Loading...
HomeMy WebLinkAboutARMSTRONG-MCHUGH CORP.; 1976-02-17; 1029CITY OF CARLSBAD SAN DIEGO COUNTY California CONTRACT DOCUMENTS & SPECIFICATIONS FOR J4AYUHM6 $1(1661 CONSTRUCTION OF ft-FIRE STATIN LOCATED AT THE INTERSECTION OF^fwuuKJG itfieer A©AK. GATALINA DRIVE AND GHESTNUf'AVENUE Contract No. November, c- TABLE OF CONTENTS 1 NOTICE INVITING SEALED PROPOSALS 3 PROPOSAL 6 BID BOND 7 DESIGNATION OF SUBCONTRACTORS 8 STATEMENT OF FINANCES 9 AGREEMENT AND CONTRACT 11 BOND FOR LABOR AND MATERIALS' 13 BOND FOR FAITHFUL PERFORMANCE 15 SPECIAL PROVISIONS 1A-1 GENERAL CONDITIONS 2A-1 SITE PREPARATION 3A-1 CONCRETE 6A-1 CARPENTRY & WOODWORK 7A-1 THERMAL & MOISTURE PROTECTION 8A-1 HARDWARE, GLAZING & SPECIAL DOORS 9A-1 FINISHES 10A-1 SPECIALTIES 15A-1 PLUMBING & MECHANICAL 16A-1 ELECTRICAL Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 10:00 AM on the 3rd day of February , 19 76 , at which time they will be opened and read, for performing the work as follows: Construction of a fire station located at the intersection of Chestnut Avenue and Catalina Drive Contract No. 1029 No bid will be received unless it is made on a' proposal form furnished' by the Engineering Department. Each bid must be accompanied by cash, • certified check or bidder's bond made payable to the City of Carlsbad, for an amount equal to at least 10 per cent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. Proposal - Page 3 2. Designation of Subcontractors - Page 7 3. Bidder's Bond - Page 6 :; 4. Contractor's Financial Status - Page 8 The documents shall be affixed with the appropriate signatures and titles /** of the persons signing on behalf of the bidder. For corporations, the ****" signatures of the President or Vice-President and Secretary or Assistant Secretary are required and the Corporate Seal shall be afffxed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans, Special Provisions and Contract Documents may be obtained at-the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. A nonrefundable charge of none will be required for each set of plans, special provisions and contract documents for other than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. The City of Carlsbad reserves the. right to reject any or all bids and to waive any informality in such bids. A project tour will be conducted by the City of Carlsbad Engineering *««' Department at 10:00 AM on the day requested . In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Carlsbad has ascertained the general Page 2 prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 3600. A copy of said Resolution is available in the Office of the City Clerk in the City of Carlsbad. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above thirty thousand dollars ($30,000) or 20 working days. Page 3 CITY OF CARLSBAD CONSTRUCTION OF A FIRE STATION LOCATED AT THE INTERSECTION OF CATALINA DRIVE AND CHESTNUT AVENUE Contract No. 1029 PROPOSAL To the City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Gentlemen: The undersigned declares that he has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work . • to complete Contract 1029 in accordance with the plans, the specifi- cations of the City of Carlsbad, and the special provisions, and that he will take in full payment therefore the following unit prices for each item complete to wit:(rj *" Apprax. Items with Unit Prices or Unit Prices Total Item No. Quantity Lump Sum Written in Words In Figures Amount i. 1. L.S. Fire Station building complete (including utility connections) ^f-<S ,s??:t-r^ dtt,Al&Ut( 7 f'. ? //. dollars and _^r£L_.. _cents 2. L.S. Portland Cement Concrete drive- way, sidewalk and slabs at dollars and /r\<y cents L.S. Asphalt paving for parking and driveway dollars and _ " cents L.S. Wooden fencing and masonry walls dollars „ •... - and . -- — - cents <-—*-•£<*-•-=>.. Page 3A G Approx. Items with Unit Prices or Item No. Quantity Lump Sum Written in Words 5. L.S. Aluminum flagpole and drain pipe and grate inlet at dollars and cents Unit Prices Total In Figures Amount //£/"^ Total Amount in Figures Total Amount in Words Page 4 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected .totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No, ZS"<~> % ^^ Identification %*>•— j _ . The undersigned bidder hereby represents as follows: (a) That no Councilman, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, -its officers, agents or employees, has induced him to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms, and (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is .. .(cash, certified check, cashier ' s check or bond) in an amount not less than 10 per cent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self -insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Page 5 (C Phone Numberi£Num! Date Z>^>/ ^j£UW*«8v. &41 Bidder' s Address C7a_^, Bidder's Name (SEAL) Authorized Signature -r\ ^^J^rCjh^^ Authorized Signatre Lu*. Type of Organization (Individual, Corporation, Co- partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: 1U / \JL-&~^> (c BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Armstrong-Me Hugh Corporation , as Principal, and Fidelity and Deposit Company of ^ , as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of TEN PERCENT OF ATTACHED BID Dollars ($ 10% ) , lawful money of the United States for the payment of which sum well and truly to be made/ v/e bind ourselves, jointly and severally, firmly by these presents, THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: Construction of" a fire station located at the intersection of Catalina Drive and Chestnut Avenue Contract ITo. 1029 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within (20) twenty days from the date of award of contract by the City Council Of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 3rd day of February^ , 19 76 . Corporate Seal (if corporation) • (Attach Acknowledg , Attornev in Fact) Principal (Attach Acknowledgement of •"-"'... *^L?*1 FIDF.LITY AND DEPOSIT COMPANY-OF MARYLAND Attornev-in-Fact1 Title p. * (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) STATE OF CALIFORNIA COUNTY OF San Diego nn February 3, 1976 -_ before me> the undersigned, a Notary Public in and for said County and Slate,11 i T-Tfirbert C. Armstrongpersonally appeared ±i_ r * s , known to me to be the person whose name L? subscribed lo the within instrument, as the Attorney in fact ofArmstrong-McHugh Corporation he subscribed the name thereto as in fact. and acknowledged to me that Of Armstrong-McHugh Corp. principal . and Sk§ own name as Attorney. signature- Natalie E. Oyen Name (Typed or Printed) Notary Public in and for said County and State FOR NOTARY SEAL OR STAMP OFFICIAL SEAL NATALIE E.OYHI STATE OF CALIFORNIA .COUNTY OF S^an...Diego On .February...3.,....1.9.7.6 , before me, the undersigned, a Notary Public of said county and state, personally appeared ?.?....vL*...-MP.y. known to me to be the Attorney-in-Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. Los Angeles 198646 OFFICIAL SEAL L. L. DAIL l?'-'; NOTARY PU3UC CALIFORNIA '. PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires June 2, 1979 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 JOHN C. GARDMK , Vice-President, and C. M. EEGOT, JR. 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, Resident Assistant Secretaries and Attorneys- in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company anybonds, 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 documents which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint C. J. Hoy of San Diego, California 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..-..., ic 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. The said Assistant Secretary does 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 2Q.th day of August , A.D. 19.7U ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (SIGNED).C.....MO..IECOT,.. JR.. Assistant Secretary By JQHN..C...GAEDH Vice-President(SEAL) STATE OF MARYLAND \ CITY OF BALTIMORE / On this 20th day of August , A.D. 19 7)4. , before the subscriber, a Notary Public of the State ofMaryland, 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 personally known to be the individuals and officers describedin 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 first above written. (SIGNED) MLISDA.T.,...HAUS. (SEAL) Notary Public Commission Expires.J.uly...IL,~.197B CERTIFICATE I, the undersigned. Assistant Secretary 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 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 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, whethermade 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 Ir.d day of Eebruary. , 19....Z.6 L1419—Ctf. 199308 Page 7 DESIGNATION OF SUBCONTRACTOR (^ The undersigned certifies that he has used the subbids of the , C*^ following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the City Council of the City of Carlsbad. ITEM OF WORK SUBCONTRACTOR ! ADDRESS i... n 2._ 3. 5 . J^fc&i<L^t£Z£Ct«l '«. I % 6. /l^^-cs-*^ .^^-tf?. ARMSTRONG McHUGH CORPORATION 259838 -i-«'«««••„•> WgWM Authorized Signature Type of Organization (Individual, Co-Partnership or Corporation) Address 92074 (C c •.'•.• City of Carlsbad' Construction of Fire Station No. 3 Intersection of Catalina Drive and Chestnut Avenue Contract No, 1029 Addendum No. 1 DATE: January 19, 1976 SPECIFICATIONS . . Attached is Sheet 16A-1 (page 57A) of the Electrical Section which was inadvertently left out. PLANS Sheet A-2 Plumbing fixture and appliance schedule delete light/heat/ fan in rooms 105, 207 and 208. Shset E-l Fixture Schedule ' • - Revise fixture I to Nutone 9425 'heater/fan. Revise fixture J to Nutone 9665 light/heat/fan. Acknowledgement Ufc«- MAR CA 92014 - "7 & Name Z* Title Date This addendum must be acknowledged by signature and submitted with bid. Section 16A - Electrical C The general conditions and Division 1 apply to the work of this Section.: *.. - - —• • 1.0 General 1.1 Scope a. Work Included: the work includes, but is not necessarily limited to: 1. Underground service and entrance with meter socket and main breaker, panelboard and feeder for power and light- ing . 2. Complete power and lighting branch circuit wiring, in- cluding junction boxes, pullboxes, outlet boxes, devices, materials and equipment for a complete installation. Lighting circuits to be kept separate from power circuits except in Dormitory Rooms. 3. Telephone conduit as required. Terminal shall be located in closet in Captains office. A two (2) inch conduit shall be run from service point to terminal and one (1) inch conduits to each telephone location as shown on plans. 4. Light fixtures and lamps in fixtures. C 5. Complete line-voltage wiring tc and connection of elec- trical equipment provided under other sections, including appliances, pull boxes, outlet boxes, switches, etc. i • • . 6. 'Wiring and connections to all electrically operated equip- ment and appliances as shown on the drawings, or indicated as required in the contract documents. 7. Provide and maintain temporary lighting, power or other service which may be disrupted due to the work under the specifications. 8. Electric rediant heating system for entire living area; does not include apparatus room. 9. Conduit system for alarm system circuitry. Minimum size 3/4". 10. Material and fixture submittals. 11. Record (as-built) drawings. 12. Tests. . 13. Perform all other work necessary for the complete install- f*. ation of all electrical work and fixtures.c b. Related work not in contract: Telephones and wiring for tele- phone system, wiring and fixtures for alarm system. Section 16A-1 Page 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial respon- sibility. The undersigned submits below a statement of the work of similar character to that included in the proposed contract which he has successfully performed. r~v r?.e£- j r^r Signed 'C Page 9 CONTRACT THIS AGREEMENT/ made and entered into this 17th day of February , 19 76 , by and between the City of Carlsbad/ California, hereinafter designated as the City, party of the first part, and Armstrong-McHugh Corporation , hereinafter designated as the Contractor, party of the second part. WITNESSETH: that the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Con- tractor agrees with the City to furnish all materials and labor for: Construction of a fire station located at the intersection of Catalina Drive and Chestnut Avenue Contract No. 1029 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the plans and specifications therefor; to furnish at his own proper cost and'expense all tools, equipment, labor and materials necessary therefor, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equip- ment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise Or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and hereby conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof Page 10 when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the City Engineer, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above w.¥J.t±£fl--,_ ..AruvISrriONG McHUGH CORPORATION 259838^mpmouraHffl- Title » —^T^^(*^^t^^^__ £/ f ~~Joy a \ O O^d-^f L. (_xv-L«*pqp Title CITY OF ^CARLSBAD, CALIFORNIA by lyor ATTEST: jT City CCle*k (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) TO 449 CA (5-73) (Corporation) STATE OF CALIFORNIA COUNTY OF_ TITLE INSURANCEANDTRUST ATICOR COMPANY ss. On_1 State, personally appeared known to me to be the & known to me to be known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Signature before me, the undersigned, a Notary Public in and for said iri, and Soorotary of the corporation that executed the within Instrument, Name (Typed or Printed) OFFICIAL SEAL DIANE P. HUBBARD NOTARY PUBLIC-CALIF PRINCIPAL OFFICi IN SAN DIEGO COUIKTY MY COMMISSION EXPIRES (This area for official notarial seal) TO 449 CA (5-73) (Corporation) STATE OF CALIFORNIA COUNTY OF SS. TITLE INSURANCE ANDTRUST ATICOR COMPANY On r\< State, personally appeared known to me to be the rA before me, the undersigned, a Notary Public in and for said Q PQQ'g-fe&, known to me to be G.\\U V known to me to be the^ersons who executed Sctrtrtnry of the corporation that executed the within Instrument, the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Signature. OFFICIAL SEAL ' DIANE P. HUBBARD ^ NOTARY PUBLIC-CALIF \ PRINCIPAL OFFICE IN I SAN DIEGO COUNTY I JUNE 4, 1979*MY COMMISSION EXPIRES Name (Typed or Printed) (This area for official notarial seal) Page 11 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS/ THAT WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. *3$$7 adopted fe&r^ri/ // 13 7l*j - ,-T Viac at/j^T-rliarJ +-r» // ~T~* Vltf Ll I f> s* ^^,^r~iicto awarucci i-u rrr/MGil f^f}n/& ~* ///£— XT/t/t M (-^ r^> r^ /?/o x^<7 /1 > hereinafter designated as the "Principal", a contract for: Construction of a fire station located at the intersection of Catalina Drive and Chestnut Avenue Contract No. 1029 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents on file in the Office d'f the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or-any of his or its subcontractors shall fail to pay for any materials, provisions, pro- vender or other supplies or teams used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE /# /H4rpna~J~rp _ - "as Principal, hereinafter designated as Contractor and Fidelity and Deposit Company of Maryland as Surety, are held firmly bound unto the City of Carlsbad, in the sum of - - y^ /££. . 5~/2 - --- Dollars ($ y^, /,£<£. ^"22 ) i said sum being 50 per cent of the estimated amount payable by the City of Carlsbad 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 person 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 f 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. Page 12 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond/ as required by the provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agreer that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed therounder ra- 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 <&?tt day of ARMSTRONG McHUGH CORPORATION 259838 2201 SAN DiEGyHO DR; (Sea 1 > --tbLtJrCt (Seal) Contractor Fidelity and Deposit Company of Maryland (Seal) (Seal) Glenn F. DaVldSOn Attorney-in-Fact (Seal) Surety TO 449 CA (5-73) (Corporation) STATE OF CALIFORNIA COT TNTY OF S&, V^ ^ V < On r\AvcV\ I , [Q\ State, personally appeared known to me to be the ^ Qt, known t" nip tn hp 2<ar>jrnU He.r-Vjex't "-•VrcQS I SS. before me, C. f\r« Prpcirlon Snnrntnry nf thp ^Kl TITLE INSURANCE^gj AND TRUST ATICOR COMPANY the undersigned, a Notary Public in and for said LpanH , corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. UiMJU Name (Typed or Printed) OFFICIAL SEAL ~~" DIANE P. HUBBARD NOTARY PUBLIC-CALIF \ PRINCIPAL OFFICE IN I SflN DIEGO COUMrv .' ( MY COMMISSION EXPIRES JUNE 4, 1979 ' (This area for official notarial seal) STATE OF CALIFORNIA ...COUNTY OF.....S«tt...Di«JgO-. ss: On.February .19-76 , before me, the undersigned, a Notary Public of said county and state, personally appeared .Cl«m..r,....nwldi«l. , known to me to be the Attorney-in-Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. BR(12)15 Los Angeles 198646 C"!OAl SEAl L. L. DAIL NOTARY PUBLIC -CAUFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires June 2, 1979 Notary Public Page 13 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that- WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. ^%57 adopted has awarded to //^/^Troyitf - J/f^ n/s^/i (^^/"fiD/s^/ifi Hj '"^p ••-"/ hereinafter designated as the "Principal", a contract for: Construction of a fire station located at the intersection of Catalina Drive and Chestnut Avenue Contract No. 1029 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. 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, J as Principal, hereinafter designated as the "Contractor", and • Fidelity and Deposit Company of Marylancf as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of /J.^yV, f)\ou4^^Tu^nIjuyiJ^J fpf-fuEivs. Dollars ($ &? ^K5TDO ) / said sum being equal to 100 per cent 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, conditions 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 Carlsbad, 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 sbipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifi- Page 14 /•*"" V,. cations accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition 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 cJ&d day of _- 19 ^. I ARMSTRONG McHUGH CORPORATION 2598382201 SAN DIEGUITQ PR DEL MAR CA 9201/T I Wfr' (Seal) (Seal) (Seal) Contractor Fidelity and T :,,os:t Con-pany of Maryland C Glenn F. Davidson (Seal ) (Seal) (seal) Suretv TO 449 CA (5-73) (Corporation) STATE OF CALIFORNIA COUNTY OF_ TITLE INSURANCE ANDTRUST ATICOR COMPANY SS. On I State, personally appeared H^f^O^^ Q. before me, the undersigned, a Notary Public in and for said known to me to be t\\n £6C ""TCgQ.^ Fi'uuidc.iit;-Jnd . known to me to be known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Srrrttiry of the corporation that executed the within Instrument, Signatur Name (Typed or Printed) OFFICIAL SEAL DIANE P. HUBBARD NOTARY PUBLIC-CALIF PRINCIPAL OFFICE IN SAN DIEGO COUNTY/ ^ins^ SAN D|EGO COUNTY l I MY COMMISSION EXPIRES JUNE 4. "79 ' (This area for official notarial seal) STATE OF CALIFORNIA .COUNTY OF..S«n DUgo ss: On .?**?!!!^MQ?.- ?.•— A.--~- ........... , before me, the undersigned, a Notary Public of said county F* D«*td»*a ..... . ................... ...and state, personally appeared... ............ . ........ . known to me to be the Attorney-in-Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. BR(12)15 Los Angeles 198646 C?F!C!AI "~AI L. L. BAIL NOTARY PUBLIC CAliFORNiA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires June 2, 1979 'otary Public Page 15 CITY OF CARLSBAD FIRE STATION NO. 3 Contract No. 1029 Special Provisions 1.0 GENERAL CONDITIONS 1.1 SCOPE a. Unless specifically stated or noted otherwise in the Contract Documents, the work of this contract includes the furnishing of all labor, material, equipment, services and appurtenances required to completely, properly and faithfully perform all the work of constructing a fire station, as herein specified and shown on the drawings. Work under this contract is located at Catalina Drive, Carlsbad, California 92008. 1.2 DRAWINGS AND SPECIFICATIONS a. Drawings which form a part of the Contract Documents and which accompany these specifications are composed of six sheets as follows: Al, A2, A3, A4, A5, A6, A7, SI, S2, and E-l of Job No. 7217. b. Specifications which form a part of Contract Documents consist of sections as listed in the Table of Contents in the forepart of these specifications. c. Division of the Specifications; For convenience, these specifications are arranged in several trade sections, but such separation does not establish limits of work required by any subcontract or trade. Terms and condi- tions of such limitations are wholly between Contractor and Subcontractors. 1.3 ADDITIONAL DEFINITIONS a< Owner; City of Carlsbad, 1200 Elm Avenue, Carlsbad, CA b. Architect; Ferguson di Girolamo, 150 East Broadway, Vista, CA 92083 c. Work; All work as defined by any or all portions of these specifications and accompanying drawings. d. Reference to Drawings; Where the words "shown", "indi- cated", "detailed", "noted", "scheduled", or words of GENERAL CONDITIONS 1A-1 Page 16 similar import are used, it shall be understood that reference is made to the drawings accompanying these specifications, unless stated otherwise. e. Directions: Where the words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation, selection, or similar import, of the Architect is intended, unless stated otherwise. The word "required" and words of simi- lar import shall be understood to mean "as required to properly complete the work and as required and approved by the Architect", unless stated otherwise. f. Equals and Approvals; Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect", unless stated otherwise. Where the words "approved", "approval", "accept- able", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or simi- lar import, of the Architect is intended. g. Perform and Provide; The word "perform" shall be understood to mean that the Contractor, at his expense, shall perform all operations, labor, tools and equipment, and further including the furnishing and installing of materials that are indicated, specified, or required to complete such perform- ance. The word "provide" shall be understood to mean that the Contractor, at his expense, shall furnish and install the work, complete in place and ready for use, including fur- nishing of necessary labor,' materials, tools, equipment and transportation. h. Language and Intent; The specification Sections are written in a modified brief style consistent with clarity. In general, the words "the", "shall", "will" and "all" are not used. Where such words as "perform", "install", "erect", "test", or words of similar import are used, it shall be understood that such words include the meaning of the phrase "The Contractor shall". The requirements indicated and spec- ified apply to work of the same kind, class and type, even though the word "all" is not stated. 1.4 CODES AND STANDARDS a. Reference to codes, ordinances, regulations and standard specifications refer to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: GENERAL CONDITIONS 1A-2 Page 17 Agency Abbreviation American Society for Testing Materials ASTM U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Con- struction AISC American Standards Association ASA Underwriters Laboratories, Inc. UL American Institute of Steel Con- struction AISC Department of Commerce Standards CS American Concrete Institute ACI b. Standard Specifications incorporated in the requirements of the specifications by reference shall be those of latest edition at time of receiving bids. It shall be understood that the manufacturer's or producers of materials so required either have such specifications vailable for reference or are fully familiar with their requirements as pertaining to their product or material. 1 . 5 MANUFACTURERS INSTRUCTIONS a. Where installation of work is required in accordance with the product manufacturer's directions, the Con- tractor shall obtain and distribute the necessary copies of such instructions, including two copies to the Architect. 1.6 INTERNAL COMBUSTION ENGINES a. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project (with special attention to City noise control ordinances) . 1.7 OCCUPANCY a. Owner reserves the right to occupy buildings at any time before completion, and such occupancy shall not consti- tute final acceptance of any part of work covered by this contract. GENERAL CONDITIONS 1A-3 v... C Page 18 1.8 OWNER'S INSPECTOR a. An inspector may be employed by the Owner. b. All work shall be under observation of said inspector. He shall have free access to any or all parts of work at any time. Contractor shall furnish inspector rea- sonable facilities for obtaining such information as may be necessary to keep him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. 1.9 PROVISIONS REQUIRED BY LAW DEEMED INSERTED a. Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon appli- cation of either party the contract shall forthwith be physically amended to make such insertion or correction. 1.10 INTENT OF CONTRACT DOCUMENTS a. The Contractor, his subcontractors and material suppliers shall provide and install the work as indicated, specifi- ed and implied by the Contract Documents. Any items of work not indicated or specified but which are essential to the completion of the work shall be provided at the Contractor's expense to fulfill the intent of said Docu- ments. In all instances throughout the life of the Contract, the Architect will be the interpreter of the intent of the Contract Documents and his decision rela- tive to said intent will be final and binding. Failure of the Contractor to apprise his subcontractors and material suppliers of this condition of the Contract will not relieve him of the responsibility of compliance. 1.11 SUBSTITUTION OF MATERIALS a. The proposal of the bidder shall be in strict conformity with the Drawings and Specification and based upon the items indicated or specified. b. Within a reasonable time after bidding, the Contractor may offer to the Architect a substitution for any mate- rial, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer, which he considers equal in every respect to those indicated or specified. The offer made in writing shall include proof of the State Fire Marshal's GENERAL CONDITIONS 1A-4 page 19 approval, if required, all necessary information, speci- fications, data and the difference in cost. c. If requested by the Architect the Contractor at his own expense shall have the proposed substitute material, apparatus, equipment or process, tested under the direc- tion of the Architect as to its quality and strength, its physical, chemical or other characteristics, its dura- bility, finish, or efficiency, by a Testing Laboratory as selected by the Architect. d. If the substitute offered is not deemed by the Architect to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. 1.12 RECORD DRAWINGS a. Provide and maintain at the project one complete set of white background prints of all mechanical and electri- cal drawings, which form a part of the Contract. Imme- diately after the work is installed, carefully draw on these prints in record red or black ink, all work which is installed, at variance with the work as indicated on the drawings; and indicated by measured dimensions to building corners or other permanent monuments, the loca- tion and depth of all underground utility distribution. b. Upon completion of the work deliver the set of correct prints and record drawings to the Architect in good condition with every change in the work indicated thereon. 1.13 PERMITS The General Construction, Electrical and Plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 1.14 ALLOWED CONSTRUCTION TIME The amount of time allowed for the completion of construction of this work is 120 calendar days. No extension of time will be allowed. GENERAL CONDITIONS 1A-5 Page 20 Section 2A - Site Preparation The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work Included: The work includes, but is not necessarily limited to, the removal of vegetation, debris and excavation for the foundation. 1.2 Layout a. Locate the Building and other construction items accurately on the site according to the plans. Erect batterboards and set grade stakes securely to remain ia place until corners and heights are permanently established. 1.3 Excavation a. Trenching for Foundation shall be according to the dimen- sions on the plans. Over excavation shall be backfilled with sand or concrete. 1.4 Backfill a. Utility trenches shall be backfilled and compacted to prevent settlement. Inspector may require compaction tests if back- filling is not done properly. v.- Section 2A-1 Page 21 Section 3A - Concrete The general conditions and Division 1 apply to the work of this section. 1.0 _ General 1.1 Scope a. The work includes, but is not necessarily limited to, fur- nishing all labor, equipment, appliances, materials, services and transport required in performing all operations necessary to complete all concrete for foundations, slabs, footings, curbs, sidewalks and other related items as for completion of the work shown on the plans. 1.2 Piping and Conduits a. Piping and conduit of electrical and plumbing systems shall not be embedded in concrete. -Where necessary to pass through slabs, the pipes shall have proper sleeves installed to prevent damage to piping. 1. 3 Placement a. Concrete shall not be placed until forms, reinforcing sleeves, anchors, inserts, sand bed, moisture barrier, etc. have been inspected and approved. _2_._0 _ Products 2 . 1 Concrete a. All materials shall be used in accord with the latest printed instructions of the manufacturer. b. Portland cement - ASTM C 150, Type 1. c. Fine aggregate - ASTM C 33, natural sand. d. Coarse aggregate - ASTM C 33, gravel or crushed stone; IV max. size for foundations and 3/4" max. size for slabs. e. Water - free from material that could impair suitability for use in concrete. f. Admixture - approved brand. g. Ready-mixed concrete - ASTM C 94. h. Accessories - Comply with applicable requirements and recom- mendations of "Manual of Standard Practice for Reinforced Concrete Construction" by CRSI. Section 3A - 1 Page 22 i. Expansion joint fillers - ASTM D 1751, V thick for exterior, ASTM D 1752, 1/4" thick for interior. j. Curing compound - approved brand. 2.2 Steel Reinforcing a. Standards 1. Comply with requirements of ACI and CRSI for fabricating and placing reinforcing. Submit shop drawings for reinforcing fabricated especially for this work. 2. Place, support and tie reinforcing for not less than one day's placing, or for full placement between joints, before concrete is ordered, unless otherwise approved. 3. Comply with applicable portions of ASTM for: a. "Billet-Steel Bars for Concrete Reinforcement" Intermediate grade ASTM A 615-40 b. "Welded Steel Wire Fabric for Concrete Reinforcement" b. Materials 1. All reinforcing steel and fabric shall comply with applicable portions of standards listed under Article 2.1 above. 2. Wire ties for tieing reinforcing steel shall be #16 annealed wire. c. Wire Ties 1. Tie all intersections of bars with specified material so that reinforcing is securely and rigidly held in place. d. Spacers 1. Spacers and chairs shall be as specified and shall occur at intervals to insure permanent positioning of bars. 2. Use spacers of masonry when steel is to be supported on ground. 3. Reinforcing steel shall not be in contact with earth under any condition, nor shall there be any material other than concrete or masonry between the reinforcing steel and the earth or the sides of forms which will eventually be replaced by earth, (e.g., driving pipe or dowels into ground for support of steel is prohibited). 3.0 Execution ——————————— 3.1 Design Mix a. Proportion materials to produce concrete that will have a Section 3A - 2 Page 23 compressive strength at 28 days as indicated for various uses. Proportion for minimum strength of 2,000 psi for concrete footings and slabs on ground. b. Proportion for minimum slump of 3 inches and maximum slump of 5 inches. Use maximum slump of three inches for slabs on ground. c. Submit certified laboratory design mix for approval prior to pouring any concrete. 3.2 Concrete Curing a. Keep concrete moist for not less than six days after placing. Maintain temperature above 70°F for not less than three days, or above 50°F for not less than five days after placing. b. When forms are removed within six days after placing, use curing compound according to manufacturer's directions. c. Use curing compound, according to manufacturer's directions, for tops of footings and walls, and for surfaces that will remain exposed in finished structure. Section 3A - 3 Page 24 Section 6A - Carpentry and Millwork The general conditions and Division 1 apply to the work of this section. 1_.Q General 1.1 Scope a. Work included: The work includes, but is not necessarily limited to, the furnishing and installing of all carpentry and millwork, and related items, including installation of building specialties, as shown and noted on the drawings and specified herein. 1. 2 Shop Drawings a. Submit fully detailed shop drawings of all finish carpentry and millwork specified herein to the architect for approval. Shop drawings shall be prepared in accordance with the Wood- work Institute of California's "Manual of Millwork", Section 1 entitled "Millwork Shop Drawings". No fabrication or work shall be commenced until shop drawings have been approved and returned to the Contractor. 1.3 Samples a. Submit samples of all millwork, exposed woods, and plywoods and .any other finish materials and trim specified herein to the architect for approval. No work shall be commenced until the architect has approved the samples. 1.4 Codes and Standards a. Finish carpentry and millwork construction throughout shall be "Custom" grade in accordance with the specifications, rules and details of the Woodwork Institute of California's "Manual of Millwork", August 1, 1969 edition. Materials, workmanship, and installation shall be in accordance with the aforementioned W.I.C. "Manual of Millwork". 2.0 Products 2.1 Materials a. General - Unless specified otherwise herein, all finish wood materials shall conform to the "Custom" grade requirements for materials for millwork of the W.I.C. "Manual of Millwork", and with the notes and details shown on the drawings. Fur- nish all materials required to complete the work whether herein specified or not, including specialty items and accessories. Section 6A - 1 C Page 25 b. Frames to be Painted - W.I.C. "Custom" grade. Wood for frames to be painted may be any commercial species of available softwood normally used for this purpose. c. Woodwork and Trim to be Painted - W.I.C. "Custom" grade. Wood may be any commercial species of available softwood normally used for this purpose. d. Millwork and Trim to be Painted - W.I.C. "Custom" grade. Wood may be any commercial species of available softwood or hardwood normally used for this purpose. 2.2 Hardware Rough hardware - Furnish all items of rough hardware, connec- tions to metal studs, bolts, etc., required to complete the work. Bolts, nuts and washers shall be hot-dipped galvanized, conforming to ASTM A 153-67. Washers shall be-malleable iron. 2.3 Miscellaneous Items Finish carpentry work and miscellaneous items and their related components which are to be furnished and/or installed under this section are not necessarily individually described. The most important features and those requiring detailed description are mentioned. Finish carpentry work and miscellaneous items not mentioned or described shall be furnished and/or installed in accordance with the intent of the drawings and specifications and as required to complete the work. 2.4 Delivery and Storage a. Protect millwork against dampness during and after delivery. Store where directed out of the way of work in progress in well-ventilated room and where not exposed to extreme changes of temperature and humidity. 3.0 Execution 3.1 Fabrication and Workmanship a. Standards of Manufacture - Fabrication and workmanship shall conform to the requirements of the Woodwork Institute of California, "Manual of Millwork", Custom grade, as specified. b. General Requirements - Finish millwork shall be made to exact dimensions, profiles and details shown on drawings and approved shop drawings. Finger joints will be permitted only for interior millwork to be painted. Except for saw- textured (resawn) members, sander waves, rough or raised grain, rough edges, splinters, etc., shall be removed. Mill- Section 6A - 2 Page 26 work shall be left in suitable condition for paint, stain or natural finish. Interior trim two inches wide and over shall be backed out unless otherwise shown. All exposed edges shall be eased. 3.2 Preliminary Painter's Finish on Millwork a. All surfaces, edges and ends of millwork to be painted shall be primed at the shop before shipping. Unexposed surfaces to be in contact with concrete and masonry shall receive two coats of primer. Primer shall be an enamel undercoat applied in accordance with manufacturer's specifications. b. All unexposed edges cut on the job shall be primed with the same primer used in. the shop. 3.3 Installation a. Installation of finish carpentry and millwork shall conform to the applicable requirements or the W.I.C. "Manual of Millwork". In general, all work shall conform to "Custom" grade requirements. b. Use only hot-dipped galvanized or aluminum nails for instal- lation of millwork, plywood and finish carpentry work. Where other anchorage details are shown, use appropriate rough hardware as hereinbefore specified, hot-dip galvanized. c. Secure all interior finish with finishing nails or screws as required, unless otherwise indicated. Set nails and screws for putty stopping. d. Interior millwork and finish shall not be installed until the building is thoroughly dry. e. Hammer or tool marks or marred surfaces and edges will not be acceptable on any exposed finished surfaces and, as evidence of inferior workmanship, will be cause for rejection of such work. f. All work shall be installed to details shown, plumb, level, true to line and securely anchored. Nails and screws shall be neatly set and all wood raised in the driving of nails and screws removed. Exterior corner joints shall be mitered. Interior corner joints may be coped. g. Prepare all woodwork installed hereunder by cleaning and sanding as required to receive finishes specified in Section 9D, "Painting". Saw-textured (resawn) surfaces shall not be sanded. 3.4 Installation of Building Specialties a. Install all miscellaneous specialty items not specified to be installed under other sections, and complete all on-site Section 6A - 3 Page 27 { finish carpentry work required to produce a complete and '"*""" finished installation. 3.5 Installation of Access Doors and Panels a. All access doors and panels specified to be furnished under Divisions 15 and 16, or in other sections, shall be installed under this section in accordance with the drawings, approved shop drawings, and the manufacturer's installation instruc- tions and recommendations. C Section 6A - 4 Page 28 *%.. Section 7A - Thermal & Moisture Protection The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work included - The work includes, but is not necessarily limited to, installation of roofing, sealing and insulation as shown and noted on the drawings and specified herein. 2.0 Products 2.1 Materials a. Concrete shingle tile - Monray concrete roof tiles, shake pattern or approved equal. Color to be as shown on plan or specified by owner. b. Underlayment - Johns-Manville #33 felt or approved equal. c. Moisture barrier - A butyl rubber elastic waterproof adhesive ^ as manufactured by Minnesota Mining and Manufacturing Co. or approved equal. d. Insulation - Mineral wool blanket 3-5/8" thick shall be Rockwool, Thermofiber or approved equal. 3.0 Execution 3.1 Installation of Roof Tiles a. Underlayment is to be installed with a minimum lap of 4" and secured by tacking with 7/16" head diameter galvanized nails. b. Roof tiles are to be lapped a minimum of 2" and secured with 7/16" head diameter galvanized nails of proper length. 3.2 Installation of Insulation a. Install in all exterior walls, ceilings under roofs and interior walls where shown on plans. Blankets shall be installed between framing, leaving minimum air space between interior wall or ceiling and insulation. Wool shall be in- stalled behind electric outlets, around structural obstruc- tions, jambs, sills, etc. C - ' •**»»' 3. 3 Moisture Barriers a. All exterior jambs, headers, plates, sills etc shall be covered with vapor barrier paper. All joints around frames & sills of doors, windows and other joints or spaces shall be sealed with waterproof adhesive. Section 7A - 1 Page 29 Section 8A - Overhead Doors The general conditions and Division 1 apply to the work of this section, 1.0 General 1.1 C Work included - The work includes, but is not necessarily limited to, the furnishing and installing of all overhead garage doors, hardware and electric door operators as shown on the plans. 1.2 Shop Drawings a. Submit fully detailed shop drawings of the overhead doors, hardware and electric door operator for approval. 2.0 Products 2.1 Materials a. Overhead doors shall be fiberglass sectional upward-acting doors, "Marvel Lucent", as manufactured by Crawford Door or approved equal. Fiberglass panels shall be "Glassteel XFT", white in color, surfaced on outside with DuPont Tedlap PVF film to extend the full width of each panel. Frame extrusions shall be aluminum alloy 6063T6, not less than two inches thick. Provide shiplap stop at meeting rails to prevent moisture seepage; rolled in flange to anchor panels to rails; and moisture-proof sponge neoprene pad to seal ends of panel in U-shaped end stiles. Fiberglass panels shall have a twenty-year warranty against structural defects. Furnish flexible weather strip around pneumatic hose to seal door bottom. Door hardware shall be standard as specified by the manu- facturer; double end hinges are to be supplied. All hard- ware, except springs, cable drums and spring shaft are to be zinc coated. Doors are to be reinforced as recommended by manufacturer for particular size opening. b. Electric Door Operators - Shall be the Crawford Door Co., U.L. approved industrial-type with auxiliary chain hoist or equal. Motors shall be heavy duty type with thermal overload to protect entire unit from electrical damage; provided with heavy duty mechanically interlocked reversing /»«*•• controller; positive roller chain-driven adjustable limit switches, adjustable friction clutch; solenoid-operated motor brake, heavy-duty double angle trolley track, and trolley driven by continuous roller chain. Provide "open- Section 8A - 1 C Page 30 close-stop" stations as indicated and pneumatic safety switch across door bottom to reverse direction when door strikes obstruction. Furnish take-up reel with heavy-duty SO cable to be connected to safety switch. Motors shall be sized by the Crawford Door Company for the doors specified and of proper voltage for the services supplied. Chain hoist - Provide the manufacturer's standard "side- mounted" chain hoist operator, consisting of weldless link steel running over chain wheel, jack shaft, sprockets and sprocket chain for transmitting power to cable drum and spring shaft. 3.0 Execution 3.1 Installation The installation shall be in accordance with the approved shop drawings. The doors shall fit tightly against jambs, headers and sills and be securely attached to structure. Doors shall open and close smoothly and evenly. 3.2 Guarantee a. A one-year written warranty against defect in workmanship and materials shall be provided. Routine and extraordinary maintenance shall be provided for one year at no additional cost. Section 8A - 2 Page 31 Section 8B - Wood Doors The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work included - The work includes, but is not necessarily limited to, the furnishing and installing of all wood doors as shown and noted on the drawings and specified herein, including installation of finish hardware. 1.2 References and Standards a. All wood doors shall be manufactured in accordance with the standards and specifications of the Woodwork Institute of California, "Manual of Millwork", 1962 edition, Section 18 - Doors. All doors shall be guaranteed in accordance with this standard and as hereinafter specified. W.I.C. Certified Compliance Certificates shall be issued by a W.I.C. licensee certifying that the doors furnished fully meet the requirements for the grade specified. Certificates shall be furnished to the architect before work under this section will be accepted. 2.0 Products 2.1 General a. Doors shall conform to the drawings and Door Schedule and shall be of the size, thickness and type indicated. All doors shall be W.I.C. "Custom" grade. All doors, unless noted otherwise on drawings or specified otherwise herein, shall be prefit to frames and pre-machined for hardware by the manufacturer. Species of hardwood and type of cut for face veneers of doors are specified on the drawings. 2.2 Solid Core Wood Flush Doors a. Solid core wood flush doors shall be manufactured in accord- ance with the foregoing referenced standards, W.I.C. "Custom" grade as hereinbefore specified. All veneers shall be laid up in water-resistant resinous compound under mechanical pressure. Cross-banding shall be kiln-dried hardwood, not less than 1/16" thick, extending full width of door and shall be laid with grain at right angles to face veneers. Core shall be kiln-dried wood blocks, varied lengths, bonded with water-resistant resinous compound. Edge strips shall be kiln-dried hardwood and shall be not less than 1-3/8" thick, after trimming of wood to match face veneers. Face veneers shall be "Custom" grade hardwood of species and type of cut as specified or noted on the drawings. Furnish life-of-the- Section 8B - 1 Page 32 installation guarantee for all interior solid-core flush doors, including rehanging of doors by the door manufacturer. 2.3 Fire-rated Flush Doors Hollow core wood flush doors shall be manufactured in accord- ance with the foregoing referenced standards, W.I.C. "Custom" grade as hereinbefore specified. All veneer shall be la.id up in water-resistant resinous compound under mechanical pressure. Veneers for cross-banding and faces shall be plywood of two or more plies, with combined thickness of not less than 1/8". Reinforce properly for all hardware scheduled under Section 8C, "Finish Hardware". Door faces shall be W.I.C. "Custom" grade hardwood of species and type of cut as specified or noted on the drawings. 3.0 Execution 3.1 Installation a. Hanging doors - All doors shall be expertly hung and shall fit snug against all stops. Fit accurately and hang free from hinge bind with uniform clearance of 1/16" at heads and jambs. Undercut doors for carpeting and ventilating purposes where required. Finish hardware shall be removed for painting and finishing and reapplied after finishing is completed and dry. b. Finish hardware - Install accurately and securely without marking or defacing hardware or finish work. Test to assure correct alignment and operation. Items of finish hardware shall be fastened at all points where fasteners are indicated or required. Protect finish hardware with suitable coverings until completion of building. Properly tag keys and deliver to Owner at completion. Leave all hardware in perfect working order. Clean and polish. Section 8B - 2 Page 33 Section 8C - Aluminum Windows & Sliding Glass Doors The general conditions and Division 1 apply to the work of this section, 1.0 General 1.1 Scope a. Work included - The work includes, but is not necessarily limited to, the furnishing and installing of all glass aluminum windows and sliding glass doors. 1.2 General Requirements a. All windows and sliding glass doors shall conform to AAMA specifications for HS-B1 and HS-B2 windows and sliding glass door standards. 2. 0 Products 2.1 Materials a. Aluminum sliding windows shall be Windowmaster aluminum finish, rolling windows or approved equal, Series 216 as manufactured by Ralph Long & Sons, El Cajon, California. Glass shall be 3/16" crystal tempered and each window shall be provided with a framed removable screen. b. Aluminum sliding glass doors shall be doorjnaster Series 600 aluminum finish or approved equal as manufactured by Ralph Long & Sons, El Cajon, California. Screen doors shall operate on adjustable nylon rollers, top and bottom. 3.0 Execution 3.1 Installation a. Set windows and door frames in openings plumb, level and square and anchor securely. Flashing and sealing shall be accomplished prior to installation. All windows and doors shall be watertight and operate freely and smoothly. Section 8C - 1 Page 34 Section 8D - Glass and Glazing The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work included - The work includes the installation of obscure fixed windows and plate glass mirrors. 2.0 Products 2.1 Materials a. Obscure glass shall be double strength "B" obscure glass "industrial pattern" double glazed. Putty shall consist of pure linseed oil, pure whiting and at least 10% pure white lead. 3.0 Execution 3.1 Installation a. All glass shall be bedded, back puttied, secured in place and face puttied. Section 8D - 1 Page 35 Section 8E - Finish Hardware The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work included - The work includes, but is not necessarily limited to, the furnishing, delivering and installing of all finish hardware complete as specified herein. 1.2 General Requirements a. While the following hardware list is intended to cover all doors and other movable parts of the building and establish a type and standard of quality, it shall be the specific duty and responsibility of the finish hardware supplier to examine the drawings and specifications and furnish proper hardware for all openings, whether listed or not. If there are any omissions in hardware groups in regard to regular doors or openings, they shall be called to the attention of the architect prior to bid opening for instructions. A list of hardware to be installed is to be submitted to owner for approval prior to installation. 1.3 Codes a. All hardware shall comply with applicable fire and building codes. All labeled doors shall be self-closing, with fusible link where hold-open feature is required. 2.0 Products 2.1 Finish a. In general, the finish for all hardware shall be U.S. 10B unless otherwise specified. 2.2 Hardware Schedule a. Locksets - All locksets shall be the product of one manufacturer, All locks shall have a 2-3/8" backset. Strikes shall have extended lips where required to protect trim from being marred by latch bolt. All interior doors shall have locks or latches of a type which are openable at all times from inside by merely turning the knob and not requiring special knowledge or effort. b. Manufacturer specified - 1. Hager 2. Schlage Equivalent McKinney, Stanley Ruswin, Corbin Section 8E - 1 Page 36 Specified 3. 4. 5. 6. 7. 8. Pemko Quality General L.C.N. Best Grant "General Lever 168 (US 10B) "General" Plate #712 (US 10B) "Schlage" Mortise Lock (613) "Pemko" Threshold #170B (bronze) "Pemko" strip @ door base #314A "Pemko" stripping @ head and jambs (70D) "Quality" stop #433 ES (613) "Hager" 1% pr. butts BB1191 . (US 10B) Equivalent Zero, Reese Builder's Brass, Jaybee, Glyn Johnson Norton Master Knape-Vogt 2. "Schlage" Lockset D51PD Plymouth #613 "Pemko"threshold #170B (bronze "Pemko" strip @ door base #314A "Pemko" stripping @ head and jamb, #70D "Quality" stop #433ES (613) "Hager" 1% pr. butts, BB1191 (US10B) 3. "Schlage" latchset DlOS Plymouth 4. "Grant" packaged slider f (613) "Pemko" threshold #170B (bronze) "Pemko" strip @ door base #314A 5, "Pemko" stripping @ head and jamb, #70D "LCN" closer, LCN BC-H90 (BL) "Quality" stop #433 ES (613) "Hager" 1% pr. butts BB1191 (US 10B) c. Hardware groups - 1. "Schlage" latchset A405, Ply- 3, mouth (613) "Hager" 1% pr. butts #1741 (US10B) "Quality" stop #433 (613) 2. "Schlage" latchset AlOS (613) "Hager pr. butts #1741 (US10B) pocket #500 series "Quality" latch #101 (613) "Schlage" lockset A73 PD, Plymouth 613 "Pemko" stripping @ jamb and head 70D "Hager" 1% pr. butts #1741 (US 10B) "Quality" stop #433 (613) "Grant" folding door track 1600 series "Quality" door pull #492 "Hennie" lockset no. 981LC #613 "Schlage" cylinder 20-010 1-1/8" #613 Section 8E - 2 Page 37 d. Items to be supplied under other sections: 1. cabinet hardware 2. shower and tub enclosure accessories 3. mirrors 4. window hardware 5. garage door hardware 6. aluminum glass sliding door hardware 3.0 Execution 3.1 Installation a. The contractor shall install finish hardware neatly and properly in accordance with the manufacturer's instructions The hardware shall be removed prior to painting and shall be cleaned prior to final installation. All keying shall be as directed by Owner. C c Section 8E - 3 Page 38 Section 9A - Lath, Plaster & Stucco The general conditions and Division 1 apply to the work of this section. 1. 0 General 1.1 Scope a. Work included - The work includes, but is not necessarily limited to the furnishing and installing of all exterior and interior lathing, plastering and stucco work as shown on the drawings and noted herein. 1.2 Codes and Standards a. Lathing materials and their application and plaster materials and their application shall be in accordance with the appli- cable requirements of the "Uniform Building Code", 1973 edition, Vol. I, Chapter 47, and the following American Standards Association specifications: A42.1-1964 "Specifi- cations for Gypsum Plastering", A42.3-1946 "Specifications for Portland Cement Plastering", A42.4-1955 "Specifications for Interior Lathing and Furring". '" 2.0 ProductsV,, 2.1 Materials a. Cement - Portland cement, ASTM C150-57, Type II, low alkali. (1) bonding agent - Larsen Products Corporation's "Weld-Crete" or approved equal, where required for bonding of cement plaster to concrete. b. Exterior Stucco Finish Coat - California Stucco Products Co., "Exterior California Stucco", U.S. Gypsum's "Oriental Exterior Stucco", or approved equal, in sandfloat or dash texture finish as noted or specified on the drawings. Texture shall match existing building plaster and be approved by the architect from samples prepared and submitted by the contractor. Stucco finish coat shall conform with the minimum requirements of A.C.I. Tentative Specifications for Finish Coat Portland Cement Stucco, C3-C-29T. c. Aggregate - Natural or manufactured sand, clean and graded, ASTM C144-66T for cement plaster and ASTM C35-67 for gypsum plaster, graded in accordance with ASA Specifications A42.2- 1946 for stucco, A42.3-1946 for cement plaster. d. Lime - Special finishing hydrated lime conforming to ASTM C206-49 or ASA Spec. K67.12-1960, for both cement plaster and gypsum plaster. Lime required for structural purposes shall be quicklime conforming to ASTM C5-59. Section 9A - 1 Page 39 e. Water - Fresh, clean and potable, and free from such amounts of mineral and organic substances as would adversely affect the hardening of cement mortar. f. Waterproofing admixture - "Berylex" as manufactured by Berylex Western of Oakland, California, A.C. Horn's "Hydratite", Sonneborn's "Hydrocide Powder", or approved equal. Water- proofing admixture shall be added to all exterior cement plaster scratch and brown coats in amounts recommended by the manufacturer. g. Manila Fiber - Pure Manila fiber derived from Manila hemp, 1/2" to 2-1/2" in length, free from grease, oil, dirt or other impurities that would impair bond to cement plaster. h. Exterior Lath - Exterior lath for application over both exposed framing and sheathing shall be self-furring, water- proof paper-backed stucco lath, "Aqua-K-Lath" as manufactured by K-Lath Corporation, or approved equal. Where spacing of exposed framing or furring is more than 16" o.c., furnish "Heavy-Duty Aqua K-Lath1', or approved equal. Lath tie wire shall be #18 gauge galvanized soft steel annealed wire. i. Interior Lath - Plaster base shall be Type "X", 1/2" or 5/8" thick. j. Lathing Accessories - Not less than 26 gauge steel, zinc- coated, U.S. Gypsum, Milcor, Penmetal, or other approved brand. Furnish and install all corner beads, corner rein- forcement, casing beads and stops, base screeds, expansion joints, manufacturer's standard soffit vents and any other accessories shown or required or specified herein as required to complete the installations. k. Lath fastenings - 1. Tie wire or clips for attaching lath to metal furring shall be #18 gauge galvanized annealed soft steel tie wire or manufacturer's standard metal lath fastening clips suitable for the purpose. 1. Miscellaneous items - Furnish all miscellaneous components not specified herein but shown on drawings and any other items required to complete the installation. 2.2 Delivery and Storage of Materials a. Deliver all manufactured materials in their original packages and containers, bearing name of manufacturer and brand. Store plaster, cement and lime off the ground, under watertight cover and away from damp surfaces. Remove any damage or deteriorated materials from the site. Section 9A - 2 Page 40 3.0 Execution 3.1 Application of Lath a. Before applying lath, contractor shall inspect all surfaces to receive lath and assure himself that they are in satis- factory condition. b. Exterior Lath - Apply paper-backed stucco lath directly over sheathing and framing members with approved fasteners herein- before specified, as appropriate, spaced not more than 6" apart vertically and 16" apart horizontally, directly over studs and framing members. c. Accessories - Install all required plaster grounds, casing beads or stops, base screeds, corner reinforcement, special stops and other metal accessories. Apply and shim out to required thickness. Set plumb, level and straight, free of kinks and bends. Install casing beads or stops at the edges of all plaster continuously. Provide expansion joints or control joints where shown or required. Do not install in conspicuous location unless approved by the architect. 3.2 Protection of Adjacent Surfaces a. Adjacent surfaces of the building shall be protected from spattering or other staining caused by plastering. Any surfaces so spattered or stained shall be thoroughly cleaned to the satisfaction of the architect. New surfaces shall match existing adjacent surface. 3.3 Workmanship a. Plastering shall be of the highest quality and finish. Inter- sections of planes shall be sharp and accurate. Plane sur- faces shall finish plumb, straight and true to an 8-foot straight edge. Finished surfaces shall be uniform as to texture and color throughout the area, and shall be free from imperfections. b. Imperfections which occur after curing and drying shall be repaired to the satisfaction of the architect at no additional cost to the Owner. 3.4 Application of Cement Plaster a. Exterior cement plaster (stucco) shall be applied in three- coat work to a minimum thickness of 7/8". The finishing of stucco with rubber floats will not be permitted. b. Scratch and brown coats of cement plaster shall consist of ingredients proportioned as follows: 1 part Portland cement to not less than 3 parts aggregate, and not more than 10% of lime putty. Finish coat shall be California Stucco Products' Section 9A - 3 Page 41 "Exterior California Stucco", U.S. Gypsum's "Oriental Exterior Stucco" or approved equal, mixed as recommended by the manufacturer to provide a uniform texture matching the approved sample. Finish coat for smooth trowel finish shall consist of 1 part Portland cement to not less than 3 parts fine aggregate and not more than 20% of lime putty. c. The use of detergents or other adulterants will not be permitted. Areas which have been treated with such agents shall be removed and replastered at contractor's expense. d. Scratch Coat shall be applied to a minimum thickness of 3/8", completely embedding the lath. Four pounds of Manila fiber shall be added to each cubic yard of plaster. Scratch coat shall be scratched to provide mechanical key and left to cure and dry a minimum of 14 days before applying brown coat. Scratch coat shall be kept moist for a minimum period of 4 days after application. e. Brown Coat shall be applied to minimum thickness of 1/4" to 3/8" in two applications and shall be brought to a true, even plane by rodding and floating, and shall be left rough and ready to receive the finish coat. Scratch coat shall be dampened to provide suction before applying brown coat. Brown coat shall be left to dry a minimum of 10 days. Brown coat shall be kept moist for a minimum period of 48 hours after application. f. Finish Coat shall be laid out to permit the completion of entire surface in one operation. Finish coat shall be applied to minimum thickness of 1/8"f or in such thickness as may be necessary to insure the full thickness of 7/8" or 3/4" or other thickness where shown as required for this work. Brown coat shall be dampened evenly to provide suction before applying finish coat. 3.5 Curing of Plaster a. Cement plaster and stucco shall be cured for a minimum period of 4 days after completion. Moistening shall begin as soon as the plaster has hardened sufficiently. Water shall be applied in a fine fog spray or other approved method. Soaking of walls shall be avoided. Apply only as much water as will be readily absorbed. 3.6 Cutting and Patching a. Do all cutting and patching of plaster as is necessary or required by all the work. Plaster containing cracks, pits, checks, or discolorations will not be acceptable. Such ' plaster shall be removed and replaced with plaster confor- ming to the requirements of this Section. Patching of defec- tive work will be permitted only when approved and patching shall match existing work in texture and color. Finish work shall be left in perfect condition, with angles and lines Section 9A - 4 Page 42 clean and sharp and surfaces clean and smooth. 3.7 Protection a. Protect all plaster work from subsequent construction and finishing activities, and maintain protection until accep- tance of the building by the Owner. /**«• Section 9A - 5 Page 43 Section 9B - Ceramic Tile The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work included - The work includes, but is not necessarily limited to, the furnishing of all materials and equipment and labor for the installation of ceramic tile as denoted on plans and specified herein. 2.0 Products 2.1 Materials a. Ceramic tile - The tile shall be glazed, 4V X 4V, standard grade, colors as selected with matching base and nosing where applicable. b. Adhesive - The adhesive shall be organic adhesive type CS- 181-S2. c. Grout - White in color as recommended by manufacturer. 3.0 Execution 3.1 Installation a. The tile may be set directly on waterproof backer board by use of the organic adhesive. Joints shall be properly grouted and finished so that grout does not protrude above the glazed surface. Section 9B - 1 Page 44 Section 9C - Flooring The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work included: the work includes, but is not necessarily limited to, the furnishing and installing of all hard floor- ing and carpeting of floors, stairways, etc., as denoted on the plans and specified herein. 1.2 Samples a. Submit samples of carpet, carpet pad, rubber base and vinyl flooring to the owner for approval. No materials shall be purchased until the owner has approved the samples. 1.3 Maintenance Manuals a. Contractor shall furnish to the owner at least three (3) printed copies of the manufacturer's recommendations for care, cleaning and maintenance of carpeting and flooring. 2.0 Products 2.1 Materials a. Sheet vinyl flooring shall be .090" gauge Armstrong Bri- gantine with hydrocord back or approved equal. Surface shall be slightly textured and design elements shall extend throughout the thickness of the wear layer. b. Carpeting shall be Armstron Windjammer 708 with high density Latex foam rubber backing or approved equal. c. Rubber base (4") shall be provided around perimeters of room. 3.0 Execution 3.1 Installation Floor surfaces shall be thoroughly dry, free from grease, oil, paint, varnish, spattered cement, mortar or plaster drippings, dirt drumbles or any other foreign materials prior to starting installation of any flooring. a. Vinyl flooring: Armstrong S-200 Permifloor cement shall be the adhesive used. Flooring shall be coved into the toe space under cabinets and counters. The flooring shall be installed so as to produce a smooth and even-finished sur- face with accurately aligned and tight joints. b. Rubber base straight and true, with no spaces at wall or floors. c. Carpeting: the adhesive used shall be as recommended by the manufacturer. Section 9C-1 Page 45 Section 9D - Painting The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work included - The work includes, but is not necessarily limited to, the furnishing of all materials and equipment and the completion of all painting and painter's finish on all exposed exterior and interior surfaces as required to complete the finishing of the building as shown and noted on the drawings and specified herein. 1.2 Colors and Samples a. Colors shall be selected by the architect. b. Samples shall be prepared and submitted to the architect in duplicate of 8V X 11" size. 2.0 Products 2.1 Materials a. Substitutions - Materials of other manufacture than those specified herein may be substituted only in compliance with the procedure specified in the Special Conditions. b. Thinners - Vehicles, pigments and other incidental materials intended to be combined with or used with factory-mixed products shall be of the type and kinds recommended by the paint manufacturer for the intended purpose. c. Deliver materials to the job in unopened containers bearing manufacturer's name and product designations. 3. 0 Execution 3.1 Scaffolding, Drop Cloths and Protection of Work a. Furnish, maintain and remove all scaffolding, ladders and planks required for this work, and all drop cloths for the protection of existing building, floors, prefinished materials, building fixtures, etc. Painted and finished surfaces subject to damage or defacement due to other work on the building shall be properly protected and covered. b. Contractor shall be responsible for any and all damage to painted work and to that of other work caused by operations under this section. c. When new work is adjacent to existing, the surfaces shallmatch in color and texture exactly. Section 9D - 1 Page 46 3.2 Preparation of Surfaces a. No painting or finishing shall be started until the surfaces to be painted or finished are in proper condition in every respect. Surfaces that cannot be properly prepared by the painter for finishing shall not be painted or finished until they are rectified, unless instructed otherwise by the architect, b. Concrete and plaster shall be thoroughly dried before painting. c. Holes, cracks and other imperfections in surfaces to be painted shall be suitably primed and patched with a compound recom- mended by the manufacturer of the paint to be applied to these surfaces, and all areas to be painted shall be brought to true, even surfaces. d. Surfaces to be painted shall be clean and free of dirt, dust, and any other substance which might interfere with the functioning of the painting system. All surfaces to be painted shall be in proper condition to accept and assure the proper adhesion and functioning of the particular painting system or coating specified. e. All steel and ferrous metal surfaces to be painted will be primed before installation as specified in the applicable sections. Bolts, welds and places prime coat has been v^, damaged shall be wire-brushed to remove all loose paint, rust and scale and then given one (1) coat of Ferrous Metal Primer. f. Galvanized surfaces to be painted shall first be acid-etched with "Galvanprime" (distributed by Fuller) or other approved acid wash for galvanized surfaces and then primed with one (1) coat of Galvanized Metal Primer. g. Wood surfaces shall be hand sandpapered and dusted clean. All knots, pitch pockets, or sappy portions shall be sealed with clear shellac or knot sealer. Putty all nail holes, cracks, etc. after first or prime coat with putty of color to match finish coat. Do not seal wood surfaces to receive stain or natural finish. Do not sandpaper saw-textured or resawn surfaces. h. All wood rabbets and stops for glazing shall be primed before glazing. Use waterproof clear varnish where adjacent surfaces are to receive stain or natural finish. Use an approved enamel undercoat or wood primer where adjacent surfaces are to be painted. i. Surfaces which cannot be prepared or painted as specified shall be immediately brought to the attention of the architect /*"*• in writing. Starting of work without such notification will ^"*»*' be considered acceptance by the Contractor of the surfaces involved. Contractor will be required to replace any unsatis- factory work caused by improper or defective surfaces, as directed by the architect, at no additional cost to the Owner. Section 9D - 2 Page 47 j. Prime coats and finish coats for any one paint system shall be the products of the same manufacturer. 3.3 Workmanship and Application a. All painting shall be done by skilled and experienced mechanics, working under the supervision of a capable foreman. All work- manship shall be of the highest quality and to the complete satisfaction of the architect. All materials shall be applied in accordance with the manufacturer's directions, and materials shall be thinned only for proper workability and in compliance with the manufacturer's specifications. All material shall be evenly brushed or smoothly flowed on without runs or sagging, and free from drops, ridges, laps and brush marks. Ensure that all coats are thoroughly dry before applying succeeding coats. Sand surfaces between coats as necessary to produce a smooth finish. b. Painting shall include all exposed surfaces of every member. Parts to be painted, inaccessible after installation, shall be painted before installation. Priming shall include all sides, edges and cut ends. c. No priming or painting of wood will be permitted on or in building where concrete or plaster is in process of installa- tion or application, or in process of .drying. d. Putty, caulking, or spackle shall be applied after surface is primed and primer is dry. e. Concrete, stucco and plaster surfaces shall not be painted until they have completely cured and contain minimum moisture. In any event, no concrete, stucco or plaster surfaces shall be painted until at least 60 days have lapsed from the time these surfaces were completed by their respective trades. All interior plaster surfaces shall not be painted until all concrete and plaster surfaces in the building have com- pletely cured and stabilized moisture contents. f. Finish coats of paint shall not be applied on the interior of the building until the building is completely closed-in with windows and doors in place and glazed, until all interior wet and dust-producing work is complete and dry, and until the heating and ventilating system is in operation. g. Completed painted surfaces shall be free of blistering, running, peeling, scaling, streaks and stains, and the colors of all surfaces shall remain free from fading. 3.4 Paint Finishes a. The following finishes shall be applied to the surfaces specified and/or as scheduled on the Finish Schedules on the drawings: All materials shall be applied in compliance with manufacturer's instructions or properly prepared surfaces and foundation coats. Section 9D - 3 Page 48 1. Material names and numbers refer to products as manu- factured by the Sinclair Paint Company, Los Angeles, California, except as otherwise specified. Comparable products of Dunn-Edwards Corp., National Lead or Para- mount Paint and Lacquer Co. are acceptable. 2. A color schedule will be issued by the architect prior to start of painting to designate the various colors and locations for the job. b. Painting - 1. Stucco - No painting required. 2. Plaster - Bathrooms and kitchens only. First coat - Sealer Second Coat - h primer - % enamel Third coat - enamel 1 3. Wood doors and trim (painted) First coat - primer Second coat - h primer - % enamel Third coat - enamel 4. Wood doors and cabinets (stained) First coat - satin Second coat - polyurethane Third coat - polyurethane 5. Exterior wood trim First coat - semi transparent stain 3.5 Touch-Up Work A detailed inspection of paint work shall be made, and abraded, stained or otherwise disfigured portions shall be satisfactorily touched-up or refinished as necessary to produce a first-class workmanlike and acceptable job. 3.6 Cleaning a. After painting work has been completed, make a detailed inspection of paint finish and carefully remove spatterings of paint material from adjoining work particularly from glass, plumbing fixtures, tile and trim. Repair damages that may be caused by such cleaning operations. All implements of service shall be removed from the premises and the entire project left in a condition acceptable to the architect. Section 9D-4 Page 49 .1 Section 10A - Specialties The general conditions and Division 1 apply to the work of this section. 1.0 General 1.1 Scope a. Work Included: The work includes the furnishing and instal- ling of kitchen appliances, bathroom accessories, wall stored bed and flag pole as denoted on plans and specified herein. 2.0 Products 2.1 Material a. Kitchen appliances shall be as shown on the appliance schedule on Sheet A-2. b. Bathroom accessories shall be as follows: 1. Medicine cabinet shall be Perma Bilt "extra high or ap- proved equal, Model No. 1037P with 16" by 36" frameless polished edge plate gloss mirror and five shelves. 2. Shower and tub doors shall be American No. 802 standardized to fit openings or approved equal. 3. Soap holder and grab bar shall be Del Mar No. 8576 or 8593 or approved equal. 4. Toilet tissue holder shall be Del Mar No. 8576 or 8594 or approved equal. c. Flagpole shall be a two piece, continuous tapered, aluminum flagpole Model No. TAF4 complete with all accessories as manufactured by the Hortie-Van Manufacturing Company or approved equal. The pole is to be aluminum alloy 6063-T6 with overall length of 23', a butt diameter of (4) four inches and a top diameter of 2 3/8". The lower section shall be eleven (11") long with a constant diameter of (4) four inches and a wall thickness of .156 inches. The upper section is to be twelve (12") long and tapered with a wall thickness of .125 inches. The base flange shall be a one piece aluminum alloy casting using aluminum alloy 356-T6. The finish shall be satin ground. The pole hardware shall be as follows: 1. Anchor Bolts - hot dipped galvanized steel. Section 10A-1 Page 50 2. Top Ornament - 4" diameter seamless, polished stainless steel ball. 3. Halyard Cleat - six inch bronze, chrome plated. 4. Truck - single Halyard revolving with one two-inch diameter sheave, aluminum bodied with bronze ball bearings all fully weather shielded. 5. Halyard - continuous 1/4" diameter nylon, dacron jacketed with two solid bronze swivel shops. d. Wall stored bed: Shall be a panel board type single bed, complete with best box spring, mattress, baseplate and counterbalance mechanism, headboard and ornamental pulls as manufactured by Murphy Bed Sales Company of Los Angeles. 3.0 Execution 3.1 Installation of kitchen appliances, bathroom accessories, wall stored bed and aluminum flag pole shall be in accordance with manufacturer's instructions. Section 10A-2 Page 51 Section ISA - Plumbing 1.0 General 1.1 Description a. Scope: The General Conditions and Division 1 shall govern the work in this section the same as though written herein in full. It is the intent to provide a complete operating plumbing system. This shall include furnishing of labor, materials, equipment and services together with the instal- lation, testing and adjusting necessary to the satisfactory completion of all the plumbing work shown on the drawings or as herein specified. b. Related work specified elsewhere: 1. Finished painting except as specified herein. 2. Cutting and blocking for fixture backing and piping. 1.2 Ordinances, Regulations and Codes a. All work shall comply with the requirements of codes, or- dinances and regulations of the local government having jurisdiction at the location of the work, including the regulations of serving utilities, and any participating agencies having jurisdiction. b. The latest editions of the following specifications and standards shall form a part of these specifications, the same as if herewritten out in full, and all materials and installations shall conform to the applicable requirements thereof: 1. All state, county and municipal ordinances having jur- isdiction. 2. Safety orders of the State Industrial Accident Commis- sion of California. 3. American Gas Association (AGA) . 4. Uniform Plumbing Code (UPC), 1973 Edition. 5. County Health Department Ordinances. Section 15A-1 Page 52 c. Nothing in these plans and specifications is to be construed to permit work not conforming to these Codes or Ordinances. 1.3 Permits and Fees a. This contractor shall pay for all water meters, sewer con- nections, fees and licenses required for this work by any legally constituted public authority. This contractor shall furnish the owner with the final certificates of inspection at the completion of the work. 1.4 Examination of Drawings and Site a. This contractor, by the act of submitting a bid, shall be deemed to have carefully examined the site as well as all mechanical, electrical, structural, architectural, civil and other drawings and to have accepted such conditions as may be shown. 1.5 Submittals a. A complete, bound and indexed submittal is required on all equipment and material to be installed under this section. Submittal shall be made within thirty days after award of any materials. The submittal shall consist of six identical copies, submitted to the architect. 1.6 Fixture Setting a. All fixtures shall be anchored and set level and square with relation to walls and floor lines, and in a neat and workmanlike manner, using equal spacing and neat grouping. Contractor shall see that proper backing for fixtures is installed. Fill void between fixtures and wall or floor with Dow Corning No. 780 white mastic cement. 2.0 Products 2.1 Piping and Equipment a. All materials shall be new and of the grade specified. All. materials for the same general use shall be of the same type and manufacture. 2.2 Sanitary System a. All new soil, waste and vent piping shall be "DWV", Schedule 40 ABS Plastic. Section 15A-2 Page 53 b. Vent flashings shall be "Semco" #1000-8 vent cap assembly with seamless one-piece 4 Ib. lead flashing of 8" skirt, counter flashing sleeve and vandal-proof hood. Top joint shall be sealed with Perma seal water proofing compound. 2.3 Water Piping System a. All water piping shall be hard drawn copper tubing Type "L" conforming to Federal Specification WW-T-799a and cast brass or wrought copper fittings conforming to ANSI B16.22- 1963 or B16.18-1963 with solder joints. 2.4 Valves a. Gate valves shall be Crane No. 1320, Fairbanks No. 0280, and Stockham No. B112 all bronze, wedge disc non-rising stem 200 Ib. WWP for solder joint. 2.5 Solder a. All copper water lines shall be soldered with 95% tin and 5% antimony using a non-corrosive type flux. b. All copper soil waste and vent lines shall be soldered with 50-50 soft solder using a non-corrosive type flux. c. Pipe compound shall be Permatex No. 2 or Buckeye positive joint seal or key paste. 2.6 Fixtures and Equipment a. Cover and protect all fixtures until completion. b. All exposed metal at fixtures shall be polished chromium plated. c. Fixtures shall be as manufactured by American Standard, Just or Zeigler-Harris Company. Catalog numbers are from Just catalog. Mark No. F-l Sink Sink shall be a Just Model DXD 1943-A-GR, size 19"x43"xl2" deep, 18 gauge stainless steel sink with bowl sizes of 16" xl9"xl2" deep. Stainless steel shall be Type 302. Faucet shall be Chicago Faucet No. 1989 combination faucet with spout, aerator, 8" center inlet and No. 1000 handles. Trap shall be 17 gauge adjustable "P" trap, chrome plated. Strainer shall be American Standard 4331.013 crumb cup, all brass 3'1/2" outlet, chrome finish. Section 15A-3 Page 54 Supplies shall be Brasscraft R1715K with chrome plated nipple and escutcheon. 3.0 Execution 3.1 Piping Installation a. The word "piping" in this paragraph means pipe, fittings, nipples, valves, and accessories pertinent to mains and connections throughout the work. b. The contractor shall be prompt in installing all piping after excavation or cutting for same, so a? to keep all excavations for this work open as short a time as possi- ble. No piping, however, shall be permanently closed up, furred in or covered before inspection and approval of same by architect or his representative. c. Cover or plug all openings in pipes, fittings, apparatus or equipment during erection at the end of each work day. d. All water piping shall be graded and valved to provide for drainage and control of the system. e. No soil, waste or water piping shall be installed so as to cause unusual noise from flow of water under normal con- ditions. f. All piping, except as shown otherwise on plans or as in- structed otherwise by the architect, shall be run con- cealed in furred walls, partitions, furred ceilings, etc. Where piping is exposed it shall be run adjacent to walls or parallel so construction in a neat and orderly fashion as directed by the architect. g. Each piece of pipe and each fitting shall be inspected in- side and outside to see that there are no defects or ob- structions within same; all steel pipe shall be thoroughly end-reamed and all burrs shall be removed. Joints in screwed pipe shall be made up with an approved pipe joint compound applied to male thread only with not more than two threads left exposed. h. No bushings or close nipples shall be used, reducing fit- tings and shoulder nipples shall be used in all cases. i. Copper tubing shall be cut square and ends shall be reamed to full size or tubing with all burrs removed. Tubing ends and fittings sockets shall be burnished with emery cloth or wire brush before a uniform coat on non-corrosive type soldering flux is applied. The joint shall be made promptly and surplus solder and flux shall be wiped clean. Section 15A-4 Page 55 j. All piping shall be accurately cut to length. No piping shall be forced or sprung into place. All off-sets shall be made with fittings and bending of pipe shall not be allowed. k. Water piping in earth and under concrete slabs on ground shall be encompassed in an envelope of clean fresh water sand as specified hereinbefore under "Excavation and Back- filling". 1. Pipe runs shall be made up of full pipe lengths with the minimum of joints. m. All piping shall be isolated from the building by using hair felt, 1/4" thick, between hangers, and wherever piping comes in contact with building. 3.2 Testing The new sanitary piping shall be hydrostatically tested to a minimum of ten feet head above the highest inlet or min- imum of four hours or longer as necessary to make complete examination of the piping under test. The systems shall be tight at all points. All new water piping shall be hydrostatically tested to 125 psig at the highest outlet for a minimum of four hours or longer as necessary to make complete examination of the system under test. No perceptible loss on gauge shall be allowed except for temperature change. 3.3 Damage by Leaks a. Contractor shall be responsible for all damage to any part of the premises or its contents caused by leaks or breaks in piping, equipment or fixtures furnished and/or installed by him for a period of one year from date of acceptance of the work by the owner. 3.4 Guarantee a. Contractor shall provide the owner with a written guarantee' that all material and equipment provided or installed under this section shall be Guaranteed for a period of one year from the date of completion. b. Should any trouble develop during this period due to defec- tive materials or faulty workmanship, the contractor shall furnish all necessary labor and materials to correct the trouble without any cost to the owner, and defective mater- ials or inferior, workmanship noticed at the time of instal- f lation and/or during the Guarantee period shall be corrected immediately to the entire satisfaction of the owner and the architect. Section 15A-5 Page 56 Section 15B - Heating (Apparatus Room) 1.0 General 1.1 Description a. Scope: The work included in this section includes all labor, material and equipment to provide a natural gas forced air heating system in the apparatus room. 1.2 Ordinances, Regulations and Codes a. All work shall comply with the requirements of codes, ordinances and regulations of the local government having jurisdiction at the location of the work, including the regulations of serving utilities, and any participating government agencies having jurisdiction. b. The latest editions of the following specifications and standards shall form a part of these specifications, the same as if herein written out in full, and all materials and installations shall conform to the applicable require- ments thereof: 1. All state, county and municipal ordinances having juris- diction. 2. Safety orders of the State Industrial Accident Commis- sion of California. 3. California Administration Code, Title 24. 4. American Gas Association (AGA). 5. National Fire Protection Association NFPA, Pamphlet No. 13. 6. Uniform Mechanical Code (UMC). 7. The requirements of the State Fire Marshal Title 19. 8. County Health Department Ordinances. c. Nothing in these plans and specifications is to be con- strued to permit work not conforming to these Codes or Ordinances. 1.3 Shop Drawings a. Submit shop drawings showing the location, size and type of forced air heating unit, registers, duct work and thermastat to provide forced air space heating in the apparatus room. Section 15B-1 Page 57 2.0 Products 2.1 Materials and Equipment a. All material and equipment used in the installation shall be new and in perfect condition when installed. Material, equipment and components shall be the standard catalog product of reputable manufacturers regularly engaged in the manufacturing of each equipment. All articles provided for the same general purpose or use shall be of the same make. Submittal of any equipment for approval shall specifically indicate any item that does not meet the specification. If approval is given when such items have not been listed, removal of equipment may be required. 3. 0 Execution 3.1 Installation a. The forced air heating system shall be installed in the apparatus room as shown on the approved shop drawings. 3.2 Temperature Controls a. Mechanical contractor shall install a thermostat at location acceptable to owner. b. Low voltage wiring shall be run in conduit. Section 15B-2 WRITE IT—DON'T SAY IT INTER-DEPARTMENT MEMORANDUM TO REPLY ON THIS SHEET DATE 19 FROM A. M. P. M. WILMER "SERVICE" UME STANDARD INTER DEPT. MEMO. FORM 1 1-24 Section 16A - Electrical The general conditions and Division 1 apply to the work of this Section: 1.0 General 1.1 Scope a. Work Included: the work includes, but is not necessarily limited to: 1. Underground service & entrance with meter socket and main breaker, panelboard and feeder for power and lighting. 2. Complete power and lighting branch circuit wiring, in- cluding junction boxes, pullboxes, outlet boxes, devices, materials and equipment for a complete installation. Lighting circuits to be kept separate from power circuits except in Dormitory Rooms. 3. Telephone conduit as required. 4. Light fixtures and lamps in fixtures. 5. Complete line-voltage wiring to and connection of elec- - trical equipment provided under other sections, includ- ing appliances, pull boxes, outlet boxes, switches, etc. 6. Wiring and connections to all electrically operated equipment and appliances as shown on the drawings, or indicated as required in the contract documents. 7. Provide and maintain temporary lighting, power or other service which may be disrupted due to the work under the specifications. 8. Electric rediant heating system for entire living area; does not include apparatus room. 9. Conduit system for alarm system circuitry. 10. Material and fixture submittals. 11. Record (as-built) drawings. 12. Tests. 13. Perform all other work necessary for the complete in- , stallation of all electrical work and fixtures. b. Related work not in contract: telephones and wiring for < telephone system, wiring and fixtures for alarm system. Section 16A-1 Page 58 % \ \ I''._'* 1.2 General Requirements a. The contractor shall examine the site and satisfy himself as to conditions under which he will be obliged to operate in performing his part of the work or that will in any man- ner affect the work under this Contract. The drawings are generally diagrammatic and the contractor shall harmonize his work so that each piece of equipment will be installed to function properly. b. Services: Interruptions to services: Requests for power shutdown or interruptions to services or circuits operating from existing systems to permit tie with other circuits or equipment shall be made at least five (5) working days in advance. All work shall be scheduled at such times as to cause least possible inconvenience to the normal operation. Contractor shall provide temporary power as required by the owner. c. Final Inspection: Furnish evidence of final inspection and acceptance by the building and safety authority having jur- isdiction upon completion and before acceptance of the work. d. Codes and Ordinances: Perform all work in accordance with the most stringent requirements of the following: 1. State of California Administrative Code Title 24, Part 3, "Basic Electrical Regulations, State Building Stand- ards Electrical Code". 2. National Fire Protection Association (NFPA) Publica- tions No. 70, "National Electrical Code, 1975', National Fire Code Volume 7, "Alarm and Special Extinguishing Systems". 3. National Electrical Manufacturers Association (NEMA) Published Standards. 4. Underwriters' Laboratories, Inc. (UL) Published Stand- ards. 5. City of Carlsbad Codes and Ordinances. e. Submittals: 1. Submit shop drawings, materials list and samples for all items noted. All submittals that are not exactly as specified shall be noted as a substitution by the con- tractor. It shall be the responsibility of the contractor to bring any deviation from the specifications or plans to the attention of the architect. Refer to general conditions, "Shop Drawings", and "Samples" for additional requirements. Section 16A-2 Page 59 2. Submittals shall include adequate information for check- ing, including information showing compliance with referenced standards and specifications. Each item submitted shall be identified to appropriate specifica- tion section and for location on the Drawings. 3. The electrical contractor shall check the shop drawings for space requirements and conformance with the draw- ings and specifications and shall mark his corrections and approval on all shop drawings prior to submittal. 4. Submittals not complying with the above shall be returned for correction prior to consideration for approval. 5. Submittal drawing details shall use same nomenclature as Contract Drawings and indicate locations where equip- ment is used to facilitate checking by architect. Indi- cate gauge of enclosures, cross-section areas of bus bars, current carrying capacity of components, method and type of paint finish, plan and elevation views, sec- tion views, wiring diagrams, name plate data, material lists and other data necessary to expedite checking by completely describing proposed material or equipment. 6. Submit lists of materials for the following: a. Conduits and fittings. b. Outlet boxes and fittings. c. Wiring devices. d. Coverplates, including engraving schedules. e. 600 volt conductors. 7. Submit shop drawings for the following: a. Panelboards. b. Circuit breakers. c. Surface wireways. Operation and Guarantee of Electrical Systems: Demonstrate in the presence of the architect and owner that all portions of the electrical work are operating or are in operating con- dition. Guarantee all installed equipment, materials and workmanship for a period of one (1) year, or as stated elsewhere in this Section, from the date of acceptance of the project by the owner. Repair or replace promptly upon notification of the owner or architect at no additional cost, any defects due to faulty materials, methods of installation or workmanship. Section 16A-3 Page 60 g. Electrical Service: Electrical service 120/240 volt, single phase, three wire. h. Telephone Service: Telephone prewiring service shall be coordinated by the contractor with Pacific Telephone. 2.0 Products 2.1 Materials and Equipment a. Materials and equipment shall be new and listed by or bear the labels of the Underwriters' Laboratories, Inc., where subject to such approval, and/or shall .be approved by the Division of Industrial Safety of the State of California and all local authorities having jurisdiction; and shall comply with ANSI, IEEE, NEMA standards where applicable. Electrical equipment shall be installed in accordance with manufacturers' instructions or recommendations. 2.2 Conduit a. Conduit shall conform to the following: 1. Rigid Metal Conduit and Fittings: Hop-dip galvanized or sherardized steel, with threaded connectors and couplings. 2. Electrical Metallic Tubing and Fittings: Galvanized steel with preinsulated steel compression type con- nectors and couplings,.T & B or equal. 3. Flexible Steel Conduit: "Greenfield". 4. Flexible Conduit Connectors and Couplings: D & H Electric; "Jake" type are acceptable. 5. Furnish the necessary sleeves, inserts, hangers, anchor bolts and related structural items. 2.3 Outlet Boxes a. Outlet boxes, extensions and cover shall be pressed steel, galvanized, knock-out type, 52 FBX boxes, 4-0 FBX boxes, 4-S FBX boxes. No box smaller than 4" square shall be used. 2.4 Conductors a. All conductor sizes indicated on the drawings are for copper conductors. b. The minimum size of all conductors shall be No. 12 AWG. Section 16A-4 Page 61 c. Conductors No. 8 AWG and smaller shall be solid, type THW or XHHW, unless otherwise indicated. d. Conductors No. 6 AWG and larger shall be stranded, type RHW or type THW, unless otherwise indicated. e. Conductors installed in areas, subjected to temperatures exceeding 140 degrees F., terminating in incandescent lighting fixtures, and installed through or into housings containing ballasts shall be type AVA. 2.5 Wiring Devices a. Local Lighting Sv/itches: Specification grade, mechanically quiet, rated 15 amperes at 120 volts, single pole, double pole - 3 way or 4 way, as required. Hubbell, Arrow-Hart or Pass and Seymour, ivory toggles. b. Duplex Convenience Outlets: Specification grade, ivory grounded type, rated 20 amperes at 125 volts, Hubbell, Arrow-Hart or Pass and Seymour. Outlets per circuit shall not exceed (2) two in apparatus room and kitchen and (4) four in other areas. c. Provide smooth ivory plastic plates for all interior flush- mounted outlets. Sierra, or equal. 2.6 Junction Boxes a. Junction boxes, where exposed to the weather, shall be weatherproof and rain tight, and shall be hot-dip galvan- ized after fabrication. Provide weatherproof gaskets, flat covers and galvanized or corrosion-resistant screws. Pro- vide knockouts and/or threaded hubs as required. 2.7 Disconnect Switches a. Provide all disconnect switches with devices enabling the switch to be locked in the open and closed positions. b. In other areas, provide externally-operable safety switches with quick-make, quick-break mechanism and cover interlocks. Provide units fusible and non-fusible with number of poles, amperage, voltage and HP ratings and type of enclosure as required for the particular application. Provide NEMA one enclosures for indoor locations, unless otherwise indicated. Square "D" general duty, or equal. 2.8 Panelboards a. Panelboards: Plug in type automatic circuit breaker type in code-gage, zinc-coated steel boxes with trims and doors equipped with the number, size and type of branch circuit breakers as shown. Use Square D, I.T.E. or Zinsco with Section 16A-5 Page 62 10/000 A. I.C. circuit breakers,* minimum circuitbreaker shall be rated at 20 amps. b. Provide neatly typed circuit index cards, clearly and correctly identifying all circuits, mounted in card holders behind glass or heavy plastic on inside of panelboard doors. 2.9 Radiant Heating System a. Cable: Cable shall be General Electric Radiant Heating Cable or approved equal. Insulation shall be polyvinyl chloride with nylon cover to provide maximum mechanical protection during installation. Cable shall be U.L. listed for installation in radiant heating systems with laminated drywall or plaster. Cable shall be delivered to the job- site on sturdy spools with a nameplate showing manufacturer, wattage, voltage, length, amperage and identified at mid- point by a tape marker. One spool length shall be provided for each area and shall have a maximum input of 2.75 watts per foot. Each length shall have positive electrical pull- out protection between non-heating leads and the heating cable with the connector being hermatically sealed. b. Electrical Service: For radiant heating shall be 240 volts. c. Thermostats shall be wall thermastats as follows: 1. For loads under 3500 watts use General Electric line voltage hydraulic acting or bimetal snap acting ther- mostat electrically rated at 240 volts, 22 amps, or approved equal. 2. For loads over 3500 watts use General Electric low voltage thermostat HWC-21 and transformer HWC-23, HWC- 30 or HWC-31 or approved equal. 2.10 Lighting Fixtures and Lamps a. Install all lighting fixtures as described in the Electri- cal Plans. b. All fixtures of one type shall be of one manufacturer, and of identical finish and appearance. c. For all internal wiring in lighting fixtures, use U.L. Type AF or Type CT fixture wire, or other approved type for high- temperature exposure. d. Mount fixtures weighing more than 10 pounds by means of fixture studs. Do not secure unit by the box screws or straps attached to the box screws. e. Furnish lamps with each fixture of type, wattage and volt- age indicated. All lamps of each type shall be of the same manufacturer. Section 16A-6 «*«. :.,, Page 63 f. For small incandescent general service lamps, furnish in- side frosted type. For other incandescents, use type indicated or as recommended by the fixture manufacturer. g. For fixture types, see Drawings. 3.0 Execution 3.1 Installation a. Locate outlets, equipment, wireways, apparatus, etc., in such a manner as to avoid conflict of materials and equip- ment installed under other sections, preserving headroom and clearances, and keeping openings and passageways clear. b. Carefully examine contract drawings: 1. To verify that work can be installed without conflect; and 2. To maintain close coordination with work under other sections, particularly as to quantity, locations, size and arrangement of equipment. 3. Report any deviations from the contract drawings to the architect before installing the work. 3.2 Coordination With Other Trades a. The contract drawings are diagrammatic and indicate the approximate location of outlets and materials unless dimen- sions are shown. Follow the drawings as closely as possi- ble. b. Locate outlets for equipment by referring to shop drawings, manufacturers' recommendations and measuring actual equip- ment to be installed. c. Examine the contract drawings to logically locate work in coordination with construction features such as cabinets, beams, furring, door swings, ducts pipes and ceilings. d. Where conflicts exist, make adjustments in the installation of the outlets and equipment to avoid interferences. 3.3 Anchors, Sleeves, Inserts, Special Openings, Chases and Other "Built-in" Items a. Anchors, sleeves, inserts, conduit, etc., and other re- quirements for the work of this section which require the placement of or provisions for such including openings to Section 16A-7 Page 64 /"" , be left for the installation of this work, shall be furn- ished and placed in position by this Contractor, who will assume full and sole responsibility for the accurate and proper installation of the special item. 3.4 Clean-Up a. Accumulated debris, rubbish and surplus material from elec- trical work shall be removed at frequent intervals to avoid fire or safety hazard. The entire project shall be left in a neat, clean and acceptable condition upon com- pletion. Equipment, panelboards, switches and other devices shall be. cleaned of foreign matter. Finished sur- faces shall be restored to their original texture. Plate surface shall be polished. Lighting fixtures shall be cleaned, metal and glass work polished and lamps wiped clean. 3.5 Record (As-Built) Drawings a. Prepare complete record drawings showing actual installed locations and sizes of equipment, fixtures, devices, feeders, branch circuits and empty conduit runs. (Record drawings may comprise neatly marked-up prints of the contract electrical drawings.) 3.6 • Final Tests a. All systems shall test free from short circuit and grounds, shall be free from mechanical and electrical defects. All circuits shall be tested for proper neutral connections. Section 16A-8