HomeMy WebLinkAboutCramer, Vincent C.; 1975-05-28; 1023CONTRACT DOCUMENTS FOR
CONTRACT NO. 1023
MODIFICATIONS TO THE
CARLSBAD CITY LIBRARY
- CARLSBAD, CALIFORNIA
NEPTUNE & THOMAS ASSOCIATES
ARCHITECTS-ENGINEERS
2962 'FIFTH AVENUE
SAN DIEGO, CALIFORNIA
FEBRUARY 7, 1975
C846
CITY OF CARLSBAD
MODIFICATIONS TO CITY LIBRARY
CONTRACT NO. 1023
TABLE OF CONTENTS
Page
1.' NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 DESIGNATION OF SUBCONTRACTORS
7 STATEMENT OF FINANCES
8 BID BOND
9 AGREEMENT AND CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 BOND FOR FAITHFUL PERFORMANCE
Special Provisions
1A-1 General Requirements (Division 1)
2A-1 Site £• General Work (Division 2)
5A-1 Metals (Division 5)
J 6A-1 Carpentry . (Division 6)
7A-1 Moisture Control (Division 7)
. 8A-1 Doors, Windows & Finish Hardware (Division 8)
9A-1 Interior Finishing (Division 9)
12A-1 Furnishings (Carpet) (Division 12)
l^A-1 Conveying Systems (Dumbwaiter) (Division
TABLE OF CONTENTS, Page 2
Page
15A-1 Mechanical & Plumbing
16A-1 Electrical
(Divi s ion 15)
(Division 16)
. (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 22nd day'of
April, 1975, at which time they will be opened and read, for performing
the work as follows: .
Modifications to'Carlsbad City Library - New Technical Processing Area
Contract No. 1023
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. Proposa1 - Page 3
2. Designation of Subcontractors - Page 7
3. Bidder's Bond - Page 6
k. 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 Pres ident or Vice-Pres ident and Secretary or Ass i stant
Secretary are required and the Corporate Seal shall be affixed to all
""""documents requireing signatures. In the case of a partnership, the signa-
ture of at least one'general parnter 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, Ca1ifornia, at no cost to
licensed contractors. A nonrefundabl e charge of none wi 1 1 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 April 18, 1975.
. V" In accordance with the provisions of Section 177'3 of the Labor Code, the
City Council of the City of Carlsbad has ascertained the general pre-
vailing rate of per d iem wages in the locality in which the work is to be
(2)
performed for each craft or type of workman or mechanic heeded to execute
the contract and has set forth these items in Resolution No. 3600.
\ 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 pro-
jects above thirty thousand dollars ($30,000) or 20 working days.
Page 3
CITY OF CARLSBAD
CITY .LIBRARY
Technical Process ing Area
Contract No. 1023
PROPOSAL
To the C i ty Counci1
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, material,
equipment", transportation and services required to do all the work
to complete Contract 1023 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 therefor the following prices for
each item complete, to wit:
CITY LIBRARY
Technical Processing Area
Page 3A
Item Approximate Items with Unit Prices or
No. Quant i ty Lump Sum Written in Words
Total Amount
in Figures
1.L s.•Carpeting including rubber base
at $
7/n>
complete, if ordered.
2.L. S Painting i ncludi ng wa 1 1 s , trim,
doors and cabinets at $ _ __
V-
comp 1 e t e, \f/ qfdfl'red
-o /
L. S Cabinet work including counter
tops and hardware at $
complete, if ordered.
L. S.All other work shown on the
plans^and specifications.
$
complete.
TOTAL AMOUNT written in words f
">TAL AMOUNT wr'itten in figures
Items 1, 2, & 3 are if..ordered items and may be deleted individually or in
total if sufficient funds are not available. " - .
w '
All bids are to be computed on the basis of the given es'timated quanti-
ties 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 approx-
imate only, being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and un-
derstands 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. 28259-
I d e n t i f i ca t i on Class B __.
The undersigned bidder hereby represents as follows:' (a) That no
Councilman, officer, agent or employee of the City of Carlsbad is per-
^sonally 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 Proposal Bond
(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, arid agrees to comply with such provisions
before commencing the performance of the work of this contract.
Page 5
436-2753
Phone Number
April 22, 1975
Date
Vincent C.- Cramer
Bidder's Name
(SEAL)
. Authorized Signature
3410 Dove Hollow Rd.
Authorized Signature
Olivenhain, Ca. 92024
Bidder's Address
Individual
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:
BALBOA INSURANCE COMPANY
Bond Number BX5-252362-2
PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS,
That we VINCENT C. CRAMER
as Principal, and the BALBOA INSURANCE COMPANY, a corporation under the laws of the State of California, as
Surety, are held and firmly bound unto CITY OF CARLSBAD
(hereinafter called the obligee)
in the full and just sum of 10% of amount bid not to exceed Dollars, ($ 6, OOP. 00 )
for the payment whereof .in lawful money of the United States, we bind ourselves, our heirs, administrators, executors,
successors and assigns, jointly and severely, firmly by these presents.
WHEREAS, the said PRINCIPAL has submitted the accompanying bid for
Modifications to the Carlsbad City Library
' Contract Number 1023
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as
may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful
performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect.
Signed and Sealed this LQit) day of Aprl 1 19 .75.
C. rPAMERPRINCIPAL
BALBOA INSURAI^CE COMPANY
ATTORNEY-IN-FACT
Gary" R, Peterson
B61E674.
STATE OF CALIFORNIA )
) s*:
County of Los Angeled
On this.10th -day of.April ., before me
S. Acosta ,.a Notary Public in and for the said
Anqpl PS Statf of California, residing therein, duly commissioned and sworn,County of
personally appeared ' known to me to be the Attorney-in-Fact of the BaiDOO
Insurance Company, the corporation that executed the within instrument, and acknowledged to me that he
subscribed the name of the BslbOS InSUfanCB ConipSny* thereto and his own name as Attorney-in-Fact.
OFFICIAL SEAL
S. ACOSTA
Notary Public California
_ LOS ANGELES COUNTY
*My Commission Expire* September 25, 1976
~^^_^ - T^_^r ~~ T ffrTir —
Notary Public in and for the County of
Los AngelesSto<e of lornia
B17CAEI074
BALBOA INSURANCE COMPANY
• 10 NEWPORT CENTER DRIVE. NEWPORT BEACH, CALIFORNIA »14«0
GENERAL POWER OF ATTORNEY
Know All Mm by Tkttt PrtunU, That BALP"* INSURANCE COMPANY, a corporation duly organised and existing under
the law* of the State of California, and having its principal office in Newport Bcuch, Orange County. California, does by these presents
constitute «nd appoint „
-. GAR.Y..R, ..PETERSON
of...,,. LOS Angele? and State of California it* true and lawful Attomey(*)-in-Fact. with full power and
authority hereby conferred in ita name, plan and steed, to execute, acknowledge and deliver
..Contract B.on<i..(S,.B. A. Guarantee Agreement) -..$260,600, o'p'; ..iv.i.ce.us.e...&. .Permit
Bonds -.$50, 000, 00; Miscellan.epus - $50, 000. 00; Contract.B.pnd.8...-..$.5..P....QP..O.« QP;
... Court Bonds - $50,.ppO,00; Fiduciary Bonds - $50^000. 00
"THIS. POWER OF ATTORNEY.SHALL TERMINATE.. A.ND...BE
OF NO. FURTHER EFFECT AFTER DECEMBER. 31,.. 19.7.5."
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corpu-
•ato teal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may
do in the premises. Said appointment is made under and by authority of the following resolution adopted'by the Board of ^Directors of
the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962.
"Be It Retolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested
with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
"Section 1. Attorney-in-Fact. Attorney in-Fact may be given full power and authority for and in the name of and on behalf
of the Company, to .execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and
other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's lia-
bility thereunder, nnd any such instruments so executed by any such Attoroey-in-Fact shall be binding upon the Company as if
signed by the President and seated and attested by the Corporate Secretary."
In Witness Whereol. BALBOA INSURANCE COMPANY has caused these presents to be signed by its Vice. President,
and its corporate seal to be hereto affixed this. 11th day of December A.D., 19 74
BALBOA INSURANCE COMP
Still of California )
County of Orange I
On this.. 11th day of December A.D.. H>74 . before n.e personally came John E,. Curtis ,
to me known, who, being by me duly sworn, did depose and say, that ho resides in Mission. Viejp, Califprnia
that he is .Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the
above instrument; that he knows the seal of said Company; that thn senl affixed to said instrument is such corporate seal; that it was
HO affixed by order of the Board of Directors of said Company: and that ho signed his name thereto by like order.
i yf&aWx OKFICIAL SI-AI. - »„.„, D..KI.,J iGS ,J,8J^i TOSHfP" MAK1°MI :' iwwiy rupiic
1 Iv-j^ff* "'" '•" Pl""'''•'M:u'"NI* 3
I My Commission Expiies Siyt. is'. 1975 j
I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy
of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and
effect.
And I do hereby further certify thai the Certification of this Power of Attorney is signed and sealed by facsimile under and by the
authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held
nn the 24th of March 1972, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation,
may be affixed or printed by facsimile to any certificate lo a Power of Attorney of this Corporation, and that such printed facsimile
signature and seal shall be valid and binding upon this Corporation."
(HVFN under my hind and the seal of said Company, al Newport Beach, California, this._ lf>th dav "f
-- April i 1*75 •
DZ9E672
Page 7
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies that he has used the subbids of the
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
1. Metal
SUBCONTRACTOR ADDRESS
2. Lath Plaster & Drywall
3. Acoustic L/ £-TL£^C*J
4. Dumb Waiter
5. HVAC
6. Electric
Vincent C. Cramer
Bidder's Name
Authorized Signature
Individual
Type of Organization
(Individual, Co-Partnership or
Corporation)
-.3410 Dove-.Hollow Rd.
Olivehhain, Ca. 92024
Address
, 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 sta-tement of the' work of similar
character to that included in the proposed contract which he has
successfully performed.
Village Shopping; Center, La Mesa, Ca. - Contract $419,900.00
Shell Bldg. B, San Marcos, Ca. - Contract $45,000.00
Improve 7 Stores, San Marcos. Ca. - Contract $59,300.00
Modifications to Lab Office Bldg., La Posta, Ca. -'Contract $16,500.00
Page 9
CONTRACT
THIS AGREEMENT, made and entered into this £j$**L' day of
"7 by and between the City of Carlsbad,-
California, hereinafter designated as the City, party of the first
part, and Vincent C. Cramer ; t 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:
Modifications to City Library - New Technical Processing Area
Contract No. 1023
and to perform and complete in a good and1'workmanlike manner all the
work pertaining thereto shown on the plans and specifications therefor;
.to furnish at his own proper cost and expense a^l 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. '^>i.*
' • (
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 Gode 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
froiv. 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 written.
CITYvOF/eaRLSBAD, CALIFORNIA
ATTEST:
Clerk
VINCENT C. CRAMER
GENERAL CONTRACTOR
LIC. NO. 282592
3410 DOVE HOLLOW RD.
OLIVENHAIN, CA. 92024
'Contractor
Title
BY.
Approved
Title
(Notarial acknowledgement of execution by all PRINCIPALS must be
attached.) •
TO 447 CA (4-73)
(Individual)
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO > SS.
TITLE INSURANCE
ANDTRUST
ATICOR COMPANY
May 28f 1975On _
State, personally appeared
before me, the undersigned, a Notary Public in and for said
Vincent C. Cramer
to be the person _ _whose name IS
to the within instrument and acknowledged that_
executed the same.
WITNESS my hand and official seal.
1C r ' s-'Signature 1 *• *- *—&
. subscribed
he
Audrey B. Fontaine
Name (Typed or Printed)
_, known to me
M SEAL
AUDREY B. FONTAINE
'."•-"AHY tU3UC CAUrGRN'.'.
Pt?;i'JCS?AL C/iMCl: IN |
SAN D!EGO COUNTY
My Comrnission_ExpiresL Sept. ^_ 1977<
(Thit area for official notarial seal)
Page 11
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT Bond No- -BX5-253113
WHEREAS, the City Council of the City of Carlsbad, State of
' . •
California, by Res. No. 3636 adopted Hav 6. 1975
has awarded to Vincent C. Cramer ;
hereinafter designated as the "Principal", a contract for:
Modifications to City Library - New Technical Processing Area
Contract No. 1023
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents on file in the Office of
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 VINCENT C. CRAMER
as Principal, hereinafter designated as
\ • Contractor and _ BALBOA INSURANCE COMPANY
_ A_ --/•-•— _i _i_ - . - - -••• - - " ......
\ 'm^ '___.___ _ ; _ as Surety, are held firmly bound unto
;' the City of Carlsbad, in the sum of
($ 23,300. 00 ) 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.
A ' '
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
attorney's fee, to be fixed by the court, as required by the provisions
of Section 4204 of the Government Code of the State of California.
*
This bond shall .inure to the benefit of any and all persons, companies
and corporations entitled to file claims under Section 1192.1 of the ,
.page
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 agrees
that no change, extension of time, alterations or additions to the
terms of the contract or to the work to be performed thereunder or"
the specifications accompanying the same shall in any wise affect
its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alterations or additions to the
.terms of the Contract or to the work or to the specifications.
In trio 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 22nd day of Ma.r
, 19 75. . .
VINCENT c. CRAMER
GENERAL CONTRACTOR
' LIC. NO. 282592 (Seal)
3410 DOVE HOLLOW RD.
OLIVENHAIN, CA. 92024 (Seal)
(Seal)
Cdhfcractor
(Seal)
BALBOA INSTJRANf!FOMT>AT<rY _ (Seal)
(Seal)
Surety
Gary R. Peterson, Attorney-in-fact
APPROVED AS TO FORM:,i
Vtac'enf F. Bioncfe; Jr.
City Attorney
STATE OF CALIFORNIA )
)ss:
County n/ Los Angeles )
On this 22nd .day of.May
S. Acosta
19 75 , before me
., a Notary Public in and for the said
County of LOS Angelas State of California, residing therein, duly commissioned and sworn,
personally appeared Ijg.E'y K. Fetersoq.nY,,/)n to me lo ^e f/,e Attorney-in-Fact of the Bdlbod
Insurance Company, the corporation that executed the within instrument, and acknowledged to me that he
subscribed the name of the BalLlOd IdSUHIICC Company thereto and his own name as Attorney-in-Fact.
B17CAE1074
SEAL
S. ACOSTA
Notary Public California
LOS ANGclLS CCUNIY
llP-Ls SePtember 25, 1976
Notary Public in and for the County of
LOS Anqeles , State of California
BALBOA INSURANCE COMPANY
620 NEWPORT CENTER DRIVE. NEWPORT BBACH, CALIFORNIA 92S60
GENERAL POWER OP ATTORNEY
Know All Men by Then PretenU, That BALP"A INSURANCE COMPANY, a corporation duly organised and existing under
the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by these presents
make, constitute and appoint
GAR.Y..R, ...PETERSON
of LOS Angeles and State of California ju true and lawful Attorney(s)-in-Fact, with full power and
authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver
Contract B.ond..(S-.JB',.A. GwaT.antee Agreement) -...$200,,.000, .M;..£ic.ejftS.ft..iLEftrnut
... Bonds - $50, 0.00, 00; Miscellaneous - $50, 000. 00; Contract JJpnd.8...-..$.5.P.*.P.Q.Q*..Q.Qj
Court Bonds - $50,,QpO,00; Fiduciary Bonds - $50,, 000. 0.6
''THIS. POWER OF ATTORNEY.SHALL...TERMINA.TE..A.ND...BE
OF NO. FURTHER EFFECT AFTER DECEMBER...3.1.....19.7.5.."
and to bind the Company thereby as fully and to the same extent as if auch bonds were signed by the President, sealed with the corpo-
rate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may
do in the premises. Said appointment is made under and by authority of the following resolution adopted* by the Board of Directors of
the Balboa Insurance Company at a meeting held on the 22nd day of March. 1962.
"Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested
with full power and authority to appoint any one or more suitable persons as Attorney (s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
"Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on behalf
of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and
other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's lia-
bility thereunder, nnd any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if
signed by the President and seated and attested by the Corporate Secretary."
In Witness Whereof. BALBOA INSURANCE COMPANY has caused these presents to be signed by its Vice. ErfiS.id.ent.,
and its corporate seal to be hereto affixed this 11th day of December A.D., 19 74
State of California )
County of Orange f
On this llth day of December A.D., 19.7.4 . before n.e personally came .J.Phn.E... Curtis ,
to me known, who, being by me duly sworn, did depose and say, that he resides in MlSSlpn...Viejp.,....C.allfprnia ;
that he is Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the
above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was
.so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order.
"""""" '"« ' mill i in HIM,inM,,,,, M,,,I,,,,MH
TOS0rti?MAK.SHI I NOt">Publi'f ^JKjff/y N0; ;\KV ,.rum ••'• • M :» OI<NIA ;
a ^^Ri** OKAW CVUNIY f
| My Commission Expiies Sept. 19, 1975 I
imiimnimiim iiiitiimiii<iiin<mii..iimmmi, , , ,',,,,,Jt.1,,,im ,,n|
I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy
of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and
effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the
authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held
on the 24th of March 1972, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation,
may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile
signature and seal shall be valid and binding upon this Corporation."
CilVFN under my hand and the seal of said Company, at Newport Beach, California, this day of
. May , 11) 75
B29E672
Page 13
PERFORMANCE BOND
Bond No. BX5-253113
KNOW ALL MEN BY THESE PRESENTS, that
.WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. 3636 adopted May 6. 1975
has awarded to Vincent C. Cramer ,
hereinafter designated as the "Principal", a contract for:
• -
Modifications to City Library - New Technical Processing Area
Contract No. 1023
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^r 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, VINCENT C.' CRAMER
as Principal, hereinafter designated as
the "Contractor", and BALBOA INSURANCE COMPANY
| : as Surety, are'held and firmly bound
unto the City of Carlsbad, in the sum of FORTY-SIX THOUSAND SIX HUNDRED
Dollars ($ 46,600.00. ), 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 stipulates 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
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 22nd day of
Mav , 19 75.
VINCENT C. CRAMER
GENERAL CONTRACTOR
LIC. NO
3410 DOVE HOLLOW RD.
OLIVENHAIN, CA, 9202$.
(Seal)
(Seal)
(Seal)
Contractor
3ALBOA INSURANCE COMPANY
(Seal)
(Seal)
(Seal)
// SuretyGary (j?. Peterson, Attornev-ln-fact
STATE OF CALIFORNIA )
)ss:
County ?/. Los Angeles )
On this.22nd .day of -May
Acostia
., before me
-, a Notary Public in and for the said
County "f LOS Angeles State of California, residing therein, duly commissioned and sworn,
personally appeared Gary P- Peterson known to me to be the Attorney-in-f act of the Balboa
Insurance Company, the corporation that executed the within instrument, and acknowledged to me that he
subscribed the name of the Balb03 InSUFanCC Company thereto and his own name as Attorney-in-Fact.
OFFICIAL SEAL
( S. ACOSTA
i Notary F,;,V;C CaWornia
LOS AMCJdiES COUNTY
|on Expires September 25, 1976
^ •^">-^ll>^mM.MII»J.««»a —
Notary Public in and for the County of
i State of California
B17CAE1074
BALBOA INSURANCE COMPANY
620 NEWPORT CENTER DRIVE. NEWPORT BEACH, CALIFORNIA 92660
GENERAL POWER OF ATTORNEY
Know All Men by Thue Prttentt. That BALP^* INSURANCE COMPANY, a corporation duly organised and existing under
the laws of the State of California, and having its principal office in Newport Beach, Grunge County, California, does by these presents
make, constitute and appoint
of LOS Angeles and State of California its true and lawful Attorney (s)-in-Fact, with full power and
authority hereby conferred in its MUM. place and Mead, to execute, acknowledge and deliver
Contract Bo.n<L{S,.B..A.Guftr.ant.ee Agreement) - .$200, 000, QQ
... Bonds - $50, 000, 00;. Misc.ellanepus .-. $5 Pi 000. 00; Contract...B..Q.nd.8...-..$5.0.».O.O..Q*..Q.Q;.
Court Bonds - $50,000. 00; Fiduciary Bonds - $50,, 000. 00
"THIS. POWER OF ATTORNEY. .SHALL..TERMINA.TJE..A.ND...RE
OF NO. FURTHER EFFECT AFTER. DE.CEMBER...3.1,...19.7.5.."
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corpo-
rate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney (s)-in-Fact may
do in the premises. Said appointment is made under and by authority of the following resolution adopted-by the Board of Directors of
the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962.
"Be It Retolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested
with full power and authority to appoint any one or more suitable persons as Attorney (s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
"Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on behalf
of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and
other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's lia-
bility thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if
signed by the President and seated and attested by the Corporate Secretary."
In Witness Whereof. BALBOA INSURANCE COMPANY has caused these presents to be signed by its Vice..President,
and its corporate seal to be hereto affixed this. 11th day of December A.D., 19 74
State of California
County of Orange
On this l.lth day of December A.D., 19.7.4 . before n,e personally came I.O.hn.E.,...Curtis t
to me known, who, being by me duly sworn, did depose and say, that he resides in Mi?sipn.Viejp, .California ;
that he is .Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the
above instrument; that he knows the seal of said Company; that the sent affixed to said instrument is such corporate seal; that it was
so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order.
" "'""«<"""<»""<» , nm, , „„„„„„„ , mmm
^i>V OFFICIAL St/M
TOSHie MAKISHI I N°tary Pub'iC
NO; -\Kr nan ,,-. • \\ IH^NIA -
I 'Vvaia? t'KWlf'Al OHM' IN i
* ,, I ^^" OKANIV CVU MY f
f My Commission Expires Sept. 19. 1975
I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy
of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and
effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the
authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held
on the 24th of March 1972, and that said resolution has not been amended or repealed'
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation,
may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile
signature and seal shall be valid and binding upon this Corporation."
GIVEN under my hand and the seal of said Company, at Newport Beach, California, this £2nd day of
May
I \ ( J Secretary
B29E672 M
CITY OF CARLSBAD
MODIFICATIONS TO CITY LIBRARY
Contract No. 1023
SPECIAL PROVISIONS
The General Conditions, Addenda and this section shall apply to
the several sections of the specifications with the same force
as though fully repeated in each section.
1.0 GENERAL
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 the modi-
fications to the Carlsbad City Library, as herein specified
and shown on the drawings. Work under this contract is
located at' 1250 Elm Avenue, 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, SI, PM-1 and E-l.
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; Neptune & Thomas Associates, 2962 Fifth Avenue,
San Diego, CA.
" 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
Special Conditions
• 1A-1
of 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",
"acceptable", "acceptance", or words of similar import
are used, it shall be understood that the approval,
acceptance,.or similar import, of the Architect is in-
tended.
g. Perform and Provide; The word "perform" shall be under-
stood to mean that the Contractor, at his expense, shall
perform all operations, labor, tools and equipment, and
further including the furnishing and installing of mate-
rials that are indicated, specified, or required to
complete such performance. 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 furnishing 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 specified 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:
SPECIAL CONDITIONS
1A-2
Agency Abbreviation
American Society for Testing Materials ASTM
U. S. Government Fed. Spec.
National Board of Fire Underwriters UBFU
American Institute of Steel Construction AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL
American Institute of Steel Construction 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
available 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.
SPECIAL CONDITIONS
1A-3
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
SPECIAL CONDITIONS
1A-4
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
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
durability, finish, or efficiency, by a Testing Labora-
tory 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 PROTECTION OF EXISTING BUILDING
a. The existing library building shall be protected from
damage due to work of this contract.
b. All utilities serving the building shall be protected
from damage and disruption.
c. Emergency exiting from existing library shall be main-
tained in a manner satisfactory to all building officials
and Fire Marshal.
d. Contractor to plan his work so that the function and
operation of the library is not,interrupted.
\
SPECIAL CONDITIONS
1A-5
1 .}k 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 permits and fees.
1.15 ALLOWED CONSTRUCTION TIME
The amount of time allowed for the completion of construction
of this work is 90 calendar days. No extension of time will
be a 11 owed.
SPECIAL CONDITIONS
1A-6*
SECTION 2A - DEMOLITION
The General Conditions and Division 1 apply to the work of this
Section. .
1.0 GENERAL
1.0 SCOPE;
a. .Work Included; All labor, material, equipment and ser-
vices to complete necessary demolition as required for
completion of this project.
1.2 EXISTING WORK
a. Contractor shall visit the site to determine all exist-
ing conditions concerning or affecting the work. Infor-
mation on the drawings showing existing conditions does
not constitute a guarantee that other items may not be
encountered.. All such items not shown on the drawings
or specified to remain' shall be removed as part of this
contract at the expense of the contractor.
1.3 PROTECTION
a. Existing Construction not to be removed shall be pro-
tected from damage in an approved manner.
1.4 PERMITS
a. Obtain and pay for all fees for permits and inspections
as required by local building codes for work under this
section.
2.0 PRODUCTS AND EXECUTION
2.1 DEMOLITION
a. Do all demolition required for completion of the work.
b. Keep site and existing building clean. Do not obstruct
normal work or operation of the existing library.
2.2 REMOVAL OF DEBRIS
a. Haul debris away from site as soon as removed.
DEMOLITION
2A-1*
SECTION 5A - MISCELLANEOUS METAL
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 miscel-
laneous metal work, anchors, bolts, and fastenings, steel
stairs, hand rails and specialty items, as shown and
noted on the drawings and specified herein. More speci-
fically, this section includes all miscellaneous items
of metal work not included in other sections as shown on
drawings and as required to complete the project.
1.2 SHOP DRAWINGS
a. Prepare and submit shop drawings in compliance with the
related requirements of the General Conditions.
b. Include Shop Drawings of all items of specially fabricat-
ed metal work.
1.3 MISCELLANEOUS ITEMS
a. 'Miscellaneous metal items and their related components
are not necessarily individually described. The most
important and those requiring detail description are
mentioned. Miscellaneous items not mentioned or de-
scribed shall be furnished and installed in accordance
with the intent of the drawings and specifications and
as required to complete the work.
1.4 FIELD MEASUREMENTS AND TEMPLATES
a. Contractor shall secure all field measurements required
for proper and adequate fabrication and installation of
the work covered by.this section.
'1.5 GENERAL REQUIREMENTS
a. All steel work shall conform with the applicable require-
ments of the hereinbefore referenced "Codes and Standards"
b. All details shown are typical. Similar details apply to
similar conditions. ,
MISCELLANEOUS METAL
5A-1
2.0 PRODUCTS
2.1 MATERIALS AND SPECIALTY ITEMS
a. General; All materials shall be new and of the best
commercial quality. Stock items shall be well manufac-
tured by concerns specializing in the particular items
and subject to approval by the Architect.
b. Steel; All miscellaneous steel shall be standard struc-
" tural sections conforming to ASTM A36-70.
c. Powder-Driven Fasteners; "Drive-It" System of the Powder
Power Tool Corporation, "Ramset" System of Ramset Fasten-
ers, Inc., the equivalent system of Remington-Dupont, or
approved equal. Use washers with all inserts. Powder-
driven fasteners shall not be used except where first
approved by the Architect in writing. Powder-driven
fasteners will not be permitted for use on concrete
curbs, soffits of joist stems, at rough window and door
openings, along the edge of concrete or a concrete
joist, in beam soffits within six (6) inches of the
edge, or inside of beam or joist within six (6) inches
of soffit.
3.0 EXECUTION
3.1 WELDING
a. Welded connections shall be made in strict accordance
with the most recent "Code for Arc and Gas Welding in
Building Construction" of the American Welding Society.
All welding shall be done in the shop unless otherwise
shown or specified.
3.2 PROVISIONS FOR OTHER WORK
a. Work under this Section includes any required cutting,
punching, drilling, tapping and welding for attachment
of other work coming in contact with structural and
miscellaneous steel work where so -indicated and/or
required for the proper subsequent installation of the
work of other trades, or where directions for the same
are given prior to or with the approval of the Shop
Drawings. Include furnishing of templates for accurate
location of items to be set under other sections.
MISCELLANEOUS METAL
5 A-2
3.3 INSTALLATION
a. Installation of miscellaneous metalwork shall be in strict
accordance with approved drawings, true and horizontal or
perpendicular as the case may be,.level and square, with
angles and edges parallel with related lines of the build-
ing. .
3.4 GALVANIZING
a. • All steel and ferrous metal items located on the exterior
of the building, or otherwise specifically shown or noted
on drawings to be galvanized, shall be galvanized by the
hot-dip process, conforming to ASTM Al23-68a. All re-
quired hot-dip galvanizing shall be done after fabrica-
tion, in the largest sections possible. Items too large
for available dip tanks shall be sprayed, by approved
methods, with molten zinc to coating thickness of .003"
to .004".
3.5 PAINTING.
a. All ferrous metalwork (bonderized) shall be given a shop
coat of red zinc-chromate rust-inh.ibitive metal primer
or other approved rust-inhibitive metal primer standard
with the manufacturer. After installation, all exposed
surfaces shall be touched up with an additional coat of
the same primer. In general, conform to the requirements
specified in Section 9D for "Painting".
b. All galvanized (bonderized) metal surfaces shall receive
one shop coat of primer. Surfaces shall be primed with
(1) coat of W.P. Fuller's #221-14 Zinc Dust-Zinc Oxide
Primer, Gliffen's #471 Zinc Dust G.I. Primer, Devoe's
Zinc Dust Primer, or other approved galvanized primer
standard with the manufacturer. After installation, all
exposed surfaces shall be touched up with an additional
coat of the same primer.
c. Finish field painting is specified under Division 9.
MISCELLANEOUS METAL
5A-3*
SECTION 6A - CARPENTRY AND MILLWORK
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 carpentry
and millwork, and related items, including installation
of building specialties, as shown and noted on the draw-
ings 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
Woodwork Institute of California." s "Manual of Millwork",
Section 1 entitled "Millwork Shop Drawings". No fabrica-
tion 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 ply-
woods 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 "Economy" grade in accordance with the specifi-
cations, 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.e. "Manual of
Millwork"- •
2.0 PRODUCTS i
2.1 MATERIALS
a* General; Unless specified otherwise herein, all finish
wood materials shall conform to the "Economy" grade re-
quirements for materials for millwork of the W.I.C.
"Manual of Millwork", and with the notes and details shown
CARPENTRY AND MILLWORK
' . 6A-1
oii the drawings. Furnish all materials required to
complete the work whether herein specified or not, in-
cluding specialty items and accessories.
b. Frames to be Painted; W.I.C. "Economy" 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. "Economy" 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. "Economy" 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,
connections to metal studs, bolts, etc., required to
complete the work. Bolts, nuts and washers shall be
hot-dipped galvanized, conforming to ASTM A153-67.
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 in-
stalled under this section are not necessarily individu-
ally described. The most important features and those
requiring detail description are mentioned. Finish
carpentry work and miscellaneous items not.mentioned or
described shall be furnished and/or installed in accor-
dance 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 In-
stitute of California, "Manual of Millwork", Economy
Grader as specified.
CARPENTRY AND MILLWORK
6A-2
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 per-
mitted 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. Millwork 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 con-
form to the applicable requirements of the W.I.C. "Manual
of Millwork". In general, all work shall conform to
"Economy" grade requirements.
b. Use only hot-dipped galvanized or aluminum nails for
installation 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
CARPENTRY AND MILLWORK
6A-3
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 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 manufacturers'
installation instructions and -recommendations.
CARPENTRY AND MILLWORK
6 A-4*
SECTION 7A - CAULKING AND SEALANTS
The General Conditions and Division 1 apply to the work of this
Section.
1.0 GENERAL
1.1 SCOPE
Work Included: The work includes, but is not necessarily
limited to, the furnishing and installing of all caulking
and sealing work required to weatherproof the building,
including interior caulking and sealing, as shown and
noted on the drawings and specified herein.
1.2 SAMPLES
Submit to the architect for approval, samples indicating
the color range available of each caulking material.
Materials installed prior to architect's approval of
color will be subject to removal and replacement with
approved material at Contractor's expense.
2.0 PRODUCTS
2.1 MATERIALS
a. Caulking and Sealant Compounds; - •
(1) Exterior Applications; One or two component poly-
sulfide liquid polymer base rubber compounds, which
cure at normal temperature to a flexible firm rubber,
tack free, paintable, in gun grade consistency, con-
forming to ASA Specification A116.1-1960, Class A
or B as required. Use "DAP Flexiseal Polysulfide
Polymer Sealer", Presstite #1176 "Strucsureseal",
A. C. Horn's "Hornflex LP-32" Polysulfide Sealant,
or approved equal. Color of caulking and sealants
shall match color of adjacent work.
(2) Interior Applications; Butyl-based compound, smooth-
flowing, single component, architectural grade,
synthetic, general purpose caulking comppund, com-
posed of 80-100% solids, butyl, non-oily, nonhard-
ening, curing to a tack-free surface, paintable,
in gun grade consistency. Use "DAP Butyl-Flex
Caulking Compound", Presstite "Butyl Caulk", A.C.
Horn's Vulcatex Elastic Caulking Compound, or
approved equal. Color of caulking and sealants
shall match color of adjacent work.
CAULKING AND SEALANTS
7A-1
3.0 EXECUTION
3.1 SURFACE PREPARATION
a. Joints and spaces to be caulked or. sealed shall be com-
pletely cleaned of all dirt, dust, mortar, oil and other
foreign materials which might adversely affect the caulk-
ing work. Where necessary, degrease with an approved
solvent or commercial degreasing agent. Surfaces shall
be thoroughly dry before application of caulking compounds,
b. Prepare surface in strict accordance with manufacturer's
written instructions.
3.2 APPLICATION
a. Locations; Caulk around all openings in exterior walls,
and any other locations shown or required for water-
proofing the building. Caulk and seal all other joints
as herein specified, shown on drawings, and required to
properly complete the building.
b. General!; Caulking and sealants shall be applied by
experienced mechanics using specified materials and.
proper tools. Preparatory work (cleaning, etc.,) and
application of caulking shall be as specified herein
and in accordance with the manufacturer's printed in-
structions and recommendations for required quality of
work.
c. Tools and Workmanship; Compounds shall be applied with
guns having proper size nozzles. Sufficient pressure
shall be used to fill all voids and joints solid. In
caulking around openings, include entire perimeter of
each opening, unless shown or specified otherwise. Where
the use of the gun is impracticable, suitable hand tools
shall be used.
d. Finishing; Caulked and sealed joints shall be neatly
pointed on flush surfaces with beading tool, and internal
corners with eaving tool. Excess material shall be
cleanly removed. Caulking, where exposed, shall be
free of wrinkles and uniformly smooth. Caulking and
sealing shall be complete before final coats of paint
are applied.
c- Cleaning; Clean surfaces of all materials adjoining
caulked and sealed joints of any smears of compound or
other soiling due to caulking application.
CAULKING AND SEALANTS
7A-2
3.3 MISCELLANEOUS CAULKING AND SEALING WORK
a. The entire extent of caulking and sealing work is not
necessarily fully or individually described here. Caulk-
ing shall be provided wherever required to prevent light
leakage as well as moisture leakage. Refer to drawings
for conditions and related parts of the work.
CAULKING AND SEALANTS
7 A-3*
SECTION 8A - METAL DOOR FRAMES
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 metal
door frames as shown and noted on the drawings and
specified herein.
1.2 SHOP DRAWINGS
a. Submit fully detailed shop drawings of all metal door
frames" included in this section, including a complete
schedule of all frames to be furnished under this section,
to the architect for approval. No manufacture or fabri-
cation of frames shall be commenced until the -shop draw-
ings have been approved and returned to the Contractor.
2.0 PRODUCTS
2.1 Manufacture; All frames shall be hollow pressed-steel frames
as manufactured by the Ceco Corporation, Forderer Cornice
Works, Overly Manufacturing Company, or approved equal.
2.2 MATERIAL '
a* Steel; Steel for frames shall be cold-rolled, low-carbon
tyPef pickled and annealed, and stretcher leveled, with
clean, smooth surfaces. Concealed reinforcing members
shall be well finished structural steel shapes, or formed
sheet metal sections. Metal shall be U. S. Standard
gauges specified herein.
b. Gauges of Metal: Frames shall be fabricated from 16-gauge
steel, unless noted otherwise. Reinforcements for hard-
ware shall be not less than 7 gauge for mortised hardware,
and 12 gauge for surface-applied hardware. The gauges
specified are the minimum required; heavier gauges may
be provided.
c. Workmanship and Design: Finished work shall be strong
and rigid, neat in appearance, square, plumb and true,
free from defects, warp or buckle. Molded members shall
be clean-cut, straight and true. Corner joints shall be
well formed and in true alignment. Fastenings shall be
METAL DOOR FRAMES
8A-1
concealed where practicable. Frames shall be prefabri-
cated and preassembled at the factory in the largest
sections possible for shipment.
-d. Joints; Corner joints shall be mitered and continuously
welded for full depth and width. All contact edges shall
be close tight. Welds on exposed 'surfaces shall be dressed
flush and smooth, and present a neat appearance.
e. Provisions for Hardware: Door frames shall be prepared
•at the factory for the installation of template hardware.
All template hardware shall fit the doors and frames
without requiring any additional field cutting, fitting,
drilling or tapping. Frames shall be cut, reinforced,
drilled and tapped to templates to receive all hardware
specified. Cover boxes shall be provided in back of all
hardware cutouts. Door frames shall be punched to receive
three rubber or vinyl door silencers on lock side of
single doors and one silencer for each leaf in heads of
double-door frames. Lock strikes shall be set out to
provide clearance for silencers.
f. Head Reinforcing; Heads of frames shall be reinforced
at.factory to support the partition above. Reinforcing
shall consist of two continuous 2-by-2-inch 10 gauge
steel angles or equivalent steel channels, welded to
the back of frame member at head. .
g. Anchors; Anchors on jambs of door frames shall be formed
to shapes and'sizes, necessary for the adjoining type of
wall construction. The design of anchors shall be stan-
dard with the manufacturer and shall be formed from metal
of the same gauge as the frame. Jamb anchors shall be
located near the top and bottom of each jamb and at
intermediate points not over 24 inches apart. Jamb
anchors for frames shall be welded or otherwise securely
fastened to back of frames. Floor clips shall be formed -
•from 12-gauge steel and shall be fastened to the bottom
of each jamb member for anchoring frame to floor con-
struction. Clips shall be adjustable, to permit level-
ing of frame and drilled for 3/8-inch diameter anchor
bolts. Where floor fill occurs, the bottom of frames
shall terminate at the indicated finished floor levels
and be supported by an adjustable extension clip angle
resting on and anchored to the structural slab.
2.3 SHOP FINISH
a. All metal frames shall be thoroughly cleaned, bonderized
in accordance with Federal Specification TT-C-490, Type I
for ferrous metal surfaces, to assure maximum paint
METAL DOOR FRAMES
8 A-2
adherance, and given a factory dip or spray coat of rust-
inhibitive metallic oxide or synthetic resin primer on
all concealed and exposed surfaces. Exposed surfaces of
all frames shall be given a second prime coat. After the
first prime coat, an approved paste filler shall be
knife-applied to fill any remaining irregularities in
exposed surfaces. Frames shall then be sanded smooth and
given an additional coat of metallic oxide or synthetic
resin primer. Each coat of paint shall be baked separate-
ly or oven dried in accordance with the manufacturer's
standard practice. Finish field painting is specified
under Division 9.
3.0 EXECUTION
3.1 INSTALLATION
Frames: Frames shall be set accurately in position,
plumbed, aligned and braced securely until permanent
anchors are set. The bottom of frames shall be anchored
securely to floors with expansion bolts or with powder-
driven fasteners. Wall anchors shall be built-in or
secured to adjoining constructions as indicated or re-
quired by adjoining construction. Where frames require
ceiling struts or other structure overhead bracing, they
shall be anchored securely to structure above, as required,
Frames shall be filled solid with portland cement grout
where shown or required by class of opening.
METAL DOOR FRAMES
8A-3*
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, Sec-
tion 18 - Doors. All doors shall be guaranteed in
accordance with this standard and as hereinafter speci-
fied. 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 furnish 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 other-
wise 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
accordance 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
WOOD DOORS
8B-1
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-installation guarantee for all interi-
or solid-core flush doors, including rehanging of doors
by the door manufacturer.
2.3 FIRE-RATED FLUSH DOORS
a. Hollow core wood flush doors shall be manufactured in
accordance with the foregoing referenced standards,
W.I.C. "Custom" Grade as hereinbefore specified. All
veneer shall be laid 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". Rein-
force 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 with-
out 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.
WOOD DOORS
8B-2*
SECTION 8C - 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,Fhe furnishing and delivering of all finish
hardware complete as show-n and noted on the drawings
and 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 estab-
lish 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
i.n regard to regular doors or openings, they shall be
called to the attention of the Architect prior to bid
opening for instructions. Otherwise, the list will be
considered complete. No extras will be allowed.
1.3 CODES
All hardware shall comply with applicable fire and build-
ing codes. All labeled doors shall be self closing, with
fusible link where hold-open feature is required.
2.0 PRODUCTS
2.1 FINISH
In general, the finish for all hardware shall be U.S.26D
to match the finish of the hardware in the existing
1 ibrary.
2.2 HARDWARE SCHEDULE
The following schedule establishes the hardware headings
required for the various items and locations. For loca-
tions of these headings on the individual doors, refer
to the Drawings. The following schedule is not necessar-
ily all-inclusive. All doors shall be furnished complete
with appropriate hardware as hereinbefore specified.
Finish Hardware
8C-1
1-1/2 pr
1
1
3
butts
lockset
wall bumper
silencers
HARDWARE 1 (Door 2)
450 T - US26D
BF5407 - US26D
W302-TB - US26D
1337A
Soss
Yale
Quality
Quality
1-1/2 pr
1
1
1
1
3
butts
lockset
closer
wall bumper
threshold
silencers
HARDWARE 2 (Door 4)
R450 TBB - US26D - NRP Soss
BF8660A-WBS - US26D Yale
PA84 x SB Yale
W302-S - US26D • Quality
177A Pemko
1337A Quality
1 pr spring hinges
1 lockset
3 silencers
HARDWARE 3 (Door 5)
4030-6 - US26D
BF5405 - US26D
1337A
Bommer
Yale
Quality
KEYING; ALL LOCKSETS SHALL BE MASTERKEYED'TO THE EXISTING
"YALE" SYSTEM.
Finish Ha rdware
8C-2
SECTION 9A - LATH' AND PLASTER
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 and plastering work, including lath-
ing and plastering as required for repair work of exist-
ing facilities, as shown and noted on the drawings and
specified herein.
1.2 CODES AND STANDARDS
a. Lathing materials and their application and plaster
materials and their application shall be in accordance
with the applicable requirements of the "Uniform Build-
ing Code", 1973 Edition, Vol. I, Chapter 47, and the
following American Standards Association Specifications:
A42.1-1964, "Specifications for Gypsum Plastering", A42.3-
1946, "Specifications for Portland Cement Plastering",
A42.4-1955, "Specifications for Interior Lathing and
Furring".
2.0 PRODUCTS
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 sand-
float 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 require-
ments of A.C.I. Tentative Specifications for Finish
Coat Portland Cement Stucco, C3-C-29T.
LATH AND PLASTER
9A-1
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.
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, Calif., A.C. Horn's "Hydra-
tite", .Sonneborn's "Hydrocide Powder", or approved equal.
Waterproofing admixture shall be added to all exterior
cement plaster scratch and brown coats in amounts re-
commended 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,
waterproof paper-backed stucco lath, "Aqua.-K-Lath" as
manufactured to K-Lath Corporation, or approved equal.
Where spacing of exposed framing or furring is more
than 16" o.c., furnish "Heavy-Duty Aqua K-Lath", or
approved equal.
i. Lath Tie Wire; #18 gauge galvanized soft steel annealed
wire.
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
reinforcement, 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 fur-
ring shall be #18 gauge galvanized annealed soft
steel tie wire or manufacturer's standard metal
lath fastening clips suitable for the purpose.
LATH AND PLASTER
. 9A-2 ';
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. Re-
move any damage or deteriorated materials from the site.
3.0 EXECUTION
3.1 APPLICATION OF LATH
a. Before applying lath, contractor shall inspect all sur-
faces to receive lath and assure himself that they are
in satisfactory condition.
b. Exterior Lath; Apply paper-backed stucco lath directly
over sheathing and framing members with 'approved fasteners
hereinbefore 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 reinforce-
ment, 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 sur-
faces shall match.existing adjacent surface.
3.3 WORKMANSHIP
a. Plastering shall be of the highest quality and finish.
Intersections of planes shall be sharp and accurate.
Plane surfaces 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.
LATH AND PLASTER
9A-3
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", and
shall be finished in texture matching existing surfaces.
The finishing of stucco with rubber floats will not be
permitted.
•
b. Scratch and brown coat.s 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' "Exterior California Stucco", U. S.
Gypsum's "Priental 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 hot 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", or in such
thickness as may be necessary to insure the full thick- .
ness of 7/8" or 3/4" or other thickness where shown as
LATH AND PLASTER
9 A-4
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
conforming to the requirements of this Section. Patch-
ing of defective 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 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
acceptance of the building by the Owner.
LATH AND PLASTER
9A-5*
SECTION 9B - DRYWALL CONSTRUCTION
The General Conditions and Division 1 apply to 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 gypsum
'wallboard construction (walls and ceilings), including
metal drywall stud system, ceiling suspension system,
furring and all accessories as shown and noted on the
drawings and specified herein.
1.2 GENERAL REQUIREMENTS
a. Provide gypsum drywall in conformance with requirements
of the Gypsum Associations "Recommended Guide for Gypsum
Drywall Construction".
b. Coordination and Cooperation; Without delay to progress
of the work, arrange and install work of this section in
secure, permanent manner when and as required to conceal
and/or connect with other work. Assure that all work of
other trades and required inspections thereof have been
accomplished before proceeding with this work.in any
affected area. Any work covered before inspections
have been made, shall be uncovered when and as directed,
at expense of this Subcontractor.
c. Code Requirements; The work of this section shall be
accomplished in accordance with the requirements of the
State Fire Marshal, The Underwriter's Laboratories Inc.
and the Government Code of the State of California, in-
sofar as they apply hereto.
1.3 PRELIMINARY WORK
a.. Framing to support drywall shall be checked for plumb
prior to applying this portion of the work. Face of all
framing members to receive gypsum board shall be on the
same plane in stud walls furring and ceilings. Nails
on face of framing members shall be driven flush with
framing.
2.0 PRODUCTS
2.1 MANUFACTURES
a. Gypsum Board and Accessories shall be as manufactured
by any member of the Gypsum Association and all such
. DRYWALL CONSTRUCTION
9B-1
materials shall be by one manufacturer insofar as possible,
Catalog names referred to herein are those of "United
States Gypsum".
2.2 MATERIALS.
a. Gypsum Board shall be "Firecode" Type III Grade X Class 1,
ASTM C-36 for all other partitions, walls and ceilings
except as noted.
b. Channel Studs: Minimum 25 gauge galvanized sheet metal,
legs about 1-1/4" long ami hemmed. Provide stud manu-
facturer's standard 25.gauge galvanized sheet metal, legs
about 1-1/4" long and hemmed. Provide stud manufacturer's
standard 25 gauge floor and ceiling track. Use 20 gauge
and 16 gauge, galvanized, as required.
c. Stud Height.: Gauge specified is minimum. Wherever re-
quired stud heights exceed local building code approval,
provide heavier gauge or additionally stiffened studs
and/or decrease stud spacing as is necessary to conform
to approvals of said Code Authorities, all at no extra
cost to Owner. Submit copies o-f Code approvals to Archi-
tect covering studs proposed for use.
^' Track; Minimum 25 gauge galvanized sheet metal in widths
corresponding to studs.
e. Furring Channels; USG, galvanized, 7/8" projection.
f* Screws; Self-drilling, self-tapping Phillips head No. 6
drywall screws recommended by wallboard manufacturer, 1"
and 1-5/8" length minimum, treated or plated against
corrosion.
g. Metal Trim and Corner Beads; Electro galvanized steel
as manufactured or recommended by drywall manufacturer
with corner beads at all outside corners and "J" shaped
trim members where abutting work of other trades.
h. Taping and Finishing Accessories; Manufactured or re-
commended by wallboard manufacturer. Provide perforated
tape, bedding and taping compound and topping compound.
2.3 METAL STUD PARTITIONS AND WALLS '
a. Partition Heights; Extend partition to ceiling height,
unless otherwise indicated.
b* Tracks; Anchor at least 1-1/4" ;Lnto concrete with bolts,
and expansion shields, sleeved ."Dryvins", cinch anchors,
. DRYWALL CONSTRUCTION
.9B-2
screws and load plugs, drilled and bolted shells, powder-
driven fasteners, or other approved device, spaced 2 feet
on centers and within 6 inches of ends. Concrete nails
are not acceptable.
c* Studs; Space studs at 16" on center unless noted other-
wise. Secure studs to floor track by friction fit, do
not use rigid connections. At ceiling, secure to track •
to allow for 1/2" deflection of slab or beam using slip
channels, shoe and wire tie connections, lapped and wire
- tied stud sections, or other approved method; fully de-
tailed top connections on shop drawings. Provide double
studs at both jambs of all openings more than 24" wide,
extending to structure above. Form heads and sills of
openings with track sections welded or bolted to jamb
studs, unless otherwise shown.
d. Crossbrace Brackets; Form by cutting stud sections to
produce 4" turned-up legs and secure to studs with
screws through each leg. Provide at electrical outlets
and back of all items of work installed on drywall parti-
tions with screws, except where steel backing -plates are
shown or required. Where through-bolted connections are
required, provide boxed cross-brace brackets, screwed
to face panels and studs.
• e. Workmanship; Erect work on straight lines, plumb and
true free of twists or-other defects and contacting a
10-foot straightedge for its entire length. Coordinate
installation of work with other trades.
3.0 EXECUTION
3.1 WALLBOARD INSTALLATION
a. Temperature Within Building; While drywall is being in-
stalled, maintain at not less than 65° F. Provide venti-
lation to eliminate excessive moisture.
b. Screws; Use zinc or cadmium plated self-tapping screws
supplied by wallboard manufacturer, minimum 1" long.
c. Walls; Install vertically, in 1-piece heights wherever
possible, vertical joints staggered so as not to occur
on directly opposite sides of same stud. Secure to each
stud and track with screws at 9" centers along all edges
keeping screws 3/8" from edges, and at 12" centers in
field.
DRYWALL CONSTRUCTION
9B-3
d. Taping and Finishing; Apply joint cement, 'tape and
finishing cement over all exposed joints, and others
as required for sound or fire rated construction. Apply
joint cement and two or more layers of finishing cement
over screwheads. Finish inside corners with joint cement,
tape and finishing cement. Finish outside corners with
gypsum wallboard metal corner reinforcement and finish-
ing cement. Provide "J" shape metal casing bead of all
edges of gypsum wallboard which abut ceiling, wall or
column finish and elsewhere as noted or required, such
- as opening, offsets, etc., unless noted otherwise. Joints
and attachments shall be non-apparent following applica-
tion of paint or other finishes.
e. Install Access Panels as supplied by the contractor or
from his subcontractors'in the walls and ceilings.
3.2 PATCHING AND REPAIR
a. New surfaces shall match and align with existing surfaces
for a smooth even and continuous surface.
3.3 CLEAN UP
a. Upon completion of the work of this section, remove all
excess materials, equipment, tools and debris resulting
from the work and leave the area broom clean.
DRYWALL CONSTRUCTION
9B-4*
SECTION 9C - JiCOUSTICAL TREATMENT
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 furnishirfg and installing of all suspended
acoustical ceilings including acoustical lay-in units,
acoustical tile and suspension systems, as shown and
noted on the drawings and specified herein.
2.0 PRODUCTS
2.1 MATERIALS
a. Acoustic Panels as manufactured by Celotex, U.S.G., Con-
wed or approved equal. 24" x 48" x 5/8" N.R.C. 60-70,
S'.T.C. 40-44 Factory 'applied washable white finish.
Pattern as selected by the architect.
b. Exposed Steel "T" Grid System by Chicago Metallic #500
Series or approved equal.
3.0 EXECUTION
3.1 INSTALLATION
a. Main Runners shall be at 4' o.c. They shall be hung from
#12 gauge Hanger Wires. Secure hangers from existing
metal deck in an approved manor. Cross "T"s at 2' o.c.
forming a 2' x 4' module. Install acoustical panels in
grid thus formed. Complete system shall be leveled to
1/8" in 12' in any direction.
b. Replace with new material or repair to like new condition
any tile or materials which are discolored, dirty, broken
or damaged. Leave on the job upon completion, properly
boxed and labeled 1 carton of Acoustical Panels of the
type used, for owners future repair and maintenance.
ACOUSTICAL TREATMENT
9C-1*
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 8-1/2" 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 bear-
ing 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.
PAINTING
9D-1
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 shall
match in color and texture exactly.
3.2 PREPARATION OF SURFACES
a. No painting or finishing shall be started until the sur-
.faces to be painted or finished are in proper condition
in every respect. Surfaces that cannot be properly pre-
pared 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 (fried"1 before
painting.
c. Holes, cracks and other imperfections in surfaces to be
painted shall be suitable primed and patched with a com-
pound recommended 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 parti-
cular painting system or coating specified.
e. All steel and ferrous metal surfaces to be painted will
be primed before installation as specified in the appli-
cable sections. Bolts, welds and places prime coat has
been damaged shall be wired-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 seal-
ed 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.
PAINTING
9D-2
h. All wood.rabbets and stops for glazing shall be primed
before glazing. Use waterproof clear varnish where adja-
cent 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 Archi-
tect in writing. Starting of work without such notifica-
tion will be considered acceptance by the Contractor of
the surfaces involved. Contractor will be required to re-
place any unsatisfactory "work caused by improper or defec-
tive surfaces, as directed by the Architect, at no addi-
tional cost to the Owner.
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 workmanship shall be of the highest quality
and to the complete satisfaction of the Architect. All
materials shall be applied in accordance with the manufac-
turer's directions, and materials shall be thinned only
for proper workability and in compliance with the manu-
facturer'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 succeed-
ing 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 installa-
tion, 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 in-
stallation 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
PAINTING
-9D-3
their respective trades. All interior plaster surfaces
shall hot be painted until all concrete and plaster sur-
faces iri the building have completely 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 in-
terior wet and dust-producing work is complete and dry,
and until the heating and ventilating system is in opera-
tion.•
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 compli-
ance with Manufacturer's instructions or'properly prepared
surfaces and foundation coats. .
(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.
Exterior Painting . •
(1) Ferrous Metal
First Coat
Second Coat
Third Coat
20 Red Lead Primer
248 Sash & Trim Primer
250 Sash & Trim Enamel
(2) Galvanized and Zinc Alloy Metals
First Coat
Second Coat
Third Coat
(3) Plaster
Two (2) Coats
25 Zinc Dust Primer
248 Sash & Trim Primer
250 Sash & Trim Enamel
1300 Stuc-0-Life
PAINTING
-9D-4
(4) Wood Doors
First Coat
Second Coat
Third Coat
248 Sash & Trim Primer
250 Sash & Trim Enamel
250 Sash & Trim Enamel
c. Interior Painting ;
(1)• Finish "EE" - Eggshell Enamel Wood Doors
First Coat
Second Coat
Third Coat
Metal
First Coat - Ferrous
Metal
Galvanized Metal
Second Coat
Third Coat
Concrete and DrywaljL
V
First Coat
Second Coat
Third Coat
975 Sinco Prime Undercoater
975 Sinco Prime Undercoater
2200 Porcelain Eggshell Enamel
20 Red Lead Primer
25 Zinc Dust Primer
975 Sinco Primer Undercoater
2200 Porcelain Eggshell Enamel
1770 Pigmented P.V.A. Sealer
975 Sinco Prime Undercoater
2200 Porcelain Eggshell Enamel
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
After Painting Work has been completed, make a detailed
inspection of paint finish and carefully remove spatter-
ings 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 pre-
mises and the entire project left in a condition accept-
able to the Architect.
PAINTING
9D-5*
SECTION 12A.- CARPETING
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 carpet
complete as shown and noted ori the drawings and specified
herein.
1.2 SAMPLES
a. Submit samples of the carpet, carpet pad and accessories
to the Architect for approval. No materials shall be
purchased until the Architect 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 the carpet furnished.
2.0 PRODUCTS
2.1 MANUFACTURER
a. All carpet shall be "Fanfare Indoor/Outdoor" as manufac-
tured by General Felt Industries or approved equal. Color
and pattern as selected by the Architect.
2.2 ADHESIVE
a. As recommended by manufacturer of the carpet.
2.3 CARPET ACCESSORIES
a. Carpet Strip; Roberts Smooth edge strips or approved
equal.
b. Trim Strip; Clamp-down type with nooks, extruded alumin-
ium in smooth or hammered surface, bronze anodized.
c. Vinyl Carpet Reducer; Mercer Plastic Company, color as
selected by Architect.
CARPETING
12A-1
3.0 EXECUTION
3.1 CONCRETE SLAB AND SUB-STRATA
a. Sub-strata must be ready -to receive installation; i.e.
repair and patch irregularities, clean thoroughly to be
free from dirt, grit, effluence, grease, moisture, etc.
3.2 INSTALLATION .
a. . Carpet shall be installed, wall to wall. Where designated,
using lengths and widths to minimize the placement of
seams in high-abuse traffic areas.
b. Securely fasten carpet binder bars to floor and carpet
wherever carpet meets different floor finish material or
within no threshold or other divider exists or at edges
not abutting a vertical surface.
c. Finish installation shall be free from tacks, scraps,
carpet ripples, scallops and puckers. All debris shall
be removed as required.
d. Each segment of the installation shall be allowed to
cure for a minimum of twenty-four (24) hours prior to
traffic use. Contractor shall apply an appropriate
protective cover until final acceptance by Owner.
3.3 GUARANTEE • .
a. A Written Guarantee with invoices shall be furnished to
the Owner covering materials and workmanship for a period
of one year from the acceptance of the work.
b. Correct Any Defects in materials or workmanship which may
appear during the guarantee period by repairing or re-
placing with new materials, or reinstalling the carpet
if necessary, all at no cost to the Owner.
CARPETING
12A-2*
SECTION 14A - DUMBWAITER
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 the dumbwaiter
complete, including all appurtenances and accessories, as
shown and noted on the drawings and specified herein.
1.2 DRAWINGS
a. Submit shop drawings for approval. These drawings must
be properly approved by the Architect or Owner before in-
stallation of the dumbwaiter.
1.3 PAINTING: ' •
a. All exposed metal work furnished in these specifications,
except as otherwise specified, shall be. properly painted
after installation by the Dumbwaiter Contractor.
1.4 PERMITS AND INSPECTIONS
a. The Dumbwaiter Contractor shall obtain and- pay for the
necessary state inspection and permits as required and
make tests as called for by the regulations of such
authorities.
1.5 MAINTENANCE
a. The Dumbwaiter Contractor shall furnish maintenance service
of the equipment for a period of twelve (12) months after
completion and final acceptance of the dumbwaiter. This
service shall include regular examinations of the installa-
tion during the regular working hours of the trade by com-
petent and trained employees of this Contractor; and shall
include all necessary adjustments, lubrication, cleaning,
supplies and parts to keep this equipment in operation,
except such parts made necessary by misuse, accidents or
negligence not caused by this Contractor.
1;6 GUARANTEE
a. All materials and workmanship shall be guaranteed by the
Dumbwaiter Contractor for a period of one year from the
DUMBWAITER
14A-1
date the equipment is turned over to use. Under this
guarantee any defects not due to ordinary wear and tear
or improper use shall be corrected without charge.
1.7 WORK BY OTHERS
Suitable hoistway enclosure including space for machine .
and controller. Pit for floor loading dumbwaiters. Hoist-
way enclosure to withstand the forces and loads resulting
from the use of the dumbwaiter. Supports for overhead
machine or sheave beams. Electric feeder wires for 208 V.
3 Phase 3 HP motor to the terminals of the controller with
an intervening fused cutout switch. Outlet in hoistway
with 110 volt circuit for car light and one convenience
outlet and switched light in machine space. Furnish with-
out charge the necessary current for tools, hoists, light-
ing and for starting, adjusting and testing the dumb-
waiter.
2.0 PRODUCTS
2.1 MANUFACTURER '
a. To establish the quality requirements for this work, dumb-
waiter indicated and specified is Montgomery Model 1421.
Equal dumbwaiters from D. A. Matot, Inc., Otis Elevator
Co. and Sedgwich Machine Works, Inc., are approved.
2.2 OUTLINE OF EQUIPMENT
. a. Furnish and install one Montgomery Model 1421 floor level
loading dumbwaiter. Capacity 500 Ibs. Speed 50 FPM.
Travel from 1st floor to 2nd floor, a distance of 9'-9".
Serving 2 landings and 2 openings. Openings on same side
of the hoistway. Power: 208 volts 3 phase 60 cycles.
Lighting supply 110 volts single phase. Machine location
overhead. (Note, restricted space available on plans.)
Type of machine Drum.
2.3 MACHINE
a. The machine shall be of the worm geared type with electric
brake and a. drum scored for the cables. The bearings are
to be high grade ball or roller type. The hoist motor
shall be of the single speed type. When beams for the
machine overhead sheaves are required, they shall be
furnished by the Dumbwaiter Contractor.
2.4 CAR
a. The car shall be 36" wide 36" front to back 48" high,
constructed of not less than 16 gauge steel for the
DUMBWAITER
14 A-2
sides, back and top. Car floor shall be 12 CA steel.
Finish of car shall be enamel. A flush light shall be
furnished in the car ceiling. Car floor shall be sloped
down 1/2" to prevent carts from rolling out.
2.5 CAR GATE
a. Car shall be equipped, on each open end with bi-parting,
carbon steel-enamel finish gate. Gate shall have perfora-
tion to make car light visible through vision panel of
hoistway door. Switch on car gate shall prevent opera-
tion of dumbwaiter when g*ate is open.
2.6 OPERATION AND CONTROL
a. To be full automatic call-send system with a full bank
of buttons numbered for each floor served, located at
each hoistway door opening. With the hoistway door and
car gate protective circuits established, momentary
pressure of the proper button shall call or send the car
to the desired floor where -it shall stop automatically.
b. The controller shall include non-interference relay, over-
load protection for the motor-and reverse phase relay
when electric power for the motor is 3 phase. A steel
cabinet to enclose the controller shall be provided and
mounted in the adjacent machine room at the 2nd floor.
2.7 SIGNALS (OPTIONAL)
a. Door Open Buzzer shall be provided on the car and shall
sound automatically when a pushbutton is pressed and a
hoistway door or car gate is open.
b. Combination Door Open - In Use Light shall be provided in
each pushbutton station to indicate when the car is. in
motion or a hoistway door or car gate is open.
c. Car Arrival Light and Chime shall be provided at each
hoistway door opening to indicate when the car arrives.
The light shall remain on until the door is opened or
until the car is called to another floor. The single
stroke chime shall sound when the car stops.
2.8 CABLES
a. To be of proper diameter and construction to meet or
exceed the factor of safety as required by code.
DUMBWAITER
14A-3
2.9 HOISTWAY ENTRANCES
a. Hoistway entrances shall be of the bi-parting type, com-
plete with 16 gauge steel combination frame and trim and
16 gauge steel sound deadened door panels. Sills for the
floor loading doors shall be 12 gauge reinforced steel.
The upper section of the door panels shall have a 3"
diameter viscon panel and a lift handle.
b. All entrances shall carry U/L labels.
•c. Finish for all entrances shall be as follows:
(1) Frames, baked enamel.
(2) Door Panels, baked enamel.
(3) Sills, baked enamel.
d. Locks and contacts operated by a stationary cam on the car
shall be provided for each hoistway door.
2.10 ACCESS DOOR
a. Machine access door shall be furnished in the adjacent
machine room complete with frame and all hardware. The
door shall carry U/L label. Finish shall be prime coat.
3.0 EXECUTION
3.1 INSTALLATION
a. These specifications cover the complete installation of
the dumbwaiter in accordance with the drawings and as
specified. All work and material shall conform to the
latest requirements of the State of California Elevator
Safety Orders, which may govern the requirements of the
installation.
b. Dumbwaiter complete shall be installed by the manufac-
turer or his authorized local representative in accordance
with the drawings, approved shop drawings and the manufac-
turer's specifications and printed installation instruc-
tions.
DUMBWAITER
14A-4*
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 installation, 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,
ordinances and regulations of the local government
having jurisdiction at the location of the work, in-
cluding 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 specifica-
tions, 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 jurisdiction.
(2) Safety Orders of the State Industrial Accident
Commission of California.
(3) American Gas Association (AGA).
(4) National Electric Code (NEC).
(5) County Health Department Ordinances.
PLUMBING
15A-1
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 arrange,- apply for and pay for*
all permits/ inspections, 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 com-
pletion 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, architec-
tural, 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 contract and prior to the instal-
lation of any materials. The submittal shall con-
sist of six identical copies, submitted to the Archi-
tect.
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.
PLUMBING
ISA-2
2.2 SANITARY SYSTEM
a. All new soil, waste and vent piping shall be "No-
Hub" service weight cast iron soil pipe and fit-
tings with stainless steel band clamps conforming
to Federal Specification WW-P-401 and/or type "DWV"
hard drawn copper tubing conforming to Federal Speci-
fication WW-T-799a above grade and type "L" hard
drawn copper tubing below grade with "DWV" cast brass
or wrought copper fittings conforming to ANSI B16.23
1953 with solder joints.
b. Vent flashings shall be "Semco" #1000-3 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 con-
forming 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 sol-
dered 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.
PLUMBING
15A-3
c. .Fixtures shall be as manufactured by American Stand-
ard, 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"x
43"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.
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, fit-
tings, 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 as
to keep all excavations for this work open as short
a time as possible. 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, ap-
paratus 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 conditions,
«•
PLUMBING
• • 15A-4
f. All piping, except as shown otherwise on plans or
as instructed otherwise by the Architect, shall
be run concealed 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 in-
spected inside and outside to see that there are
no defects or obstructions within same; all steel
pipe shall be thoroughly end-reamed and all burrs
shall be removed. Joints in screwed pipe shall
be made up ;.7ith 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, re-
ducing fittings 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 be-
fore a uniform coat on non-corrosive type sold-
ering flux is applied. The joint shall be made
promptly and surplus solder and flux shall be
wiped clean.
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 herein-
before under "Excavation and Backfilling".
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.
PLUMBING
ISA-5
3.2 TESTING
a. The new sanitary piping shall be hydrostatically
tested to a minimum of 10 feet head above the
highest inlet or minimum of 4 hours or longer as
necessary to make complete examination of the piping
under test. The systems shall be tight at all points.
••b. All new water piping shall be hydrostatically tested
to 125 psig at the highest outlet for a minimum of
4 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 com-
pletion.
b. Should any trouble develop during this period due to
defective materials or faulty workmanship, the Con-
tractor shall furnish all necessary labor and ma-
terials to correct the trouble without any cost,to
the Owner, and defective materials or inferior, work-
manship noticed at the time of installation and/or
during the Guarantee period shall be corrected im-
mediately to the entire satisfaction of the Owner
and the Architect.
PLUMBING
ISA-6
SECTION 15B - HEATING, VENTILATING AND AIR CONDITIONING
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 Heating, Ventilating and Air
Conditioning system. This shall include furnishing
of labor, materials, equipment and services together
with the installation, testing and adjusting neces-
sary to the satisfactory completion of all the Heating,
Ventilating and Air Conditioning work shown on the
•drawings or as herein specified.
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, in-
cluding 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 ma-
terials and installations shall conform to the appli-
cable requirements thereof:
(1) All State, County and Municipal ordinances
having jurisdiction.
(2) Safety Orders of the State Industrial Acci-
dent Commission of California.
(3) California Administration Code, Title 24.
(4) American Gas Association (AGA).
(5) National Fire Protection Association NFPA,
Pamphlet No. 13.
(6) National Electric Code (NEC).
HVAC
15B-1
(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 PERMITS AND FEES
a. This Contractor shall arrange, apply for and pay for
all permits, inspections, fees and licenses required
for this work by any legally constituted public author-
ity. 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, architec-
tural, civil and other drawings and to have accepted
such conditions as may be shown.
1.5 LOCATIONS
a. The locations of the Heating, Ventilating and Air Con-
ditioning work as indicated on drawings are approxi-
mate only, and the required final exact position of
same shall be verified with the Architect prior to
installation thereof. Locate and install all piping
and equipment in such manner and in such positions
as will maintain proper clearance around same. All
piping shall be run neatly and at right angles to the
structure. All changes in the location of piping,
ductwork and equipment shall be subject to the ap-
proval of the Architect.
1.6 ACCESSIBILITY
a. All equipment shall be installed so as to be acces-
sible for maintenance and adjustment. Special atten-
tion shall be given to motors, belts, air filters,
manual valves and control items.
HVAC
15B-2
"1.7 SUBMITTALS
A complete, bound and indexed submittal is required
on all equipment and ma-terial to be installed under
this section. Submittal shall be made within thirty
days after award of contract and prior to the instal-
lation of any materials. The submittal shall con-
sist of six identical copies, submitted to the Archi-
tect. The submittal shall be complete so that re-
peated mailings'are not necessary. The submittal
shall include sufficient descriptive literature,
ratings, sizes, drawings and information so that
suitability may be readily determined. All equip-
ment submitted shall be of dimensions that will fit
the available space, leaving as much room for access
and service as shown on the drawings. Shop drawings
shall, show size, location, service access, etc. These
drawings shall be fully dimensioned so that scaling
•the prints is not required to determine dimensions.
The Contractor shall be completely responsible for the
proper installation and operation of equipment. Ap-
proval of equipment by the Architect does not relieve
the Contractor of this responsibility. Any extra ma-
terial and/or equipment necessary for the proper opera-
tion shall be furnished by the Contractor.
1.8. SUBSTITUTIONS
The.Contractor shall submit for Architects' Approval
six copies of any proposed changes in material and/or
equipment. These changes will be approved only if
they are equivalent in the opinion of the Architect.
The Contractor shall be completely responsible for
the proper installation and operation of alternate
equipment, and approval by the Architect does not re-
lieve the Contractor of this responsibility. Any ex-
tra costs resulting from the substitution of materials
and/or equipment shall be assumed by the Contractor.
1.9 DISCREPANCIES
Any discrepancies found between the specification and
the drawings, or between drawings, or any contradic-
tory sizes or plate numbers describing the manufac-
turer's items, shall be brought to the attention of
the Architect before installation, purchasing, etc.,
and the Architect shall determine the proper items
to be used. Special attention shall be given to
KVAC
15B-3
voltage requirements and lighting arrangement. Any
conflict shall be called to the Attention of the Archi-
tect immediately. Any extra cost caused by neglecting
to verify all listed voltages and phases with electri-
cal plans shall be the responsibility of this section.'
1.10 COOPERATION WITH OTHER TRADES
a. This Contractor shall be responsible for providing any
and all information, drawings or layouts of equipment
or work under this section which might affect the work
of the other trades. All work will be coordinated
with other trades toward the purpose of having the
construction progress as rapidly and smoothly as pos-
sible.
1.11 PROTECTION OF MATERIALS AND EQUIPMENT
a.- This Contractor shall provide adequate means to ful-
ly protect all materials and equipment furnished
under this section from damage due to weather, con-
struction or any other cause. This Contractor shall
be responsible for providing adequate and proper
.storage facilities for his materials and equipment
and for covering all his equipment Which has been
placed in the building to prevent adhesion of plastic
concrete, lagging, over-spray, etc.
1.12 LABOR '
a. All labor shall be performed by skilled mechanics
under the supervision of a competent foreman in ac-
cordance with the best standards of practice of the
trade.
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 stand-
ard catalog product oi reputable manufacturers re-
gularly engaged in the manufacturing of each equip-
ment. 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 specifica-
tion. If approval is given when such items have not
HVAC
15B-4
been listed, removal of the equipment may be re-
quired.
2.2 DUCTWORK AND ACCESSORIES
a. All ducts shall be prime quality galvanized steel and
shall be lock forming quality -(LPG) with a galvanized
coating of 1-1/4 ounces to toal for both sides of 1
square foot of a sheet. Ducts for Dishwasher exhaust
system shall be stainless steel.
b. All branch ducts to diffusers shall have balancing
dampers. Dampers in diffusers shall not be used for
balancing.
c. Dampers shall be provided at all ducts branches from
the main ducts. Single blade dampers shall not be
used in ducts whose height exceeds 12 inches and width
exceeds 24 inches. Multiblade opposed action dampers
shall be used in larger ducts.
d. Flexible duct shall be factory-fabricated assembly,
consisting of galvanized spring steel wire helix,
covered with a continuous (non-perforated) air seal
liner, and wrapped with nominal l"-thick glass fiber
insulation, jacketed with vapor barrier jacket, fac-
tory-sealed at both ends. Flexible duct shall be
equal in quality to Type S.L. 0181-90A, Glass Flex.
2.3 INSULATION
a. Duct Insulation.
(1) All supply ducts as shown on drawings shall be
insulated with Johns-Manville "Microlite" or
accepted equal shall be PPG Industries fiber-
glass duct insulation with "FSK" foil skrim
kraft vapor barrier facing factory applied.
Insulation shall be 1 inch thick, 1 pound den-
sity.
(2) All return ducts shall be insulated as per sup-
ply ducts but vapor barrier facing may be omitted.
2.4 AIR DISTRIBUTION
a. Ceiling supply diffusers shall be Anemostat Series
RMD surface mounted, multiple core construction,
with core modules removable and rearrangeable to
HVAC
15B-5
adjust direction of throw of any portion of the
diffuser. Provide with opposed blade dampers.
Finish shall be factory applied white baked enamel.
b. Return air grilles shall be Anemostat Model X35H
horizontal blades at 1/2 inch centers.
c. Size, capacity and throw shall be as indicated on
the drawings.
d. Extractors: All supply diffusers, grilles and
registers shall be fitted with extractor or
deflector at all take off connections from ducts.
3.0 EXECUTION
3.1 DUCKWORK, INSTALLATION:
a. Ductwork fabrication and installation shall conform
to the recommendation of the latest Edition of the
Low Velocity Duct Construction Standards as published
by the Sheet Metal and Air Conditioning Contractors
' National Association, Inc.,'(SMACCNA). These stand-
ards, shall govern type of" seams and joints, rein-
forcing and supports, corner closures, duct hangers,
elbows, turning vanes (use double vane type), tapers
offsets, streamliners, branches from mains, tee con-
nections, register grille and ceiling diffuser con-
nections, and volume dampers.
b. Sheet Metal Installation: All necessary allowances
and provisions shall be made in the installation of
the ducts for the structural conditions of the
building, and ducts shall be transformed or divided
as may be required, and wherever necessary to do
this, the required area shall be maintained. All of
these changes, however, shall be approved and installed
as directed by the Architect. During the installa-
tion, the open ends of ducts shall be protected to
prevent debris and dirt from entering same. Con-
tractor shall install this work in accordance with
the approved progress schedule and in cooperation
with other Contractors so there will be no delay in
other trades.
c. All supply ducts shall be sealed airtight by covering
all duct joints with a 4" minimum width strip of 6
ounce canvas pasted on with lagging adhesive.
HVAC
15B-6
3.2 INSULATION INSTALLATION:
a. Duct wraps shall be installed by wrapping entirely
around the duct, and securing with 18 gage galvanized
annealed wire at not more than 12" centers. Duct
wrap shall lap not less than 2" at transverse joints
and not less than 6" at longitudinal joints. Insula-
tion on undersides of ducts more than 12" in width
•shall be secured to duct surfaces with an approved
adhesive. At.access doors, insulation shall be
neatly cut around doors and edges shall be secured
to door frame with an approved adhesive.
b. All duct dimensions shown on drawings are net clear
inside and shall be increased to accommodate lining.
3.3 TEMPERATURE CONTROLS:
a. Mechanical Contractor shall relocate existing thermo-
stats.
b. Low Voltage wiring shall be run in conduit-.
c. Low voltage wiring and connections thereto and low
•voltage conduit shall be furnished and installed under
the Mechanical section of the specifications.
3.4 TEST AND BALANCE:
a. The Contractor shall balance, adjust and test air
distribution systems as herein specified. All in-
struments used shall be accurately calibrated and
maintained in good working order. If requested, the
tests shall be conducted in the presence of the Archi-
tect and/or his representative.
b. Air balance and testing shall not begin until system
has been completed and is in full working order. The
Contractor shall put all heating, ventilating and air
conditioning systems and equipment into full opera-
tion and shall continue the operation of same during
each working day of testing and balancing.
c. Test and balance shall include an extended warranty
of 180 days, after completion of test and balance
work, during which time the Owner, at his discretion,
may request a recheck, or resetting of any outlet,
supply air fan or exhaust fan as listed in test re-
port. The agency shall provide technicians to assist
HVAC
15B-7
the Owner in making any test he may require during
this period of time.
d. Upon the completion of the air conditioning systems,
the Contractor shall compile the test data, and
submit 6 copies of the complete test data to the
Architect for evaluation and approval.
e. The Contractor shall perform the test on the air
systems and balance systems in accordance with the
requirements of the Associated Air Balance Council.
f. Air handling unit fan shall be increased in speed,
new pulleys shall be provided, if required, to obtain
sufficient supply air for this system modification.
3 . 5, RECORD DRAWINGS
a. This Contractor shall keep an accurate dimensional
record of the As-built locations of all work under
this section. This record shall be kept up to date
at all times on blue line prints as 'the job pro-
gresses and shall be available for inspections at
all items.
3.6 CLEANING OF EQUIPMENT AND PREMISES
a. This Contractor shall thoroughly clean all equipment
and apparatus and leave in satisfactory condition for
finish painting. If equipment has been supplied with
factory finish this Contractor shall also be respon-
sible for touch-up and/or refinishing if required.
During construction of the job, this Contractor shall
be responsible for clean up of cartons, scrap or de-
bris caused by his work.
3.7 GUARANTEE
a. The air conditioning Contractor shall guarantee all
new work and materials against defective workmanship
and materials for a period of one (1) year from date
of acceptance. All defects shall be remedied promptly
upon notice by the Owner, or upon becoming apparent
to the Contractor, at no additional cost to the Owner.
If Contractor fails to respond to notification of
defects within 10 days the owner may order the neces-
sary repairs made by others at the contractor's
expense.
*****
HVAC .
15B-8
SECTION 16A - ELECTRICAL
The General Conditions and Division 1 apply to the work of this
Section:
1.0 GENERAL
1.0 SCOPE
a, .Work Included; The work includes, but is not necessarily
limited to: -
(1) Complete modification to service entrance, panel-
board and feeder for power and lighting.
(2) Complete power and lighting branch circuit wiring,
including junction boxes, pullboxes, outlet boxes,
devices, materials and equipment for a complete
installation.
(3) . Telephone conduit as required.
(4) Light fixtures and lamps in fixtures.
(5) Complete line-voltage wiring to and connection of
electrical equipment provided under other sections,
including 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) Cleaning, patching, repairing and painting.
(9) Final inspection.
(10) Material and fixture submittals.
(11) Record (as-built) drawings.
(12) Tests.
(13) Perform all other work necessary for the complete
installation of all electrical work and fixtures.
ELECTRICAL
16A-1
b. Related Work Not in Contract; Telephones and wiring for
telephone system.
1.2 GENERAL REQUIREMENTS
a. The Contractor shall examine the site and satisfy him-
self as to conditions under which he will be obliged to
operate in performing his part of the work or that will
in any manner 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 operat-
ing from existing systems to permit tie with other cir-
cuits or equipment shall be made at least five (5) work-
ing 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 jurisdiction 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 3f "Basic Electrical Regulations, State Build-
ing Standards Electrical Code".
(2) National Fire Protection Association (NFPA) Publi-
cations No. 70, "National Electrical Code, 1971",
National Fire Code Volume 7, "Alarm and Special
Extinguishing Systems".
(3) National Electrical Manufacturers Association (NEMA)
Published Standards.
(4) Underwriters' Laboratories, Inc. (UL) Published
Standards.
(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
* ' ELECTRICAL
16A-2
as specified shall be noted as a substitution by
the Contractor. It shall be the responsibility of
the Contractor to bring any deviation from the spec-
ifications or plans to the attention of the Architect.
Refer to General Conditions, "Shop Drawings", and
"Samples" for additional requirements.
(2) Submittals shall include adequate information for
checking, including information showing compliance
with referenced standards and specifications. Each
item submitted shall be identified to appropriate
specification section and for location on the Draw-
ings .
(3) The Electrical Contractor shall check the shop draw-
ings for space requirements and conformance with the
drawings and specifications and shall mark his cor-
rections 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
equipment is used to facilitate checking by Architect.
Indicate gauge of enclosures, cross-section areas of
bus bars, current carrying capacity of components,
method and type of paint finish, plan and elevation
views, sectional 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.
ELECTRICAL
16A-3
(b) Circuit Breakers.
(c) Surface Wireways.
f. Operation and Guarantee of Electrical Systems; Demon-
strate in the presence of the Architect and Owner that
all portions of the electrical work are operating or are
in operating condition.
Guarantee all installed equipment, materials and workman-
" ship 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 notifica-
tion of the Owner or Architect at no additional cost, any
defects due to faulty materials, methods of installation
or workmanship.
g. Electrical Service: Electrical service is existing 120/
208 volt, three phase, four wire.
n* Te1ephone Service; Telephone service is existing.
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 recom-
mendations .
2.2 CONDUIT
a. Conduit shall conform to the following:
(1) Rigid Metal Conduit and Fittings: Hop-dip galvaniz-
ed or sherardized steel, with threaded connectors
and couplings.
(-2) Electrical Metallic Tubing and Fittings: Galvan-
ized steel with preinsulated steel compression
type connectors and couplings, T & B or equal.
(3) Flexible Steel Conduit: "Greenfield".
ELECTRICAL
16A-4
(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.
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 P., terminating in incandescent
lighting fixtures,' and installed through or into housings
containing ballasts shall be Type AVA.
2.5 WIRING DEVICES
a. Local Lighting Switches: 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 & Seymour, ivory toggles.
b. Duplex Convenience Outlets: Specification grade, ivory
grounded type, rated 15 amperes at 125 volts, Hubbell,
Arrow-Hart or Pass & Seymour.
c. Provide smooth ivory plastic plates for all interior
flush-mounted outlets. Sierra, no equal.
2.6 JUNCTION BOXES
a. Junction boxes, where exposed to the weather, shall be
weatherproof and rain tight, and shall be hot-dip gal-
vanized after fabrication. Provide weatherproof gaskets,
ELECTRICAL
16A-5
flat covers and galvanized or corrosion-resistant screws.
Provide 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 inter-
locks. Provide units fusible and nonfusible 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 10,000 A.I.C. circuit breakers.
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 panel-
board doors.
2.9 MAIN SWITCHBOARD:
a. Provide new circuit breaker in existing main switchboard
as indicated.
2.10 LIGHTING FIXTURES AND LAMPS
a. Install all lighting fixtures as described in the
Electrical 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.
ELECTRICAL
16A-6
e. Furnish lamps with each fixture of type, wattage and
voltage indicated. All lamps of each type shall be of
the same manufacturer.
f. For small incandescent general service lamps, furnish
inside 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 equipment installed under other sections, preserving
headroom and clearances, and keeping openings and pass-
ageways clear.
b. Carefully examine contract drawings:
(1) To verify that work can be installed without con-
flect; and
(2) To maintain close coordination with work under
other sections, particularly as to quantity, loca-
' tions, 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
dimensions are shown. Follow the drawings as closely
as possible.
b. Locate outlets for equipment by referring to shop draw-
ings, manufacturers' recommendations and measuring actual
equipment 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 installa-
tion of the outlets and equipment to avoid interferences.
ELECTRICAL
16-7
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 open-
ings to be left for the installation of this work, shall-
be furnished 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
electrical 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 completion. Equipment, panelboards, switches and
other devices shall be cleaned of foreign matter.
Finished surfaces shall be restored to their original
texture. P-late 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. .
ELECTRICAL
16A-8*
NEPTUNE & THOMAS ASSOCIATES
Architects and Engineers
April 18, 1975
ADDENDUM I
To the contract document for modification to the
Carlsbad City Library
Carlsbad, CA 92008 - '
GENERAL
The following amendments shall be made to the original bid
documents:
DRAWINGS
1. DRAWING SHEET E-l
Reference lighting fixture schedule; fixture type "A"
Lithonia 2F-440-A12 shall read "fixture type "A" Lithonia
2G-440-A12". .
2. DRAWING SHEET A-2 '
Reference door schedule; all wood doors shall be paint
grade natural birch.
3. SPECIFICATIONS
Section 6-A - CARPENTRY & MILLWORK
Add paragraph 3.6 reading as follows:
A. Catalog reference #'s used in casework hardware
schedule are "Hagar" as follows:
Cabinet door hinges #1026.
Magnetic catches #1438.
Door and drawer pulls #ALD 1077.
B. Casework materials shall be as called for in the
"W.'I'.C. Manual of millwork"; "economy grade" in
example paint grade plywood or- particle board.
4. Enclosed find page 5A-2 which was omitted from original
specification documents.
Page 1 of 1