading and compaction; for the lump
sum of
,i ,rho Dollars
and
Cents
Lump Sum Construct masonry retaining walls .
shown on Sheet SS3, for the lump
sum price of
�&YerN7e"�4.i1�i�/otitlaN4l Dollars .
and
Cents
Lump Sum Construct open materials storage bins,
for the lump sum price of
/��y 7,t�G�,O,i/q j • ° /ao Dollars
and
Cents
Lump Sum Construct chain link fence along south
property line, for the lump sum price of
Dollars
and
Cents
Lump Sum Construct fenced open storage areas
for the lump sum price of
Tic� Dollars
and
=Bill
L. /^
$ 2.5�& 00
lam"
$
V"
eo
$ 3 0� _
1
TEM QUANTITY ITEM DESCRIPTION
N0. AND UNIT UNIT PRICE WRITTEN IN WORDS
�l1ILDINGS
10. Lump Sum Construct Administration Building "A"
complete in place, including built -in
equipment, for the lump sum price of
7ti� �riNTY,.t�irx4�✓O Dol l a rs
i and
S a% Cents
�11. Lump Sum Construct shops Building "B" complete
in place, including dust collector,
complete in place, for the lump sum
price of
7ltib,vU.va�'erQfoers� %NOVSavD Dollars
and
Cents
12. Lump Sum Construct automotive shops Building
I "D ", complete in place, including
build -in shop equipment; sand and
grease trap; waste oil storage tank;
and 20' -wide P.C.C. slabs outside of
building, for the lump sum price of
A/J.v y f%U,vj)ee - -n -1-al ollars
and
VVS Jia 6� y>i��egnts
�13. Lump Sum Construct covered storage Building
"E ", complete in place, for the lump
sum price of
QiYC NU�✓OCJ %TY� Dollars
and
%cL 10 / ln5llop Cents
�14. Lump Sum Construct covered storage Building
"G ", complete in place, for the lump
sum price of
�iYe iuy�y111ic�iY /�U/iSer/�1 Dollars
and
Cents
15. Lump Sum Construct shops and office Building "K ",
1 complete in place, for the lump sum
price of
11
�� Ur✓ /C,y 4,x) O6xCA14 Dollars
and
Cents
'1__1
PR lc
PRICE
$G«i �.
$2A�i Coo _0
$ L� �.
PR Id
EM QUANTITY I EM,DES IP I N UNIT TDTA
0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
UEL
16. Lump Sum
I
-SITE UTILITIES
17. Lump Sum
I
118
19
20
I
21
i
I
I
Construct fuel station, complete in place,
including structures, pumps, and under-
ground tanks, for the lump sum price of
/yrc/71,A7GES.4ii/Q !Gd Dollars
and
Cents
Construct site water system, including
mains, valves, fire hydrants, and
water lines to planters, for the lump
sum price of
T�3'e�/TY /�% ✓G -- J.c�orfsetkJ Dollars
and
Cents
Lump Sum Construct on -site sewer system, in-
cluding mains, encasement, manholes,
cleanouts, for the lump sum price of
12 f %E6r� %USAi✓d Dollars
/ and
Cents
Lump Sum Construct on -site gas distribution
system, for the lump sum price of
fiver %yOG/Sdil/o d� %o Dollars
and
Cents
Lump Sum Construct on -site air distribution
system, for the lump sum price of
7eda� "%.000S.S.I/� Dollars
and
Cents
Lump Sum Construct new main electrical service
and site distribution system, includ-
ing connection costs, for the lump
sum price of
Dollars
and
Cents
i/ //I
$_ ✓t. � oa
lV.
$ DOD 1010
• PR le
�TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
122
�23
1
Lump Sum Construct area lighting system, for
the lump sum price of
�jG,dT %CS,s c•C(J f ��� Dollars
and
Cents
Lump Sum Construct underground conduit system
for communications, for the lump sum
price of
.ECJUB>� %Ul/SANI? J�D Dollars
and
Cents
1ITE IMPROVEMENTS
�24. Lump Sum
ffJ
,25
26
Construct masonry trash enclosure, garden
walls, and gates shown on Sheet AA1, for
the lump sum price of
dFS?V 0l/SAit/4J 7 /DO Dollars
and
Cents
$01
155
Construct Type A curb and gutter, for
Linear Feet
the unit price of
�yE %li 4eyll •�tZ1y -fjz' j Dollars
and
Cents
75
Per Linear Foot
1,090
Construct Type B curb, for the unit
Linear Feet
price of
�j� %,t�GYC�iT /Q�ICF� �,t�QQdZ7 Dollars
and
Cents :
7S
$
Per Linear Foot
�27. 3,412
Square Feet
■
Construct 4" -thick P.C.C. sidewalk over
C.N.M. for the unit price of
Aear ol l ars
and
or ae ., ranrc
P& Square Foot
to
�b
1 • • PR if
EM QUANTITY ITEM DESCRIPTION UNIT TOTAL
0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11
h
1
29
1
L.i
to
i
31
132
�33
I
I
I
3,555
Construct 6" minimum thickness P.C.C.
Square Feet
pavement, over 4" A.B.,for the unit
price of
�S.f/7 70Gf�Ci1/� ✓�!'s'.V X/U�vDo l l a rs
and
/✓Nti 7SD Cents
$_ `!S
$ 8 719, �s
Per Square Foot "
4,090
Construct 3' -wide P.C.C. gutter
Square Feet
over 4" A.B., for the unit price
of
llars
and
- /�i✓3" `S� /00 Cents
$ ,2 Ss
$ le.. 0
Per Square Foot
Lump Sum
Construct drainage structures north
of Building "E ", for the lump sum
price of
Alleg 14r " KTdAo 1 Dot bars
and
Cents
$ 3ao
Lump Sum
Construct drainage system north of
materials bins, for the lump sum price
of
�OV,e�ousey4�� %dD Dollars
and
Cents
$ Ono —
Lump Sum
Construct A.C. gutters behind retaining
wall and east of Building "D ", and A.C.
berm east of Buildings "D" and "E ",
for the lump sum price of
1� e ZM7 s1 4.41,j J �/oo Dollars
and
Cents
$
136,000
Construct 3" A.C. pavement over 4" A.B.
Square Feet
outside of buildings, for the unit
price of
DyEiUUNp e�D 11FA;O- Wo6XGt'J/ Doll a r s
and
Cents
$�_
$ O7
Per Square Foot
�TEM QUANTITY
NO. AND UNIT UP
I^Ti>fi
i
34
9,600
Construct iz" A.C. pavement over exist-
ing pavement or C:N.M., for the unit
price of
��I�OGtS4Nd %.tllC1W l l ars
av ' and
O,Q7✓ f /y0 Cents
Per Square Foot
35.
/Lump Sum
Stripe parking lot, for the lump
sum price of
7,(W,4!'X610,e!o,4 �/y0 Dollars
and
Cents
36.
Lump Sum
Furnish and install four electrical
gate openers, for the lump sum price
of
FIRE PROTECTION
37. Lump Sum
38.
I
1 39.
I
LJ
I
I
EI,dJy�c1 %CbG�SQif/Q d�cd Dollars
r and
Cents
Construct private fire service for the
lump sum price of
f%f�rE� 1.GfxiSAN4� / Dollars
and
Cents
Lump Sum Design, furnish, and install fire sprinkler
system in Building "B ", complete in place,
for the lump sum price of
Dollars
and
Cents
Lump Sum Design, furnish, and install fire sprinkler
system in Building "D ", complete in place,
for the lump sum price of
Dollars
and
Cents
NK Ig
w
pO
iii ' .
1.1tm qur+Niiir 1ILM ut "KiriiuN
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
40. Lump Sum Design, furnish, and install fire sprinkler
system in Building "E ", complete in place,
for the lump sum price of
/L� lifl?G6eil�d 1 %�C� Dollars
and
Cents
TOTAL PRICE WRITTEN IN WORDS:
(ITEMS 1 -40 INCLUSIVE)
i g, 0.9 B
Contractors Lic. No. & Classification
1
iYla e �-T/, 19S2
Date
Bidder's Telephone Number
xx
PR lh
%,
ollars
and
Cents $ 2 Z6 aob
.JYA1di1rG'
Bidder
Authorized Signature/ Title
2/// S, ,SjsuOge[7
Bidder's Address
. • • Page 2
INSTRUCTIONS TO BIDDERS
i
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
i 2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5.. NON - COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received 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 bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
i Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
i The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy 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 or omissions in the PROPOSAL.
I ,
ii
i
i
i
i
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
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 con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
dig 9 9
Contr's Lic. No. & C assification
FRI
UYA1AM 1C 1/✓C,
Bidder
Authorized Signature /Title
1 • Page 3
l�
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer -and as provided by State law.
Item of Work Subcontractor Address
2.
3.
1 • �',`eaDitir .F'1���10. lei pC - -�/
12. �c.EC7.ei�4L Sy TcL� Fr E
Bidder
uthorized Signature Tit e
i
I
4. �S7,C f"Iffac,
GC's Ye- M d-
5. e'2:2
e-
C h ax-, k, cG
6. asS
F ��tii7i
✓vim /f /p �/� r
7. 1 >49 /f�
C( 1 /e �e/f�J 0 .v
9. Fie
S,oei,�
c'c y ffL c
10. //, V,4,
C,
Cc-, 0 7S
11 .
e--
f woz Inc a
12. �c.EC7.ei�4L Sy TcL� Fr E
Bidder
uthorized Signature Tit e
i
I
'r
r
r
r
�r
r
it
1
1
i
1
n
U
KNOW ALL MEN BY THESE PRESENTS,
BIDDER'S BOND
Page 4
That we, C 1ysI- )P&e/?0/O , as bidder,
and 14.vo DL-/yl,wvv s Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
%En. P6-W (C�vT DF 8'D Dollars ($io %oFBvv),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
%>i9SE ZZ �i»�.POVE/rJr�vrS
e of Project co ,xO a.?n01v
22.36
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 949 ;W day
of , 19��
(Attach acknowledgement of
Attorney -in -Fact)
Bidder
Authorized Signature /Title
Surety of vei/ vv
By
Title %r7aeiu�y /vim �cT
1�
0
f
i
1�
1.,.._-..,
h
f
i
1�
• Power of Attorney •
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE BALTIMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a Corpora-
tion of the State of Maryland, by C. M. PECOT, JR. , Vice- President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article Vf, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
"The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorised
so jo do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business ofpthe Company may require, or to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, mcognizances, stipulations, policies, contracts, agreements, deeds, and release. and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto." .
does hereby nominate, constitute and appoint Edward W. Griffith of Newport
I uwful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings .................'.._
n t e executiotrof such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Edward W. Griffith, dated
August 16, 1976.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article Vf, Section 2, of the By -Laws of
said Company, and is now in form.
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this
.__.._. ..... - ........ day of ............ ..._ April .................... ....... -, A.D. 19.1x....
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
orsosr
,s co ATTEST:
SEAL J n n
Assistant Secretary Vice - President
STATE OF MARYLAND ` u:
CITY OF BALTIMORE f
On this 20th day of April- , A.D. 19 78 before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY of MARYLAND, to me personallyknown to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation,
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
lust above written.
7 t4OTA R't �
Notary Public Commission ExpiresJU1y...1.r...19.78
"'n"RE•Gwj+, CERTIFICATE
1, the undersigned. Assistanf"Se�cretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full form and effect on the date of this certificate; and 1
do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents spe.
cially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by,authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARNLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
•' valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
19..........
1 • • Page 5
n
II
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
I accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Li
Bidder
v Authorized Signature /Title
Notary Pubiic
Subscribed and sworn to before me
this / day of
19' -.
ORANGE COUNTY
Commission Expires August 23 , 1985
My commission expires:
Bidder
v Authorized Signature /Title
Notary Pubiic
OFFICIAL SEAL
SANDRA E. GEDDIS
@my Notary Public - California
ORANGE COUNTY
Commission Expires August 23 , 1985
Bidder
v Authorized Signature /Title
Notary Pubiic
i'
,I
I
• • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Bidde�r�
Authorized Signature /Title
1 • • Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Cc��y�recitrlc�•r�
Bidder
uthorized Signature /Title
The undersigned submits herewith a statement of the work of similar character
to that
proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
/98.2
�i7r o.�' �N �LGiIG ^it/7� ✓mil v�,sa�✓' 4.�2 -.42/O
L(�'/�
�iC�.L�- d,t'Y�e`�✓ %� �a��iJ1�;� �CL'2� �.C�� GUCrd�l
F,ear>,G . 7 �,S7uccc�y 5' /7t= ouoec ��r/vey ✓ /.�.oiu s, .���,sin ruy
/Y4CCyf SJ.d,Czz' GGyr.G
/9az
�sC'C.B ��iHS.c Y �scae rC',e�,vsc Y fa•�) �3.5�/�l�
CjO�Yr1 &%eC /.ClC C.cr N7.6.E �j �d �.�GO>/ /7'000 .t',P4�1.e
/99
C'i of FUG C r E7D�t% i° T d ��q c FQv TSB -CB��
45i5Q
a4? e� '� prod �wwc1 �3q -s9�9
f /.C>.E .S'7.d7iD.CJ GaOO 'a iUo00 �,2d�15 .r'T�rCO .cy.C�
rUCC /SG4Nd . ��,C /it/ti i J'i?.v O�l/�CO�Hd�J1
/979
L'iy✓ OF %1��1//�.t/iS7.E,v �tiY ,�,c�iu.✓ �_`��33//
iF
/2.G -' S7A7 /D.ti C S�Gb �` �GlJG.0 C(i.JG[ s � LUG}�rj ,.�GL"f
IZ-Az 156dA14 1%r4c 1"51' '.0
Cc��y�recitrlc�•r�
Bidder
uthorized Signature /Title
\
\;
\;
) �
) �
/ (
\ (
@ \
( �
&
:
c
-
/
[/}
)�
\
\
=k�
§
�
\
\)
(
)
¢
-
2
ia3
$
-
\j\
\
dwi0
®
%
/
_!!)
0
CITY Of NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
11
ADDENDUM NO. 1 (Extended Bid Date)
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
CONTRACT NO. 2236
NOTICE TO BIDDERS:
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, California 92663, until
2:30 P.M. on the 31st day of March, 1982, at which time such bids
shall be opened and read.
This bid opening date supersedes the March 10, 1982, bid opening
date prescribed in the NOTICE INVITING BIDS.
Please sign and date this addendum, and attach it to your bid
proposal.
-
Benjamin B. Nolan
Public Works Director
I have carefully examined Addendum No. 1.
3/ 982_
Date
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 2
MARCH 17, 1982
I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
CONTRACT NO. 2236
BIDDERS shall propose to complete Contract No. 2236 in accordance with the contract
documents, the Proposal, the Plans, the Specifications; and as modified by Addendum
No. 1 and this Addendum No. 2.
I. Sheets Nos. 11 and 88 of the drawings (labeled C -6 and D -1) have been revised.
Sheets 11 and 88 as revised and dated March 17, 1982, are hereby made a part
of this Addendum No. 2.
A. The modifications to Sheets 11 and 88 include, but are not limited to, the
construction of a looped 8- inch - diameter asbestos cement pipe water line
connected at one end to an existing 12 -inch ACP water main in Superior
Avenue, and at the other end to an existing 14 -inch mortar lines concrete
coated steel pipe water line located in Industrial Way; plus changes in
the size and location of other on -site water, gas, and sewer lines.
B. 1. Site water lines of 2 inches in diameter or less are to be copper
tubing, Type K.
2. Site water lines larger than 2 inches in diameter are to be asbes-
tos cement pipe, Class 150, except as noted.
3. Fire service water lines outside of buildings shall be either asbestos
cement water pipe, Class 150, or cast iron water pipe, Class 150.
All fire service water lines inside of buildings, or less than five
feet from buildings, shall be cast iron water pipe, Class 150,
II. The first three sentences of Section IV of the Special Condition, "BID ITEMS
WHICH THE CITY MAY ELECT TO OMIT FROM THE AWARD OF CONTRACT" are modified to
read as follows:
The intent of the City is to complete as much of the project as pos-
sible with the funds available. All of the work to be done under
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD is included
in the amount to be paid for Items 1 through 40 inclusive of the
Proposal. If the total price bid for Items 1 through 40 inclusive of
the Proposal exceeds the amount of funds available, the City reserves
the right to delete one or more of the following major bid items from
the award of the contract:
Adde>idum No. 2- -Phase Ad Phase II Improvements at the"Porporation Yard
Page 2
Item No. Description
7 Construct open materials storage bins
8 Construct chain link fence along south
property line
9 Construct fenced open storage areas
10 Construct Administration Building "A"
16 Construct fuel station
35 Stripe parking lot
III. The two underground gasoline storage tanks located north of the fuel stations
shall each be of 12,500 gallons capacity.
IV. The following clarification shall apply to products specified or shown on the
plans or in the Specifications:
Acoustical ceiling
a. At exit corridors. Rooms 2 and 6 in Bldg. A and room 15 in Bldg. D:
Armstrong "Classic Fire Guard" and "Chicago Metallic Fire Front 250
Snap- Grid" suspension system.
b. All other areas: Armstrong "Classic Minaboard" and "Chicago Metallic
500 Snap- Grid" suspension system.
2. Roll up steel doors.. Chain operated doors by The Cookson Company with 20-
gage E. 5 Slat and all required guides, brackets, etc. for complete func-
tional door. Hood shall be fabricated from 18 -gage galvanized steel. Pro-
vide bottom bar weather strip, hood baffle, and standard wool pile weather
stripping at guides.
3. Exterior door hardware. Substitute H153 locksets for G51PD locksets wherever
G51PD have been specified.
4. Change concrete block description from 6x8xl6 to 8x8xl6 at Bldg. K exterior
elevations on Drawing No. K /A3.
5. Solid core wood doors called for on drawings shall be Cal -Wood Door Co.'s
"Institutional Solid Core" model, at 1 3/4" thick, with lumber cores. Pro-
vide 5" top rail with doors which are to be provided with closers. Provide
Type I waterproof adhesive. Faces: 3 ply wood veneer with Cal Coat line
walnut finish. Prepare doors, in factory, to receive hardware specified.
6. Flooring
a. Carpet: Walter Carpets "Executive Plaza" line over Olin Corporations's
"Spec 2" "Omalon" pad. Glue to floor with adhesive approved by Olin
Corporation.
b. Sheet Vinyl: Armstrong "Montina" with integral 6- inch -high cove base.
Provide aluminum edge trim at top of base. Miter edge trim at corners.
Use leveling materials, adhesive and primer recommended by Armstrong.
Install per manufacturer's recommendations. Provide solid cove wood
backing at cove base.
Addendum No. 2- -Phase I and Phase II Improvements at the Corporation Yard
Page 3
7. Hollow metal doors and frames. Ceco flush 1 3/4" "Imperial" with standard
18 -gage face sheets. Provide fixed grid louvers where called for on mechani-
cal plans. "SF34" 16 -gage, double rabbet, perimeter welded joint type steel
frames. Provide three standard masonry anchors at each jamb. Install doors
and frames in compliance with manufacturer's recommendations.
8. Exterior aluminum windows. Kawneer Company, Inc. "Sealair Isolock" thermal
windows. Provide Kawneer crank operator, locking handle assemblies, and
pivot hinges for casement vents. Provide locking key assembly for projected
windows.
9. Revise plumbing specification section 40..1.1.1, page 15B -24, to read:
. . . transmission fluid assembly; one 614009 gear oil reel assembly;
one reel mounting assembly consisting of one 614346 bracket, one
614342 bracket, and one pari 617170 end panels.
10. Change plumbing specification section number at fifth line of page 15B -24
to 40.1.1.2 from 40.1.1.1. Delete portion of this section, beginning at
the seventh line of this section, which reads:
one 61571 ready light reel assembly; Revise line nine of
this section to read:
. . . reel mounting assembly as described in 40.1.1.1 above.
11. Delete portion of line ten of section 40.2.1 of plumbing specifications
reading:
. . . one 6151 ready light reel assembly; .
12. Revise second line of section 40.3 of plumbing specifications to read:
614232 -7 with 50 feet of 3/8" I.D. hose, . . .
13. Revise second line of section 40.4 of plumbing specifications to read:
. . . 614323 -8 with 50 feet of 3/8" I.D. hose . . .
14. Construct Aro Corp. #615010 waste oil drain line shown on Drawing No. P5
so that the centerline of the outlet connection will be at elevation
80.95 feet.
15. Change engine oil supply line pipe to 2" from 1/2" at detail 2/P8 and floor
plan on Drawing No. P5.
16. Change engine oil supply line pipe to 2" from 1/2" and delete 112" air
line to oil storage tank at fuel island shown on Drawing No. P8.
17. Change to Aro 210 quick connection coupler from Hansen unit at floor plan
on Drawing No. P5. Change to Aro 210 quick connection coupler from
Grover #917 at detail 2/P9.
6ddgndum No. 2- -Phase Od Phase II Improvements at thArporation Yard
Page 4
18. Add 2 -2" hydraulic lines to plan view at details 3/P7 and 2/P7. Delete
1/2" air line at 3/P7 and 2 -1/4" hydraulic lines at 2/P7. Change to 2"
hydraulic supply and return line from the 1 1/4" lines indicated on the
hydraulic lift motor note on the floor plan on Drawing No. P5.
19. Delete reference to rear posts in equipment schedule on Drawing No. P9.
20. Revise second line of section 3.1.4 of equipment specifications page 118 -3,
to read:
. . . Weaver models EC- 106 -3FS and EC -106DR electric -oil . . .
21. Provide corrosion protection for all components of hydraulic vehicle
lifts in contact with soil. Protection shall be as required for pipe
in section 20.9, page 15B -11, entitled "Pipe Wrapping" or equal as
approved in writing by Engineer.
22. Sheet Metal: 24 -gage galvanized (1.25 oz. /sq. ft.) complying with ASTM
A93 U.O.S. Conform with all requirements of "Manual for the Specifi-
cation of Sheet Metal and Related Work" by the Sheet Metal Industry Fund
of Los Angeles, California. Solder: Per ASTM B32.
23.. Light weight insulatin concrete at roof deck of Bldg. D: Aggregates
shall be group I vermiculite conforming with ASTM C 332 -77a. Light-
weight insulating concrete mix:
a. Oven dry weight: 30 pounds per cubic foot.
b. One to six parts by volume of portland cement to aggregate.
Perform 4 compression tests of lightweight concrete per ASTM C 495 -77a.
Lightweight insulating concrete shall have a minimum 3" diameter by 6"
cylinder strength of 140 pounds per square inch.
24. Delete Section 8.3 of PLUMBING on page 15B -15 of the Specifications.
25. Section 3.2.2 of EQUIPMENT on 118 -3 of the Specifications shall be re-
vised to read:
At Industrial Way entrance: Access Controls, Inc., Model SL -40
operators with all components required for a complete function-
ing system of two independently operable gates. Two operators
and four Access Controls, Inc., Model KS -20 key switches on
masonry fences at each side of gate opening.
26. Storm drain connector pipes shown on sheet 8 of the drawings
(labeled C -3) and located north of Bldg. E shall be 12 inches in
diameter instead of 18 inches in diameter as shown on the drawing.
0
Addendum No. 2- -Phase I and Phase II Improvements at the Corporation Yard
Page 5
27. Equipment lists shown on pages 114 and 115 of the drawings (labeled
EQ -1 and EQ -2) are for the purpose of showing the location of equip-
ment to be furnished by the Contractor as part of this contract and
existing equipment presently owned by the City of Newport Beach.
28. Attention is called to the existing shed which houses two air com-
pressors and which is located at the northwest corner of the existing
automotive shop building. The shed is shown on revised drawings
Nos. 8 and 11.
Before the site utilities serving Buildings A and B can be built, the
Contractor must move the two air compressors at least five feet north;
reconnect them; and protect them from the elements until such time as
the 15 H.P. air compressor is relocated into Building D and put into
service along with a new 25 H.P. air compressor to be supplied by the
Contractor.
6��' �r' � J, ) 4 Z' -, -
Benjamin B. Nolan
Public Works Director
KLP:jd
I have carefully examined Addendum No. 2.
-!r/
9az
Dat
Bidder's Name
kAuthorized Signature
CITY Of NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 3
MARCH 26, 1982
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
CONTRACT NO. 2236
BIDDERS shall propose to complete Contract No. 2236 in accordance with
the contract documents, the Proposal, the Plans, the Specifications;
and as modified by Addendum No. 1, Addendum No. 2; and this Addendum
No. 3.
Change the last sentence of Section 2.12
on page 22 -4 of the earthwork specifica-
tions to read:
"Cost of field density tests shall be
paid for by the owner."
Benjamin B. Nolan
Public Works Director
bKenneth Xerry
Project Engineer
KLP:jd
ez, /, � /-, / Z� /�,, /, 1, -, � ,
•
TO
FROM
SUBJECT
• C
April 12, 1982 C3�J
IEM COUNCIL AGENDA
RT
W 1d1 > R 12 1982
CITY COUNCIL Ey +ts L 5Y CvJri:IL
CITT OF t!- rwr all 05ACH
Public Works Department
PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD (CONTRACT
NO. 2236)
RECOMMENDATION:
Award Contract No. 2236 to Dynamic Construction Corp., of Santa Ana,
in the total amount of $2,426,000; and authorize the Mayor and the
City Clerk to execute the contract.
DISCUSSION:
At 2:30 P.M. on March 31, 1982, the City Clerk opened and read seven
bids for the project:
Bidder Total Bid
1.
Dynamic Construction Corp.,
$2,426,000.00
Santa Ana
2.
Newport Harbor Construction,
2,552,343.75
Newport Beach
3.
Hamilton - Tarnutzer Construction Co.,
2,690,717.00
Inc., Costa Mesa
4.
K. L. Neff Construction Co., Inc.,
2,700,801.09
Ontario
5.
Hayward Construction Co.,
2,971,267.00
Cerritos
6.
G. A. MacDonald Co., Inc.,
3,086,386.00
Montrose
7.
Mallcraft, Inc., La Canada
3,299,917.00
The low bid is 2.5% under the Engineer's estimate of $2,489,265,
and is $126,343.75 under the second lowest bid.
The contractor is properly licensed and bonded. A check with the
cities of San Clemente and Fullerton, for whom he has recently constructed
libraries, indicates that the contractor is technically competent.
The 1981 -82 budget contains two appropriations totalling $2,893,665
from the General Fund to construct Phase I and Phase II improvements at the
corporation yard. Work included in both appropriations has been consolidated
into one contract.
0
April 12, 1982
Subject: Phase I and Phase II Improvements at the Corporation Yard (Contract
No. 2236)
Page 2
IDENTIFICATION
MAJOR FACILITIES INCLUDED IN THE CONTRACT INCLUDE:
DFSCRTPTTON
"A"
Administration and shops building
"B"
Carpenter & sign shops building
"D"
Automotive shop building
"E"
Covered storage building
145,000
(partially open)
"F"
Fuel station
"G"
Covered storage building
280,000
(partially open)
"K"
Field office and shops building
Building D,
(Parks Division)
FLOOR SPACE
6,400 Sq. Ft.
6,400 "
16,000 "
9,600 " "
N.A.
10,500 Sq. Ft.
r :11
Other work included in the contract includes demolition of the present
main shop, the old water department warehouse, the old utilities warehouse, car-
ports, and material bins; construction of new materials bins, curbs, walks, walls,
fences, pavement, drains, area lighting, utilities, landscaping, etc.; boat stor-
age area, and animal holding area; and furnishing of built -in mechanical equip-
ment.
Items included in the current appropriations but not included in the
construction contract are furniture, special shop equipment, and a fuel secur-
ity system.
THE PROJECT BUDGET IS AS FOLLOWS:
RESERVED FOR POST- CONTRACT PURCHASES
Movable shop equipment $ 50,000
Furniture 20,000
Fuel Security System 15,000
Subtotal Reserved $ 85,000
CONTRACT WORK
Demolition and
earthwork
$ 95,000
Site improvements,
materials bins, etc.
304,311
Site utilities
145,000
Fuel station
80,000
Building A,
6,400 Sq. Ft.
280,000
Building B,
6,400
240,000
Building D,
16,000
921,689
Building E,
9,600
120,000
Building G,
10,500
130,000
Building K,
2,800
110,000
Subtotal Construction $2,426,000
- -
•
April 12, 1982
Subject: Phase I and Phase II Improvements at the Corporation Yard (Contract
No. 2236)
Page 3
CONTINGENCIES, TESTING, ETC. (7.6%) $ 183,265
PROFESSIONAL FEES 199,400
TOTAL PROJECT BUDGET $2,893,665
The basic building material for the project is concrete block.
Design criteria included minimum long -term maintenance costs; minimum initial
cost consistent with adequate basic quality, energy conservation, and minimum
maintenance; and energy- efficient design consistent with the nature and func-
tion of the facilities. Emphasis was placed on providing natural light and
ventilation for the structures.
The plans and specifications were prepared by Robinson - Thompson
Associates, Inc., of Irvine.
The estimated date of completion is May 17, 1983.
7
e �
v
Benjamin B. Nolan
Public Works Director
KLP:jd
C
..•�
O AN ..
.:a.. i/
t ` ,
/ •
- 'VUiVCIL
,!T BEACH
TO: CITY COUNCIL
• C_oQ3(o
March 8, 1982
CITY COUNCIL AGENDA
ITEM NO. 1=- — / 3
FROM: Public Works Department
SUBJECT: CORPORATION YARD IMPROVEMENTS, CONTRACT NO. 2236
RECOMMENDATION:
Approve a change in the bid opening date from March 10, 1982
to March 31, 1982.
DISCUSSION:
On January 25, 1982, the City Council approved the plans and
specifications for Phase I and II improvements to the Corporation Yard.
Bids were scheduled to be opened at 11:00 A.M. on March 10, 1982.
In order to eliminate a conflict with the scheduled bid opening
date for a similar project in the City of Irvine and to allow potential
bidders more time to assemble subcontract bids, it is desirable to re-
schedule the bid opening date to March 31, 1982.
Council approval of the recommendation will confirm action by
the Public Works Department notifying contractors of the change.
Benjamin B. Nolan
Public Works Director
ft
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am, over the age of eighteen years,
and not a party to or interested in the above entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news.
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or
ange., State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to wit
January 27, 1982
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Beach, California, this �7day ofJanuar4cll 982
Q ^0.
Signature
THE NEWPORT ENSIGN
WEEEWWWW
2721 E Coast Hwy, Corona del Mir, California 92625.
c - :; 3�
This space is for the County Clerk's Filing Stamp
W
PUBLIC NOTICE-
Proof of Publication. of
PHASE I AND II IMPROVEMENTS AT THE
CORPORATION YARD
PROOF OF PUBLICATION
PUBLIC NOTICE
NOTICE 111YR1f3O Bm8
Sealed bid. m.y be reoetod .1 the
sffic. of the City Clark, 2300 Nenpon
Blvd., N.Wpon Ba,.b, Ca rim until
11 e.m, on the 10th day of March,
1062, .t wbinh time .unh bid..hA be
.opend.d read for
p11ASE I mD D DeRovEtiD7Y8 AT
THE CORPORATION YARD
Core .1 No. 2236
Enpinner'. E.timetc $2,883,669
Approved by the City Coe,noe WY
�tb day of lanuary, 1682. Walla B.
SAndama, City Clark._
Pmpentba burden may obWn one
-eM of bid daacmmh at no not at :the,
,oxiee of the Publln Work. Dape,eme,nt,
3300 Newport Mad., Keepert Reach,
X. 92883. ' .
For further, information, all Kenneth
IL. Perry,' Drolaat `ray1eN4 . of
NEM
y8P}yel. -
TO: CITY COUNCIL
January 25, 1982
CITY COUNCIL-AGENDA
ITEM N0. t-,
JAN 95 198?
COUNCIL
FROM: Public Works DeparMftiC•:' " '",' k1RT BEACH
SUBJECT: PHASE I AND PHASE II IMPROVEMENTS AT THE CORPORATION YARD
(CONTRACT NO. 2236)
RECOMMENDATIONS:
Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 11:00 A.M. on March 10, 1982.
DISCUSSION:
The 1981 -82 budget contains two appropriations totalling $2,893,665
from the General Fund to construct Phase I and Phase II improvements at the
corporation yard. It is planned to request funds for Phase III improvements
in the preliminary 1982 -83 budget. Phase III would complete the improvements
included in the master plan of improvements shown on the attached drawing.
A full set of plans and specifications for the project will be available in
the City Council's conference room. Work included in both appropriations has
been consolidated into one contract.
MAJOR FACILITIES INCLUDED IN THE CONTRACT INCLUDE:
IDENTIFICATION DESCRIPTION FLOOR SPACE
"A"
Administration and shops building
6,400
Sq.?Ft.
"B"
Carpenter & sign shops building
6,400
" "
"D"
Automotive shop building
16,000
" "
"E"
Covered storage building
(partially open)
9,600
"
"F"
Fuel station
N.A.
"G"
Covered storage building
(partially open)
10,500
Sq. Ft.
"K"
Field office and shops building
(Parks Division)
21800
"
Other work included in the contract includes demolition of the present
main shop, the old water department warehouse, the old utilities warehouse, car-
ports, and material bins; construction of new materials bins, curbs, walks,
walls, fences, pavement, drains, area lighting, utilities, landscaping, etc.;
relocation of bitumels tank, boat storage area, and animal holding area; and
furnishing of built -in mechanical equipment.
Items included in the current appropriations, but not included in the
construction contract, are furniture, special shop equipment, and a fuel secur-
ity system.
January 25, 1982
Subject: Phase I and Phase II Improvements at the Corporation Yard (C -2236)
Page 2
THE PROJECT ESTIMATE IS AS FOLLOWS:
RESERVED FOR POST - CONTRACT PURCHASES
Movable shop
equipment
$
50,000
Furniture
20,000
Fuel Security System
15,000
Subtotal Reserved
$
85,000
CONTRACT WORK
Demolition
$
30,000
Site improvements, materials bins, etc.
589,865
Site utilities
135,000
Fuel station
66,000
Building A,
6,400 Sq. Ft.
320,000
Building B,
6,400
255,000
Building D,
16,000
740,000
Building E,
9,600
120,000
Building G,
10,500
935400
Building K,
2,800
1405000
Subtotal Construction
$2,489,265
CONTINGENCIES,
TESTING, ETC. (5 %)
$
120,000
PROFESSIONAL FEES
$
199,400
TOTAL PROJECT ESTIMATE
$2,893,665
The basic building material for the project is concrete block. Design
criteria include minimum long -term maintenance costs; minimum initial cost con-
sistent with adequate basic quality, energy conservation, and minimum mainte-
nance; energy- efficient design consistent with the nature and function of the
facilities. Emphasis was placed on providing natural light and ventilation for
the structures.
The plans and specifications were prepared by Robinson - Thompson
Associates, inc., of Irvine.
The estimated date of completion is April 30, 1983.
.Benjamin B. Nolan
Public Works Director
KLP:jd
Att.
I
e- :J'anuary 21, 1980
JAN 21 1980 CITY COUNCIL AGENDA
ITEM NO. G -1
By ,ww an coLca
TO: CITY COUNCIL CITY OF W~ KW#4H
FROM: Public Works Department
SUBJECT: CITY CORPORATION YARD, PHASE A IMPROVEMENTS
RECOMMENDATIONS:
1. Approve the Phase A portion of the plan.
2. Authorize the staff to obtain a proposal for architectural
services for the Phase A improvements.
DISCUSSION:
At the study sessions of December 10, 1979 and January 7, 1980, a
proposed Master Plan for redevelopment of the City Corporation Yard was re-
viewed with the City Council. Copies of preliminary sketches showing the
facilities were distributed previously. A copy of the memo dated January 7,
1980 containing information on the overall plan is attached for reference.
It is proposed to proceed with preparation of the preliminary and
final plans for the Phase A facilities during the current fiscal year, with
construction to be budgeted in the 1980 -81 fiscal year.
Major facilities included in Phase A are:
1. Equipment Maintenance Shop (Building "D ")
(plus 1,600 S.F. Mezzanine) 16,000 S.F.
2. Carpenter & Sign Shop (Building "B ") 5,600 S.F.
3. P. B. & R. Shop (Building "K ") 2,400 S.F.
4. Fuel Station and Tanks
5. Materials Bins
Preliminary estimated costs for Phase A are:
Equipment Maintenance Shop, Bldg. "D"
16,000 S.F. @ $50 $800,000
1,600 S.F. @ $50 (Mezzanine) 80,000
Carpenter & Sign Shop, Bldg. "B"
5,600 S.F. @ $35 196,000
P. B. & R. Shop, Bldg. "K"
2,400 S.F. @ $25 60,000
3
January 21, 1980
Subject: City Corporation Yard, Phase A Improvements
Page 2
Preliminary estimated costs for Phase A (cont'd)
Sits Work
grading
utilities relocation
demolition
drainage
paving
Fuel Station and Tanks
Materials Bins (Reinf. Conc.)
Subtotal
10% Testing & Contingencies
10% Engineering & Architecture
Special Shoo Equipment
$ 50,000
40,000
10,000
10,000
30,000
50,000
$1,406,000
140,000
140,000
(cranes, hoists, vacuums, compressors, etc ) 200,000
Total
It should be emphasized that
More detailed estimates will be prepar
phase. The preliminary plans and cost
Council for review and approval before
specifications. This information will
are made on the 1980 -81 budget.
$1,886,000
the above cost estimates are very rough.
ad as part of the preliminary design
estimates will be presented to the
proceeding with the final plans and
be available before final decisions
The projected schedule for Phase A is as follows:
1.
Phase A Master Plan approved
Jan.
21,
1980
2.
Architectural services agreement approved
Feb.
25,
1980
3.
Council review of preliminary plans and
estimates
May
12,
1980
4.
Council approval of final plans, and call
for bids
Aug.
25,
1980
5.
Contract awarded
Oct.
27,
1980
6.
Construction completed
July
20,
1981
Sufficient funds are available in the current budget under Account
No. 02- 3397 -119 (Shop Bldg. at City Yard) to fund the soils investigations and
the architectural and engineering services. Construction will be funded from
the Corporation Yard reserve.
4�O ;a
Benjamin B. Nolan
Public Works Director
BBN :jd Att.
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CORPORATION YARD MASTER PLAN
DISCUSSION:
At the study session on December
proposed schematic Master Plan p
the Corporation Yard. A copy of
continued to the January 7 study
vide time for Council members to
ties.
• January 7, 1980
STUDY SESSION AGENDA
ITEM NO. 5
10, 1979, the City Council was shown a
^epared by the staff for development of
the drawings is attached. The matter was
session for further review, and to pro -
physically view the existing yard facili-
The present corporation yard is overcrowded, and most of the existing
buildings are both structurally and functionally obsolete. Unsuccess-
ful attempts to find a new location have led to a decision to develop
the present site to make it more efficient.
There are three major constraints on development of the site: (1)
existing utilities easements; (2) poor soil conditions resulting from
past use of the property as a rubbish fill site; and (3) the need to
keep the yard in operation as development proceeds.
Following are the salient features of
The figures will change as the plans
detailed drawings and specifications.
the plan developed by the staff.
evolve from a preliminary scheme to
There are nine existing buildings on the site. Two are considered worth
saving, the main warehouse (Bldg. "F "), and the newer P B & R vehicle
storage shed (.Bldg. "H "). The following buildings are proposed to be
demolished: the old warehouse; the utilities storage building; the
P B & R yard offices; the old P B & R shop; the automotive shop; and the
storage sheds southwesterly and southeasterly of the automotive shop.
The present gasoline stations will be relocated. The propane tank will
be removed. The paving oil tank will be relocated. New materials and
trash bins will be built. Portions of the site will be re- graded.
Utilities will be relocated. The animal facility will be relocated.
Parking lots will be paved. The existing Diesel station, wash rack, and
newspaper loading dock will remain.
y
January 7, 1980
Subject: Corporation Yard Master Plan
Page 2
II. PLAN OF DEVELOPMENT:
A. Existing Buildings to be Demolished Size (S.F.)
1. Utilities storage building 1,020
2. Old warehouse 2,300
3. P B & R office 1,200
4. P B & R shed 1,475
5. Storage shed 9,348
6. Storage building 6,707
7. Equipment maintenance shop 14,100
36,150
B. Existing Buildings to Remain
1. Warehouse "F" 6,600
2. P B & R shed "H" 3,750
10,350
C. New Buildings and Facilities to be Constructed Include:
Buildings
*1.
Administration building
"A"
(2 stories)
8,000
(includes 2000 S.F. shop,
lavatory, shower, and
locker area)
*2.
Shop building
"B"
(with mezzanine)
8,800
3.
Storage building
"c"
10,400
*4.
Automotive shop
"D"
(with mezzanine)
17,600
5.
Storage building
"E"
8,000
6.
Storage building
"G"
12,800
*7.
Shop & office building
"J"
3,200
8.
Storage building
"K"
1,600
9.
Storage building
"L"
2,400
*Heated and Insulated
Other Facilities
1. New fuel station
2. Additional parking area
3. Additional material bins
4. New trash bin
5. New animal facility
6. Relocate paving oil tank
Total New 72,800
January 7, 1980
Subject: Corporation Yard Master Plan
Page 3
III. ESTIMATED COST
C
Following are estimated costs for the development of the Corporation Yard
expressed in 1980 dollars:
PHASE A (1980 -81 Fiscal Year)
a)
Grading
$ 50,000
b)
Utilities Relocation
40,000
c)
Building Demolition
10,000
d)
Gasoline Station
50,000
e)
Shop Building "B" 5,600 S.F. @ $35
196,000
f)
Equipment Maintenance Building
$1,886,000
PHASE B (1981 -82 Fiscal Year)
16,000 S.F. @ $50
800,000
Grading
1,600 S.F. @ $50 (Mezz)
80,000
g)
Shop Building "K" 2,400 S.F. @ $25
60,000
h)
Bins, move oil tank
80,000
i)
Drains
10,000
j)
Paving
30,000
($1,587,000 in 1981.$)
Subtotal -- construction (1980 -81)
$1,406,000
Contingencies (10 %)
140,000
Engineering (10 %)
140,000
(k)
Special shop equipment (cranes, hoists, vacuums, compres-
sors)
200,000
Total (1980 -81)
$1,886,000
PHASE B (1981 -82 Fiscal Year)
(a)
Grading
$ 25,000
(b)
Utilities relocation
5,000
(c)
Building demolition
30,000
(d)
Covered storage building "G"
320,000
12,800 S.F. @ $25
(e)
Administration and Shop Building "A"
480,000
8,000 S.F. @ $60
(f)
Covered Storage Building "E" 8,000 S.F. @ $25
200,000
(g)
Paving
20,000
(h)
New Animal Facility
10,000
Subtotal construction (1981 -82)
$1,090,000
Contingencies (10 %)
110,000
Engineering (10 %)
110,000
$1,310,000
(i)
Special shop equipment
50,000
(j)
Furniture and office equipment
20,000
Total (1981 -82) (in 1980 $)
$1,380,000
($1,587,000 in 1981.$)
I
January 7, 1979
Subject: Corporation A Master Plan
Page 4
IV
V
PHASE C (1982 -83 Fiscal Year)
r]
L
(a)
Grading
$ 25,000
(b)
Utilities
5,000
(c)
Building demolition
20,000
(d)
Shop Building "C" 10,400S.F. @$30
312,000
(e)
Shop Building "J" 2,400 S.F. @$35
84,000
(f)
Shop Building "L" 2,400 S.F. @$35
84,000
(g)
Remodel warehouse
20,000
(h)
Block walls
40,000
(i)
Wire fences
10,000
(j)
Landscaping
25,000
(k)
Parking lots
50,000
Subtotal construction (1982 -83)
$ 675,000
Contingencies (10 %)
65,000
Engineering (10 %)
65,000
(1)
Shop equipment, hoist, alignment equipment, etc
75,000
Total 1982 -83) (in 1980 $)
$ 880,000
(1,164,000
in 1982 $)
Total project cost in 1980 dollars
$ 4,146,000
PROPOSED COUNCIL ACTIONS
The
Corporation Yard Master Plan will be placed on the
evening agenda for
the
meeting of January 28, 1980 for further review, and
for formal action
on
the initial steps for implementation. The following
actions will be
recommended:
1. Approval of the Master Plan, for Phase A only. This procedure will
allow additional time to evaluate the total plan.
2. Authorization for the staff to obtain proposals for architectural
services for Phase A. The agreement with the Architect would be
presented for Council consideration at the meeting of February 25, 1980.
SCHEDULE FOR PHASE A
Item
1. Phase A Master Plan approved
2. Architectural services agreement approved
3. Council reviews Architects' report, preliminary
plans and cost estimates, and authorizes preparation
of final plans.
4. Final plans approved by Council, and call for
bids authorized
5. Contract awarded
Construction completed
()Benjamin B. Nolan %//
Public Works Director
KLP:do
Att. for Council members only
r
Date
January 28, 1980
February 25, 1980
May 12, 1980
August 25, 1980
October 27, 1980
July 20, 1981
December 10, 1979
STUDY SESSION AGENDA
ITEM NO. 9
TO: CITY MANAGER
FROM: Public Works Department
SUBJECT: CORPORATION YARD MASTER PLAN
DISCUSSION:
Following is a proposed schematic Master Plan for development of the
Corporation Yard that has been prepared by the staff. The complete plan
consists of one large and 13 small drawings, plus this report.
The present corporation yard is overcrowded, and most of the existing
buildings are both structurally and functionally obsolete. Unsuccess-
ful attempts to find a new location have led to a decision to develop
the present site to make it more efficient.
There are three major constraints on development of the site: (1)
existing utilities easements; (2) poor soil conditions resulting from
past use of the property as a rubbish fill site; and (3) the need to
keep the yard in operation as development proceeds.
The best soil conditions are found near Superior Avenue south of the
entrance to the yard, and along the southerly property line. It is
proposed to locate the heavier buildings in these areas. The other
new buildings built on up to 20 feet of rubbish fill will be light,
flexible, single -story structures designed to minimize damage from
poor soil conditions.
There are nine existing buildings on the site.
worth saving, the main warehouse and the newer
shed. The following buildings are proposed to
old warehouse; the utilities storage building;
the old P B & R shop; the automotive shop; and
westerly and southeasterly of the automotive s
Two are considered
P B & R vehicle storage
be demolished: the
the P B & R yard office;
the storage sheds south -
lop.
The present gasoline stations will be relocated. The propane tank
will be removed. The paving oil tank will be relocated. New materials
and trash bins will be built. Portions of the site will be re- graded.
Utilities will be relocated. The animal facility will be relocated.
Parking lots will be paved. The existing Diesel station, wash rack,
and newspaper loading dock will remain.
December 10, 1979
Subject: Corporation Yard Master Plan
Page 2
II. PLAN OF DEVELOPMENT:
A. Existing Buildings to be Demolished
1. Utilities storage building
2. Old warehouse
3. P B & R office
4. P B & R shed
5. Storage shed
6. Storage building
7. Equipment maintenance shop
B. Existing Buildings to Remain
1. Warehouse
2. P B & R shed
C. New Buildings and Facilities to be Constructed include:
Buildings
*1. Administration building "A" (2 stories)
(includes 2000 S.F. shop, lavatory, shower, and locker area)
*2. Shop building "B" (with mezzanine)
3. Storage building "C"
*4. Automotive shop "D" (with mezzanine)
5. Storage building "E"
6. Storage building "G"
*7. Shop & office building "J"
8. Storage building "K"
9. Storage building "L"
Total New
* Heated and Insulated
Other Facilities
1. New fuel station
2. Additional parking area
3. Additional material bins
4. New trash bin
5. New animal facility
6. Relocate paving oil tank
Size S.F.)
1,020
2,300
1,200
1 ,475
9,348
6,707
14,100
36,150
6,600
3,750
10,350
EM]
8,800
10,400
17,600
8,000
12,800
3,200
1,600
2,400
72,800
December 10, 1979
Subject: Corporation Yard Master Plan
Page 3
III. ESTIMATED COST
Following are estimated costs for the development of the Corporation Yard
expressed in 1979 dollars:
PHASE A (1979 -80 Fiscal Year)
(a)
Grading
$ 50,000
(b)
Utilities Relocation
40,000
(c)
Building Demolition
10,000
(d)
Gasoline Station
50,000
(e)
Shop Building "B" 5600 S.F. @$35
196,000
(f)
Equipment Maintenance Building
(a)
16,000 S.F. @ $50
800,000
$ 25,000
1600 S.F. @ $50 (Mezz)
80,000
(g)
Shop Building "K" 1600 S.F. @ $25
40,000
(h)
Bins, move oil tank, new animal facility
100,000
(i)
Drains
10,000
(j)
Paving
10,000
Subtotal - construction (1979 -80) $1,386,000
($1,587,000 in 1980 $)
Contingencies (10 %)
135,000
Engineering (10 %)
135,000
(k)
Special shop equipment (cranes, hoists, vacuums, compressors)
200,000
Total (1979 -80)
$1,856,000
PHASE B (1980 -81 Fiscal Year)
(a)
Grading
$ 25,000
(b)
Utilities relocation
5,000
(c)
Building demolition
40,000
(d)
Covered storage building "G"
320,000
12,800 S.F. @ $25
(e)
Administration and Shop Building
"A"
480,000
8,000 S.F. @ $60
(f)
Covered Storage Building "E" 8000
S.F. @ $25
200,000
(g)
Paving
20,000
Sub -total construction (1980 -81)
$1,090,000
Contingencies (10 %)
110,000
Engineering (10 %)
110,000
$1,310,000
(h)
Special shop equipment
50,000
(i)
Furniture and office equipment
20,000
Total (1980 -81)
$1,380,000
($1,587,000 in 1980 $)
0 0
December 10, 1979
Subject: Corporation Yard Master Plan
Page 4
PHASE C (1981 -82 Fiscal Year)
(a)
Grading
$ 25,000
(b)
Utilities
5,000
(c)
Building demolition
40,000
(d)
Shop Building "C" 10,400 S.F.
@ $30
312,000
(e)
Shop Building "J" 3,200 S.F.
@ $35
412,000
(f)
Shop Building "L" 2,400 S.F.
@ $35
84,000
(g)
Remodel warehouse
20,000
(h)
Block Walls
20,000
(i)
Wire fences
10,000
(j)
Landscaping
25,000
(k)
Parking lots
50,000
Subtotal construction (1981 -82)
$ 1,003,000
Contingencies (10 %)
100,000
Engineering (10 %)
100,000
(1)
Shop equipment
60,000
Total (1981 -82)
$ 1,263,000
($1,670,000 in 1981 $)
Total project cost in 1979 dollars $ 4,499,000
IV. SUGGESTED SCHEDULE
ITEM
1. City Council shown Master Plan at Study Session
2. Staff requests proposals from Consultant for Phase A work
3. Review of Master Plan and Schedule by Council Budget
Committee
4. City Council adopts Master Plan and authorizes contract
with Consultant for Phase A work only
5. Contract with Consultant executed
6. Preliminary Plans submitted to City
7. Final Plans approved by City Council
8. City Clerk advertises for bids
9. Bids received
10. Construction Contract awarded
11. Contract executed
12. Construction commences
13. Project completed
DEADLINE
December 10, 1979
December 11, 1979
December 1979
January 7, 1980
January 14, 1980
April 14, 1980
April 28, 1980
May 1, 1980
June 2, 1980
June 9, 1980
June 30, 1980
July 14, 1980
March 14, 1981
W. ,.. • 0
December 10, 1979
Subject: Corporation Yard Master Plan
Page 2
II. PLAN OF DEVELOPMENT:
A. Existing Buildings to be Demolished Size S.F.)
1. Utilities storage building 1,020
2. Old warehouse 2,300
3. P B & R office 1,200
4. P B & R shed 1,475
5. Storage shed 9,348
6. Storage building 6,707
7. Equipment maintenance shop 14,100
36,150
Existing Buildings to Remain
1. Warehouse 6,600
2. P B & R shed 3,750
10,350
New Buildings and Facilities to be Constructed include:
Buildings
*1.
Administration building
"A" (2 stories)
8,000
(includes 2000 S.F. shop,
lavatory, shower, and locker area)
*2.
Shop building
"B" (with mezzanine)
8,800
3.
Storage building
"C"
10,400
*4.
Automotive shop
"D" (with mezzanine)
17,600
5.
Storage building
"E"
8,000
6.
Storage building
"G"
12,800
*7.
Shop & office building
"J"
3,200
8.
Storage building
"K"
1,600
9.
Storage building
"L"
2,400
Total New 72,800
* Heated and Insulated
Other Facilities
1. New fuel station
2. Additional parking area
3. Additional material bins
4. New trash bin
5. New animal facility
6. Relocate paving oil tank
C -2236
See Contract File for Map
Phase I and II Improvements at Corporation
Yard