Loading...
HomeMy WebLinkAboutVincent C Cramer General Contractor Inc; 1991-12-27; U/M 92-4* U TABLE OF CONTENTS Itern - P NOTICE INVITING BIDS CONTRACTOR’SPROPOSAL ........................................ BIDDER’S BOND TO ACCOMPANY PROPOSAL ........................... DESIGNATION OF SUBCONTRACTORS ............................... BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .................. BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 0 ........................................... .......... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................. CONTRACT . PUBLIC WORKS ...................................... LABOR AND MATERIALS BOND .................................... PERFORMANCEBOND ........................................... ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ................................. RELEASEFORM ............................................... SPECIAL, PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ TI. CONSTRUCTION SPECIFICATIONS ............................... 10/3/90 R ,* 64 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1; Carlsbad Village Drive (formally Elm Avenue), Carlsbad, California, until 4:OO P.M. on 4th day of November, 1991, at which time they will be opened and read, for perform the work as follows: e CITY OF CARLSBAD FIRE STATION #2 REMODEL CONTRACT NO. U/M 92-4 The work shall be performed in strict conformity with the specifications as approved by City Council of the City of Carlsbad on file with the Municipal Projects Department. r specifications for the work shall consist of the latest edition of the Standard SDecificatil of Public Works Construction, hereinafter designated as SSPWC, as issued by the South Chapters of the American Public Works Association. Reference is hereby made to specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-ow businesses. No bid will be received unless it is made on a proposal form furnished by the Purchas Department. Each bid must be accompanied by security in a form and amount requi by law. The bidder's security of the second and third next lowest responsive bidders n be withheld until the Contract has been fully executed. The security submitted by all ot unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days a: the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sect 22300), appropriate securities may be substituted for any obligation required by this nor or for any monies withheld by the City to ensure performance under this Contract. Sect 22300 of the Public Contract Code requires monies or securities to be deposited with City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 0 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 10/3/90 F 0 All bids will be compared on the basis of the Architect's Estimate. The estimated quanti are approximate and serve solely as a basis for the comparison of bids. The Architc Estimate is $175,000. No bid shall be accepted from a contractor who is not licensed in accordance with provisions of California state law. The contractor shall state their license nun expiration date and classification in the proposal, under penalty of perjury, pursuan Business and Professions Code Section 7028.1 5. acceptable for this contract: CLASS B, in accordance with the provisions of state lav If the Contractor intends to utilize the escrow agreement included in the cont documents in lieu of the usual 100/0 retention from each payment, these documents n be completed and submitted with the signed contract. The escrow agreement may no substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Aven Carlsbad, California, for a non-refundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any m irregularity or infonnality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute Contract shall be those as determined by the Director of industrial Relations pursuan the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.. the Labor Code, a current copy of applicable wage rates is on file in the Office of Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay than the said specified prevailing rates of wages to all workers employed by him or he the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provision: Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Cc "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will be held on September 24, 1991, 2 p.m. at the project site, located at 1906 Arena1 Road, Carlsbad, CA 92009. All bids are to be computed on the basis of the given estimated quantities of work indicated in this proposal, times the unit price as submitted by the bidder. In case discrepancy between words and figures, the words shall prevail. In case of an error in extension of a unit price, the corrected extension shall be calculated and the bids wil computed as indicated above and compared on the basis of the corrected totals. The following classifications 10/3/90 I 0 All prices must be in ink or typewritten. Changes or corrections may be crossed out typed or written in with ink and must be initialed in ink by a person authorized to sigr the Contractor. Bidders are advised to venfy the issuance of all addenda and receipt thereof one day p to bidding. Submission of bids without acknowledgment of addenda may be caus rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and mate: suppliers, in an amount equal to one hundred percent (100%) and fifty percent (SC respectively, of the Contract price will be required for work on this project. These bc shall be kept in full force and effect during the course of this project, and shall exten full force and effect and be retained by the City for a period of one (1) year from the I of formal acceptance of the project by the City. The Contractor shall be required to maintain insurance as specified in the Contract. additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. - 293 , adopted on the 3rd day of -Pr , 19%. &cz;= &.&- Artha L. && anz&<v Clerk . qL/ Date 10/3/90 a ... e- QTY OF CARLSBAD CONTRACT NO. CONTRACTOR’S PROPOSAL I_ L- * -- City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fun: all labor, materials, equipment, transportation, and services required to do all the worl complete Contract No. U/M 92-4 in accordance with the Plans and Specifications of City Qf Carlsbad, and -*e Special Provisions and that he/she will take in full paym therefore the following unit prices for each item complete, to wit: Item Description with Approximate Item Unit Price or Lump Sum Quantity unit - No. Price Written in Words and Unit Price Total 1 All labor, materials, . 0 tools, expendable equipment, utility, transportation services and all other services of whatever type or nature required to complete all phases of this project in conformity with the plans, specifications and other contract LUMP documents. SUM w # 10/3/90 E a I. Item Description with Approximate 0 - NO. Price Written in Words and Unit Price To tal Item Unit Price or Lump Sum Quantity Unit i- c _- - 0 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 3 has/have been received and is/are included in proposal. The Undersigned has checked carefully all of the above figures and understands that City will not be responsible for any error or omissions of the part of the Undersignec making up this bid. The Undersigned agrees that in case of default in executing the required Contract v necessary bonds and insurance policies within twenty (20) days from the date of awarc Contract by the City Council of the City of Carlsbad, the proceeds of the check or b( accompanying this bid shall become the property of the City of Carlsbad. 10/3/90 F 0 T smw cr The Undersigned bidder declares, under penalty of perjury, that they are licensed to business or act in the capacity of a contractor within the State of California and that t are validly licensed under license number 391 81 1 , classification B which expires on 7/31 /92 . This statement is true and correct and has the legal ef of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursi to the Business and Professions Code shall be considered nonresponsive and shall rejected by the City. 5 702&.15(e). In all contracts where federal funds are involved bid submitted shall be invalidated by the failure of the bidder to be licensed in accork with California law. However, at the time the contract is awarded, the contractor s be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: a - a 4 - L -- 1. That no Council member, officer agent, or employee of the City of Carlsba personally interested, directly or indirectly, in this Contract, or the compensatio be paid hereunder; that no representation, oral or in writing, of the City Coui its officers, agents, or employees has inducted Wher to enter into this Conti excepting only those contained in this form of Contract and the papers made a hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corpora making a bid for the same work, and is in all respects fair and without collusio fraud. Bid Bond e Accompanying this proposal is (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code w requires every employer to be insured against liability for workers' compensation c undertake self-insurance in accordance with the provisions of that code, and agree comply with such provisions before commencing the performance of the work of Contract and continue to comply until the contract is complete. .... .... .... .... .... 0 lo/ 3/90 6m. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Arti 2, relative to the general prevailing rate of wages for each craft or type of worker need to execute the Contract and agrees to comply with its provisions. 1 0 h IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor I .- (Street and Number) -_ City and State I (4) Zip Code Telephone No. -, - IF A PARTNERSHIP. SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signat must be made by a general partner) 0 (3) Place of Business (Street and Number) City and State Zip Code Telephone No. 10/3/90 I 0 CORPORATE ACKNOWLEDGMXXT(S) CALIFORNIA - STATE OF 55: -OF SAN DlEGO 01 this 20th by of DECEMBER , 19 qlbefore me the undersigned Notary Pt and for said State, personally appeared V.C. CRAMER personally know to me foF.pFeuew.taa BS!ZS”iTf 3Xfl?XC?rOTg evidence) to be the lndividualh) vho executed the vritt n instrument as President and on behalf of VfiNCENT C. CmkK, aNkKAL Lfi the corporation thereln named, and acknovledged to ae that such corporation executed the vfthin instrument pursuant to its by-: resolution of its board of directors. -- ..Y + IF A CORPORATION. SIGN HERE: 0 (1) Name under which business is conducted _- - (2) -I President * Title Impress Corporate Seal hc 4 California (3) (4) Place of Business Incorporeted under the laws of the State of I 3410 Dove Hollow Road, Olivenhain, CA ! (Street and Number) Olivenhain, CA City and State 61 9/756-0288 (5) Zip Code 9 7: o 7: 4 Telephone No. (6) CAL"S Certification: SDBE #88H4453 (see attached) 0 NOTAiUAL ACKNOIVLEDGEMENT OF EXECUTION BY ALL, SIGNATORIES MUST ATTACHED List below names of president, vice president, secretary and assistant secretary, i corporation; if a partnership, list names of all general partners, and managing partne Vincent C. Cramer - President Susan Madrid - Vice President L. Lynn Cramer - Secretary/Treasurer 0 10/3/90 1 $$ CCCCCCCCC TTTT DEPARTMENT 01 CCCCCCCCC TTTT Office of CCCC TTTTTTTTTTTTTT 1120 N Str CCCCCCCCC TTTT Sacramen CCCC TTTTTTTTTTTTTT CCCCCCCCC TTTT TTTT Telephoner CALTRANS This firm meets the TTTTTTTTT For FEDERAL AND STA Certification Number! 88H4453 And has been cert DISADVANTAGED BUSINE Issue Deter 05-09-91 Expiration Dater 04-92 Attentionr SUSAN MADRID 0 Certification Must Be ~~~~ VINCENT C. CRAMER, GENERAL CONTR., INC. 3410 DOVE HOLLOW ROAD OLIVENHAIN, CA 92024 IC i f, Of e Post in Public View----- ----- CERTIFICATION MUST BE RENEWED ANNUALLY ---- Business Phone Number: (419) 756-0288 It is your responsibility for - Apply for recertification on a timely basis. - Review this notiflcetion for accuracy and notify Caltrans in writing of any ne You have indicated you will perform, supply, or manufacture the following; C9801 BUILDING CONSTRUCTION 0 You have indicated you are willing to do the above in the following locations: 13 IMPERIAL 33 RIVERSIDE 37 SAN DIEOO 0 II ' ** I' I a I' I I i I I I I.*. p *Ob* I I I f I 1 I BIDDER'S BOND 'Kl ACCOMPANY.PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, as Surety are heid and firxnly bound unto the City of Carisbad, California, in an amoun follows: [must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executors 4 administrators, successcm or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE PQMGOfNG OBLIGATION IS SUCH that if the proposal of above-bounden Principal for; City of Carlsbad Fire Station #2 Remodel, Contract No. L 92-4, in the City of Carlsbad, is accepted by the City Council, and if the Principal shall c enter hta and execute a Contract including required bonds and insurance policies wir ten (IO) days fxom the date of award of Contract by the City Council of the Cit, Carisbad, being duty nolified of said award, then this obligation shd become null void; otherwise, it shall be and remain in €dl force and effect, and the amount speci herein shall be forfeited to the said City, VINCENT C. CRAMER, GENERAL CONTRACTOR as Principal, ad INSURANCE COMPANY OF TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYGINB BID (IO % of Bid) ..e. ,111 ..a. (*I* , S*bb ...* ++04 Ob** ***4 I. * 10/3/90 Z 1 :QRWMTE ACKNOWLEDOYE WB $Ut,QI California 01Ih*&-&yd Kc zA.2, I& bafcn n q& Hazel Lieberg mtmc€npedhbury-. Pwsowy aweusd Camryoc San Diego )ss. Leslie Hahn ffiw=w-@m 0 pcwed to me m tht ba% of satafactg cvdtncc to be uw pe!nm(s) wtlo cxtcuted the m rrstnmcnt &s Attorney-in-Fact nafneU. and rcknowredgedtome that the COrporotDn executed n or on Mof me corporabon mi WmLS my handd OMuat seal/ 7/ c- A&%&; ?I,? PL,,) ,- i Notary’s SIgnaWf’ I i , -‘ Am K)TARy. m w gd-m -t@ -S -‘id&- & r& of - -re fc vloL*s dnrrr TI& a Type of Ooarnent .pHsc€Rm WSTS€AllK+€D NYTtmf of peoes Dale of Dccunent ‘pOMC%XU+EM ESm8fzDNW sqce!qs)mefThanNameuA~ 0 WX?&~*MQQoH*5~*r*?O~?W*Cr, _-- . ~ . 7100-010 CORPORATE ACKNOwLEDGMX?T(S) CALIFORNIA - STATE OF -OF SAN DlEGO 55: On this 20th wy of DECEMBER , 19 -2lbefore me the undersigned Notary PI and for said State, personally appeared V.C. CRAMER personally known to me +-prwen.tei MfS-ff 3Xi3f%mo?f evidence) to be the lndlvldual(r0 wbo executed the Mitten instrument as President and on behalf of VINCENT C- CmMkK, btNtKHL cDli the corporation therein named, and acknowledged to ae that such corporation executed the vlthin instrument pursuant to Its by- resolution of its board of directors. L[;l / () ri I’ i [\\pf //i j/ ‘c / L 2- &C, x ,-~ , , --A’ a * / /; 1. t/ I$4 y,; ~I 1 Notary Public 're !* I T 1x1 the event Principal executed this bond as an individual, it is agreed that rhe death Principal shall not exonerate the Surety from its obligations under this- bond. Executed by SUREn this 3otb day of OCTOBER I 19 91 Exe uted by PfLINCIPAL, this 4 . vdv.i;.r.-l;/&~9"i1. day of -' PRINCIPAL: SURETY: v I NCENT C. CRAMER GENERAL CONTRACTOR INSURANCE COMPANY OF THE WEST I b Leslie Hahn Vincent C. Cramer -- (print name here) printed name of Attorney-in-Pact (attach corporate resolution showin current power of attorney) President Vincent C. cramer, General Contractor, Inc 0 fi- t - ,. (print name here) r - (title and organization of signatory) (Proper notarid acknowledge of execution by PRINCIPAL and SWTY must be attached.} President or vice-president and secretary or assistant secretaty must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary undex corporate seal empowering that officer to bind the corporation,} APPROXU AS TO FORM: VINCENT F. BIONDO, JR. City Attorney I ( By: KAREN J, HIRA'I'A Deputy City Attorney c e 10/3/90 Rev, I 1imuKniwJc umirniy x vr I LIE vvca I HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY a KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corpora authorized and existing under the laws of the State of California and having its office in the City of San Diego., California, does hereby nominate, constitute and its true and lawful Attorney(s)-in-Fact, with full power and authority hereby COI its name, place and stead, to execute, seal, acknowledge and deliver any and undertakings, recognizances Or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under c authority of the following Resolution adopted by the Board of Directors of COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februc wbich said Resolution has not been amended or rescinded and of which the foll true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Att Fact to represent and act for and on behalf of the Company, and either the Pr Secretary, the Board of Directors or Executive Committee may at any time re Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it fu name of and on behalf of the Company any and all bonds and undertakings as the bi the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and ! attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal t unto affixed and these presents to be signed by its duly authorized off INSURANCE COMPANY OF THE WESl 19th day of April, 1990. LESLIE HAHN JAMES H. WRIGHT RESOLVED: That the Attorney-in-Fact may be given full power to execute for (=jJ $*@rn%f0 % President 3 44am 1. ,@ -. c41~~o~14\' 0 STATE OF CALIFORNIA COUNTY OF SAN DIEGO '': On thislgth day of April, 1990 before the subscriber, a Notary Public 01 of California, in and for the County of Son Diego, duly commissioned and qual: BFRNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personall be the individual and officer described in and who executed the preceding inst! he acknowledged the execution of the same, and being by me duly sworn, deposeth that he is the said officer of the Corporation aforesaid, and that the seal aff: preceding instrument is the Corporate Seal of the said Corporation, and that Corporate Seal and his signature as such officer were duly affixed and subscr: said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, a obov e written * c),::I<: ..L 5' .'L Notary Public Mia Jt.'.td i,dUtiTY COUNTY OF SAN DIEGO '': I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF T hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a and correct copy, is in full force and effect, and has not been revoked. TN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and t ICW CAL 37(REV. 5/87) 0) * *4*c, 1 ,+' s jpwu-&&&-- Secretary a Corporate Seal of the Corporation, this 30th day of OCTOBER 19 91 m Q(!cpN+,/. - DESIGNATION OF SUBCONTRACTORS 0 _- The Contractor certifies he/she has used the sub-bids of the following listed Contrac in making up his/her bid and that the sub-contractors listed will be used for the work which they bid, subject to the approval of the Project Manager, and in accordance 7 applicable provisions of the specifications and Section 4100 et seq. of the Public Contl Code - "Subletting and Subcontracting Fair Practices Act." No changes may be mad these subcontractors except upon the prior approval of the Project Manager of the Cii Carlsbad. The following information is required for each sub-contractor. Additional p can be attached if required: - - ... Items of Complete Address Phone No. Work Full Companv Name with ZiD Code with Area Co Insulation y'63-0; Roofing {6f- c %-a- B&te--Tzd9 7W- 6 stucco W&2?gQLO/L 531- t 26s'- 3. qs-z - 'w - Drywall ' Pa &SZ6q 9s76 /- Ceramic Tile D:&- T& &- s4 9%/ Cfhz-2. Paint 6 3. He id Ud! F@// yz- 7- s Plumbing e&zh -4% 2 &%K7 av- j Electric DL;" E.4?&&4 SL4Ak4f-9 &%9 7 5G 7x57 *@- .*- g. ALL Na Acoustic 70 7/ *z/, Toilet Part. a u. SD 9 Lv 570 FYWA-7 kQ WAC vt Sfl 9z/// /4$r s. &SF@- 10/3/91 0 - 0 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the list subcontractors as part of the sealed bid submission. Additional pages can be attached required. - Type of State Contracting Carlsbad Business Amount of Bid - Full Companv Name License & No. License No.* I$ or %I __ s 36 13 7 a Y 3a 194 '6 36 I70 A ++ b 0 * Licenses are renewable annually. If no valid license, indicate "NONE." Valid Kcens must be obtained prior to submission of signed Contracts. 10/3/90 1 e n, VINCENT C. CMMER, GENERAL CONTRACTOR, INC. BALANCE SHEETS (UNAUDITED) October 31, 1990 and 1989 0 1990 1989 ASSETS Cash and money market funds - Note 2 $ 41,034 $ 72,663 Marketable securities - at lower of 21,648 32,941 Accounts receivable - Notes 1 €X 3 196,785 215,197 Accounts receivable - employee 3,107 2 l 801 Advance to shareholder - Note 5 12,993 850 CURRENT ASSETS cost or market - Note 2 Prepaid expenses 5,103 3,497 Prepaid income tax 1,357 - Refundable income tax 10,281 - Costs and estimated earnings in excess of billings on uncompleted contracts - Notes 16r 3 37,722 - TOTAL CURRENT ASSETS 330,030 327,949 PROPERTY, PLANT AND EQUIPMENT - at cost - less accumulated depreciation of $18,020 at October 31, 1990 and $19,919 at October 31, 1989 - Note 4 20,650 1,988 $ 350,680 $329,932 LIABILITIES AND SHAREHOLDERS' EQUITY $ 161,61: Accounts payable - Note 3 $ 185,408 Payroll and payroll taxes payable 7,289 1,891 Billings in excess of costs and CURRENT LIABILITIES 0 Contracts payable - Note 7 4,908 - estimated earnings on uncompleted contracts - Notes 1 and 3 - 14,25- Accrued pension plan contribution - Note 6 - Income taxes payable - Note 6 - 12,03 TOTAL CURRENT LIABILITIES 197,605 189,79: - Note payable - Daisy Cramer - Note 5 - 10,001 Contracts payable - Note 7 10,224 - Contingencies - Note 9 - - 207,829 199,79 SUAREWOLDER' S EQUITY Common stock - no stated value per share, authorized 100,000 shares, 2,000 shares issued and outstanding 1,134 1,13 Paid in capital - Note 5 31,166 31,16 Retained earnings 110,55l, 97 I 84 142.851 130,14 $ 350,680 $ 329.93 See accornpariyiiig notes arid accountant's review report. e BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY 0 Bidder submits herewith a statement of financial responsibility. - __ .... 0 10/3/90 0 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 0 The Bidder is required to state what work of a similar character to that included in proposed Contract he/she has successfully performed and give references, with telephi numbers, which will enable the City to judge his/her responsibility, experience and SI An attachment can be used. - 0 a 10/3/90 - - I I* .- NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMI'lTED WlTH BID - State of California 1 county of 1 ) ss. - , being first duly sworn, deposes - Vincent C. Cramer (Name of Bidder) and says that he or she is President (Title) .- of Vincent C. Cramer, General Contractor, Inc, (Name of Fk) -- the party making the faregoing bid that the bid is not made in the interest of, or on be of, any undisclosed person, partnership, company, association, organization, or corporat that the bid is genuine and not collusive or sham; that the bidder has not directl indirectly induced or solicited any other bidder to put in a false or sham bid, and has directly or indirectly colluded, conspired, connived, or agreed with any bidder or ani shall refrain from bidding that the bidder has not in any manner, directly or indire sought by agreement communication, or conference with anyone to fix the bid price, ( that of any other bidder, or to fix any overhead, profit, or cost element of advan against the public body awarding the contract of anyone interested in the prop contract; that all statements contained in the bid are true; and further, that the biddei not, directly or indirectly submitted his or her bid price or any breakdown thereof, 01 contents thereof, or divulged information or data relative thereto, or paid, and will not any fee to any corporation, partnership, company association, organization, bid deposi or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perj affidavit was executed on the rday of @ that the foregoing is tme and correct and that h3OVw , 1990. Subscribed and sworn to before me on the 4 day of hlOvlcvlchuf, 194\. (NOTARY SEAL) +jki(&G. hy&LbL- Signature of Notary 10/3/90 0 CONTRACT - PUBLIC WORKS /99/ This agreement is made PhisdTday of & , 299+by and between the C of Carlsbad, California, a municipal corpofation, (hereinafter called "City"), and whose principal place of business i Vincent C. Cramer, General Cont., Inc. 3410 Dove Hollow Road, Olivenhain CA 92024 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Conti documents for: City of Carlsbad Fire Station #2 Remodel, Contract No. U/M 4, (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, maten tools, equipment, and personnel to perform the work specified by the Cont: Documents. 3. Contract Documents, The Contract Documents consist of this Contract, No Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation Subcontractors, Biddeis Statements of Financial Responsibility and Tech Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans Specifications, the Special Provisions, and all proper amendments and char made thereto in accordance with this Contract or the Plans and Specificatic and all bonds for the project; all of which are incorporated herein by reference. Contractor, her/his subcontractors, and materials suppliers shall provide install the work as indicated, specified, and implied by the Contract Docume Any items of work not indicated or specified, but which are essential to completion of the work, shall be provided at the ContractoJs expense to fi the intent of said documents. In all instances through the life of the Conti the City will be the interpreter of the intent of the Contract Documents, and City's decision relative to said intent will be hal and binding. Failure of Contractor to apprise subcontractors and materials suppliers of this conditio the Contract will not relieve responsibility of compliance. 0 10/3/90 1 a Payment. For all compensation for Contractor's performance of work under t Contract, City shall make payment to the Contractor per Section 9-3 of Standard Specifications for Public Works Construction. The closure date for ei monthly invoice will be the 30th of each month. Invoices from the Contrac shall be submitted according to the required City format to the City's assip project manager no later than the 5th day of each month. Payments will delayed if invoices are received after the 5th of each month. The final retent amount shall not be released until the expiration of thirty-five (35) d following the recording of the Notice of Completion pursuant to California C Code Section 3184. Independent Investigation. Contractor has made an independent investigatior the jobsite, the soil conditions at the jobsite, and all other conditions that mi affect the progress of the work, and is aware of those conditions. The Conti price includes payment for all work that may be done by Contractor, whel anticipated or not, in order to overcome underground conditions. information that may have been furnished to Contractor by City at underground conditions or other job conditions is for Contractor's convenic only, and City does not warrant that the conditions are as thus indica Contractor is satisfied with all job conditions, including underground condit; and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall responsible for all loss or damage arising out of the nature of the work or f the action of the elements or from any unforeseen difficulties which may ark be encountered in the prosecution of the work until its acceptance by the C Contractor shall also be responsible for expenses incurred in the suspensior discontinuance of the work. However, Contractor shall not be responsible reasonable delays in the completion of the work caused by acts of God, sto weather, extra work, or matters which the specifications expressly stipulate be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves dig trenches or other excavations that extend deeper than four feet below the SUI Contractor shall promptly, and before the following conditions are distur notify City, in writing, of any: 0 4. 5. e 6* 7. 10/3/90 a A. Material that Contractor believes may be material that is hazardous wa: as defined in Section 251 17 of the Health and Safety Code, that is requi to be removed to a Class I, Class 11, or Class I11 disposal site in accorda. with provisions of existing law. Subsurface or latent physical conditions at the site differing from *th indicated. Unknown physical conditions at the site of any unusual nature, diffeI materially from those ordinarily encountered and generally recognizec inherent in work of the character provided for in the contract. 0 B. C. . City shall promptly investigate the conditions, and if it finds that the conditi do materially so differ, or do involve hazardous waste, and cause a decreast increase in contractor's costs of, or the time required for, performance of any. of the work shall issue a change order under the procedures described in contract. In the event that a dispute arises between City and Contractor whether conditions materially differ, or involve hazardous waste, or cause a decreas increase in the contractor's cost of, or time required for, performance of any of the work, contractor shall not be excused from any scheduled completion ( provided for by the contract, but shall proceed with all work to be perfon under the contract. Contractor shall retain any and all rights provided eithe contract or by law which pertain to the resolution of disputes and prot between the contracting parties. Channe Orders. City may, without affecting the validity of the Contract, o changes, modifications and extra work by issuance of written change orc Contractor shall make no change in the work without the issuance of a wri change order, and Contractor shall not be entitled to compensation for any e work performed unless the City has issued a written change order designatin advance the amount of additional compensation to be paid for the work. change order deletes any work, the Contract price shall be reduced by a fair reasonable amount. If the parties are unable to agree on the amour reduction, the work shall nevertheless proceed and the amount shal determined by litigation. The only person authorized to order changes or t work is the Project Manager. The written change order must be executed b! City Manager or the City Council pursuant to Carlsbad Municipal Code Set 3.28.172. e 8. 10/3/90 a Immigration Reform and Control Act. Contractor certifies he is aware of requirements of the Irnxnigration Reform and Control Act of 1986 (8 C Sections 1101-1525) and has complied and will comply with these requiremer including, but not limited to, venfylng the eligibility for employment of agents, employees, subcontractors, and consultants that are included in 1 Contract. Prevailing WaEe. Pursuant to the California Labor Code, the director of Department of Industrial Relations has determined the general prevailing ratt per diem wages in accordance with California Labor Code, Section 1773 an copy of a schedule of said general prevailing wage rates is on file in the offict the Carlsbad City Clerk, and is incorporated by reference herein. Pursuanl California Labor Code, Section 1775, Contractor shall pay prevailing wal Contractor shall post copies of all applicable prevailing wages on the job sit Indemnification. Contractor shall assume the defense of, pay all expense defense, and hde- and hold harmless the City, and its officers employees, from all claims, loss, damage, injury and liability of every kind, nai and description, directly or indirectly arising from or in connection with performance of the Contractor or work; or from any failure or alleged failur Contractor to comply with any applicable law, rules or regulations incluc those relating to safety and health; except for loss or damage which was caL solely by the active negligence of the City; and from any and all claims, 1 damages, injury and liability, howsoever the same may be caused, resul directly or indirectly from the nature of the work covered by the Contract, un the loss or damage was caused solely by the active negligence of the City. expenses of defense include all costs and expenses including attorneys fees litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the cont insurance against claims for injuries to persons or damage to property which 1 arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the type: 0 9. 10. 11. 0 12. coverages and minimum limits indicted herein: 10/3/90 a 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily inj and property damage. If the policy has an aggregate limil separate aggregate in the amounts specified shall be established the risks for which the City or its agents, officers or employees additional insureds. 0 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury property damage. Workers' ComDensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of State of California and Employers' Liability limits of $1,000,000 incident. 3. (B) ADDETlONAL PROVISIONS - Contractor shall ensure that the pokie insurance required under this agreement contain, or are endorsed contain, the following provisions. General Liability and Automo Liability Coverages: 1. The City, its officials? employees and volunteers are to be cow as additional insureds as respects: liability arising out of activj performed by or on behalf of the Contractor; products completed operations of the contractor; premises owned, lea hired or borrowed by the contractor. The coverage shall con no special limitations on the scope of protection afforded to City, its officials, employees or volunteers. The Contractor's insurance coverage shall be primary insuranc respects the City, its officials, employees and volunteers. insurance or self-insurance maintained by the City, its offic employees or volunteers shall be in excess of the contracl insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies s not affect coverage provided to the City, its officials, employee volunteers. Coverage shall state that the contractor's insurance shall ai separately to each insured against whom claim is made or su brought, except with respect to the limits of the insurer's liabi 10/3/90 I 0 2. 3. 4. 0 (C) "CLAIMS MADEf POLICIES - If the insurance is provided on a "claims ma( basis, coverage shall be maintained for a period of three years following t date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by t agreement shall be endorsed to state that coverage shall not be suspend1 voided, canceled, or reduced in coverage or limits except after thirty (C days' prior written notice has been given to the City by certified rnl return receipt requested. 0 (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - F deductibles or self-insured retention levels must be declared to E approved by the City. At the option of the City, either: the insurer 5k reduce or eliminate such deductibles or self-insured retention levels respects the City, its officials and employees; or the contractor shall proc a bond guaranteeing payment of losses and related investigation, Cli administration and defense expenses. (F) WWR OF SUBROGATION - All policies of insurance required under 1 agreement shall contain a waiver of all rights of subrogation the ins1 may have or may acquire against the City or any of its officials employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insur under its policies or shall furnish separate certificates and endorsements each subcontractor. Coverages for subcontractors shall be subject to a1 the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insui that have a rating in Best's Key Rating Guide of at least A:V, as specifiec City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City 'c certificates of insurance and original endorsements affecting cove] required by this clause. The certificates and endorsements for c insurance policy are to be signed by a person authorized by that insure bind coverage on its behalf. The certificates and endorsements are to b forms approved by the City and are to be received and approved by the before work commences. COST OF INSURANCE - The Cost of all insurance required under agreement shall be included in the Contractor's bid. 0 (I) (J) 10/3/90 1 0 13. Claims and Lawsuits. Contractor shall comply with the Government Tort Clai Act (Section 900 et seq of the California Government Code) for any claim cause of action for money or damages prior to filing any lawsuit for breacl- this agreement. Maintenance of Records. Contractor shall maintain and make available at no c to the City, upon request, records in accordance with Sections 1776 and 181: Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does maintain the records at ContractoJs principal place of business as sped above, Contractor shall so inform the City by certified letter accompanying return of this Contract. Contractor shall not@ the City by certified mail of change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing \ Section 1720 of the Labor Code are incorporated herein by reference. Securitv. Securities in the form of cash, cashier's check, or certified check 1 be substituted for any monies withheld by the City to secure performance of contract for any obligation established by this contract. Any other security is mutually agreed to by the Contractor and the City may be substituted monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purd order awarded by the City of Carlsbad, he will comply with the County of Diego Affirmative Action Program adopted by the Board of Supervisors, inch all current amendments. Provisions Required bv Law Deemed Inserted. Each and every provision of and clause required by law to be inserted in this Contract shall be deemed tc inserted herein and included herein, and if, through mistake or otherwise, such provision is not inserted, or is not correctly inserted, then upon applica of either party, the Contract shall forthwith be physically amended to make insertion or correction. a 14. 15. 16. 17. 0 18. .... .... .... .... 10/3/90 e CORPORATE ACKI?OWLEDGMEXT(S) CALIFORNIA - STATE OF -OF SAN DIEGO 55: On this 20th by of DECEMBER . 19 __ ?]before me the undersigned No personally know to me @+feu on behalf of VINCENT C* CmK, LtI'EKKl a14 for said State, personally appeared V.C. CRAMER ESWBf 3Xl3f'ECbFf evidence) to be the individual&) vho executed the vrltten instrument as President and the corporation therein named, and acknovledged to me that such corpor resolution of lts board of directors. Additional Provisions. Any additional provisions of this agreement are set fo in the "General Provisions" or "Special Provisions" attached hereto and madl part hereof. @ 19. 1 Vincent C. Cramer, General Contract02 NOTAEUAL ACKNOWLEDGEMENT OF Contractor EXECUTION BY ALL SIGNATORES MUST BE ATTACHED I Vincent C. Cramer (CORPORATE SEAL) 8 D APPROVED TO AS TO FORM: Pre- Title VINCENT F. BIONDO, JR. City Attorney By: OdQL - ATTEST: Deputy City Attorney t +4/5(. City Clerk 10/3/90 e BOND $120 I1 38 LABOR AND MATERIALS BOND a WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution 1 91-394 ,adopted December 10, 1991 , has awarded to Vincent C. Cramer, Ge (hereinafter designated as the "Principal"), a Contract for: Fire Station #2 Remod Contract No. 92-4, in the City of Carlsbad, in strict conformity with the drawings specifications, and other Contract Documents now on file in the Office of the City Cler the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the te thereof require the furnishing of a bond, providing that if Principal or any of t subcontractors shall fail to pay for any materials, provisions, provender or other sup€ or teams used in, upon or about the performance of the work agreed to be done, or for work or labor done thereon of any kind, the Surety on this bond will pay the same to extent hereinafter set forth. NOW, THEREFOM, WE, Vincent C. Cramer, General, Contractor Inc. as print (hereinafter designated as the "Contractor"), and INSURANCE COMPANY OF THE WEST - as Surety, are held firmly bound unto the City of Carlsbad in the sum of forti thousand eight hundred Dollars ($40,800.00 ), said sum being percent (50%) of the estimated amount payable by the City of Carlsbad under the te of the Contract, for which payment well and truly to be made we bind ourselves, our h executors and administrators, successors, or assigns, jointly and severally, firmly by t! presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his subcontractors fail to pay for any materials, provisions, provender, supplies, or teams in, upon, for, or about the performance of the work contracted to be done, or for any c work or labor thereon of any kind, or for amounts due under the Unemployment Insm Code with respect to such work or labor, or for any amounts required to be dedui withheld, and paid over to the Employment Development Department from the wag' employees of the contractor and subcontractors pursuant to Section 13020 of Unemployment Insurance Code with respect to such work and labor that the Surety pay for the same, not to exceed the sum specified in the bond, and, also, in case s brought upon the bond, costs and reasonable expenses and fees, including reasoi attorneys fees, to be fixed by the court, as required by the provisions of Section 32 the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corpora entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commei with Section 3082). 0 10/3/90 mATg OF CALIFORNIA m)sIvo: San Dicao m 0 Irf DECEMBER 1991 *kmeyeu h w8 .* &v d wm - h#scAMh v &l w turn of witomir. p-y - b - (a-prorrrr*-a?-n*---.C. e‘-* to k * P- * OXOC~M w rrittrr, bswumt a ’-’- OR be~f d d~ bporrtior, &hrrcn mnrrd & dno*ll(c *t eha bgor,tion r.rcv\d it. Gim *,-“r knd nd Ih. Uo~q &e 18th hr &EG 7-2-93 rOOonl An. 19 .-.. uy wmim orgin, *\ /- $< lid r i/ cll.rrm hw. t ~Ua1111~~0 - -_. CORPORATE ACKNOWLED-T(S) CALIFORNIA - 5s: ST’i’E OF UYJhTYOF SAN DlEGo ?]before me the undersigned Notary p personally known to me COC+MRb*. on behalf of VINCENT c* CmtK$ mPERHL Lo1 20th Day of DECEMBER I 19 - V.C. CRAMER On this and for said State. personally appeared ~ ~fi-af~~n~fi~ro~g evidence) to be the individual&) vh0 executed the witten Instrument as President and the corporation therein naaed, and acknovledged to ae that such CO resolution of its board of directors. LESLE S. HAWN NOTARY ?!‘?LE CF li FCRNlA In the event that Contractor is an individual, it is agreed that the death of any s7 Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this afi+fk Executed by SURETY this 18t h day o day of ?k@ PA~L~JVN , 19 a. DECEMBER ,19 2. b CONTRACTOR: SURETY: I VINCENT C. CRAMER, GENERAL CONTRACTOR, I NC 8 INSURANCE COMPANY OF THE WEST (Name of Surety) a Vincent C. eamer 1 (print name here) printed name of Attorney-in-Fact (attach corporate resolution shov current power of attorney) I President 8’ (title and organization of signatory) (sign here) 0 BY: (print name here) LI 1 (title and organization of signatory) 91 (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If onl! officer signs, the corporation must attach a resolution certified by the secrerary or assistant secretary 1 corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: VTNCE F. BEONDO, JR. City tto ey 1 By: LQ1k rqup KAREN J. HIRATA Deputy City Attorney a 10/3/90 BOND 6120 11 38 Premium: $2,040 e PERFORMANCE BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution 91-394 , has awarded to Vincent C. Crar General Contractor, Inc. , (hereinafter designated as the "Principal"), a Contract fc Fire Station #2 Remodel, Contract No. U/M 92-4, in the City of Carlsbad, in si conformity with the contract, the drawings and specifications, and other Cont Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of wl are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the te thereof require the furnishing of a bond for the faithful performance of said Contracl NOW, THEREFORE, WE, Vincent C. Cramer, General Contractor. Inc. , as Princi (hereinafter designated as the "Contractor"), and - as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of a one thousand, six hundred Do ($ 81,600.00 ), said sum being equal to one hundred percent (100%) of estimated amount of the Contract, to be paid to City or its certain attorney, its succes and assigns; for which payment, well and truly to be made, we bind ourselves, our h executors and administrators, successors or assigns, jointly and severally, firmly by tl , adopted December 10. 1991 INSURANCE COMPANY OF THE WEST presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contrac their heirs, executors, administrators, successors or assigns, shall in all things stand to abide by, and well and truly keep and perform the covenants, conditions, and agreem in the Contract and any alteration thereof made as therein provided on their part, ti kept and performed at the time and in the manner therein specified, and in all res1 according to their true intent and meaning, and shall indemnify and save harmless the of Carlsbad, its officers, employees and agents, as therein stipulated, then this obliga shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount spec therefor, there shall be included costs and reasonable expenses and fees, inch reasonable attorney's fees, incurred by the City in successfully enforcing such obligai all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition tc terms of the Contract, or to the work to be performed thereunder or the specificat accompanying the same shall affect its obligations on this bond, and it does hereby u notice of any change, extension of time, alterations or addition to the terms of Contract, or to the work or to the specifications. e 10/03/91 CORPORATE ACKNOWLEDGN?WHS) CALIFORNIA - STAl OF mf y OF ss: SAN Dl EGO by of DECEMBER , 19 ?]before me the undersigned Notary PU personally know to me WFmRAe4 on behalf of VINCENT C* CmtK, litmtKHL Lm 20th V.C. CRAMER On this and for said State, personally appeared e3fi-bf33flzfiTfi07f evidence) to be the individualW vho executed the Mitten instrument as President and the corporation therein named, and acknovledged to me that such COrpOrat resolution of Its board of directors. NOTARY PUB!.%CPLIFORNIA PRiFICfPAL OFFICE IN SAN DlEGO COUNTY WATL OF CALIFORNIA of San Oitao 8 .b DECEMBER 1991 bti.%&v@r .Irreuw -m - */.& qp *,&Sua of witomir 8-d @-Y - lo M fr-*oswr*-~-~*-~+ e'-* )o b. * P- * oxoww w writton bswumt k-'m M ww .t * b~atior, *@ran nrw H Anorr(a -t - brewrtior, .XO~.d it. 0'- Yr"r knd nd I~o NOU~ w - 18th br 4% AD. 18 --, . 7-2-93 w commitrior, .en, ", \ ~ '" 6 ' \;,/ k.W7 kub CCI u 81SItUAI) - -__ In the event that Contractor is an individual, it is agreed that the death of any SI Contractor shall not exonerate the Surety from its obligations under this bond. 0 Executed by SURETY this 1 8t h day c 3 DECEMBER ,193. 1 CONTRACTOR: SURETY: VINCENT C, CRAMER, GENERAL CONTRACTOR, INSURANCE COM PANY OF THF WFST (Name of Surety) 7 By: S 1; , Vincent C. Crmer JAh++Am i Gm- printed name of Attorney-in-Fact (attach corporate resolution shov current power of attorney) i (print name here) President (title and organization of signatory) By: a (sign here) e f 6 (print name here) E (title and organization of signatory) ! (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must slgn for corporations. If od officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary 1 corporate seal empowering that officer to bind the corporation.) P a APPROVED AS TO FORM: F. BIONDO, 3R. Ci Atto ey wDAQ.Q By: L KAREN J. HIMTA , z 2L e Deputy City Attorney ( 141* 10/3/90 INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporal authorized and existing under the laws of the State of California and having its office in the City of Son Diego, California, does hereby nominate, constitute and its true and lawful Attorney(s)-in-Fact, with full power and authority hereby con its name, place and stead, to execute, seal, acknowledge and deliver any and 4 Undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under a authority of the following Resolution adopted by the Board of Directors of COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februc which said Resolution has not been amended or rescinded and of which the follc true, full, and complete copy: “RESOLVED: That the President or Secretary may from time to time appoint Attc Fact to represent and act for and on behalf of the Company, and either the Prc Secretary, the Board of Directors or Executive Comnittee may at any time re Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it ful name of and on behalf of the Company any and all bonds and undertakings as the bt the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and : attested by the Secretary.” IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal t unto affixed and these presents to be signed by its duly authorized off INSURANCE COMPANY OF THE WESl 19th day of April, 1990. 8 LESLIE HAHN JAMES H. WmGHT RESOLVED: That the Attorney-in-Fact moy be given full power to execute for 0 3 ,,wOQh F I President + Be, \ ,9+ 2 STATE OF CALIFORNIA C4iaonn\’ COUNTY OF SAN DIEGO SS: On thislgth day of April, 1990 before the subscriber, a Notary Public 01 of California, in and for the County of San Diego, duly comnissioned and qualj BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personal1 be the individual and officer described in and who executed the preceding insti he acknowledged the execution of the same, and being by me duly sworn, that he is the said officer of the Corporation aforesaid, and that the seal off: preceding instrument is the Corporate Seal of the said Corporation, and that Corporate Seal and his signature as such officer were duly affixed and subscr: said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have.hereunto set my hand and affixed my Official Seal, a deposeth of Sa% ~~~~~~~~~~~~=~=~B~r~~~ above written - F-IC ‘I 5‘ LL 3 2 4 TnA-%x-cw-%-k=.,vw Notary Public 2 J>,JiiS E. ;i<E3i;:3;1E NOI; E” PL:.‘L CAL’:O 1Y’4 fP,‘,Z ‘A- ’./ F i: ‘id SA?. 3t4J LLW‘a-Y 2 l)Pl>lSSh;7 ;X$ IL”? d I?!: 5 COUNTY OF SAN DIEGO SS: I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF T hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and ICW CAL 37(REV. 5/87) (f=J 5 *4*cn \ R p”- C+’ ecretary e Corporate Seal of the Corporation, this day of 19 g”,p”*rr, *c //I ~ f4C/FORN\’ / OLIVENHAINt CA. 92024 99 74 ?1A 14' Agent IP To: COVERAGE NOT AUTO COVERED LIABILITY - COVERED c] Owned @ Hired 0 Non-Owned E 0 Contingent Liability Employer's Non-Ownership B *LIMIT(S) INCLUDE(S) BOTH PRIMARY AND EXCESS (if excess applicable) Ea Single Limit Liability for Coverages checked above GENERAL LlABlLlN M&C-OLT Owners & Contractors Contractual * Elevators Completed Operations c] Products and/or 4 a Single Limit Liability for Coverages checked m above HX Cargo COMBINED LIMITS OF LIABILIN Bodily Injury $ ,000 eact $ ,000 eact ,000 eact Property Doma9e $ $ 1 I000,000 eacl Bodily Injury $ ,000 eac $ ,000 eac $ ,000 ;: $ ,000 ;: $ 11 000,000 ;; Property Damage $ ,000 eoc $ 1 I 000.000 eat $ ,000 eat ,000 eac $ 0 DeTziion 0 E:- YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY - PETER I INS U RAN AUTO- COVERED :oB'LES' t SAN DIEG( 1479 13 28 Umbrella Liabi I ity POLICY NUMBER $ 10, 000 re $ ltOOOtOO0 ea( $ 1,OOOtOOO ag! FARMERS INSURANCE GROUP The following ore inter-insurance exchanges sometimes referred to in the policy, when issued by either of them, as the Company: 1. Farmers insurance Exchange 2. Truck Insurance Exchange Los Angeles, California Los Angeles, California The following is o stock company referred to in the policy, when issued by it, as the Company: 3. Mid-Century Jnsurance Company LOS Angeles, California EXCESS INSURANCE A - Mid-Century Insurance Company Los Angeles, California B - tloyds, London and/or Companies in England c/o Walker & Co. Los Angeles, California C - Lloyds, London and/or Companies in England c/o Excess Underwriters Chicago, I I1 i nois D . Other .d 0 ADDITIONAL INSURED ENDORSEMENT Reference is made to thp attached Certificate as To Evidence of Insurance. It is agreed that: The person or organization to whom the attached Certificate is issued is an additional insured. This applies or to liability arising out of the acts or omissions of the named insured. It applies only to the coverages in( Certificate. This extension of coverage does not apply: 1. To liability arising out of the negligence of the additional insured, its agents or employees, unless the age 2. To any defect of material, design or workmanship in any equipment of which the additional insured is the 3. To any vehicle liability when the named insured is not the owner or does not have care, custody, or control The intent of this endorsement is to provide the coverage as stated above and in the Certificate. If any cour this endorsement to provide coverage other than what is stated above then our limits of liability shall be the iniury liability and property damage liability specified by any motor vehicle financial responsibility law of the or territory where the named insured resides. If there is no such law, our limit of liability shall be $5,000 bodily injury sustained by one person in any one occurrence and subject to this provision respecting each pt on account of bodily injury sustained by two or more persons in any one occurrence. Our total liability for a cause of all property damage sustained by one or more persons or organizations as the result of any one o not exceed $5,000. This endorsement does not increase the coverage limits. 0 9 is the named insured. manufacturer, mortgagee, or beneficiary. . This endorsement becomes part of the policy to which it is attached and supersedes and controls anything in the policy contrary herel subject to the Declarations, Insuring Agreements, Exclusions and Conditions thereof. 1ADDlTlONAL INSURED END.) 62 ~6.~108 ~TH EDITION 7-88 1201 sn 1000 e a AMOUNT OF INSURANCE PERILS OLD RATE NEW RATE FIRE ECE RETURN P ADDITIONAL PREMIUM THIS CERTIFICAlE IS ISSUED AS A MATTER OF INFORMATION ONLl NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE D EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES B T*"i su R BNC E ACE hi g: Y c 5TEIIENS 4VE. p "-1.l;i LAN&. EEfi,CQ c x Llk c 7 5 ..i . - COMPANIES AFFORDING COVERAGI CoMPANyA -cptllt LETTER fc,, L.UL1C INDWVi!IY co. COMPANY LETTER B NCENT @. CRAPER 3 CkNI;R,'st COMPANY C@$$-r:R$*,C*f3P i Id@ rl , LETTER c COMPANY D 34.10 g(-jVE H;-t!JQJ %E, oe f VENKP-1 -j pd @g, 9 5 0 ;i: Li LETTER ALL LIMITS w POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER DATE (MMIDDNY) DATE (MMIDDIYY) GENERAL AGGREGATE MERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGRE CLAIMS MADE OCCUR. PERSONAL & ADVERTISING IN. WNER'S & CONTRACTOR'S PROT. EACHOCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one pt SINGLE $ LIMIT INJURY $ MOBILE LIABILITY COMBINED ALL OWNED AUTOS BODILY SCHEDULEDAUTOS' (Per person) HIRED AUTOS BODILY INJURY $ (Per accident) GARAGE LIABILITY THER THAN UMBRELLA FORM 9 <- tb$13t52i& -. -. ___" I . - ?- --, ._r - 28- p?oi"lC"f-; "::RE I S'?-A?-E 2:,2 ,$z$v.;>Q?i. - yg-4 F'RACT jqga z,*'p;32- 5 3" 1 r A, - c- 5 QF \I.,JL ir;;,"., 8' r!qSW;aE:3 -- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WII -s 3F cARi5gpr; LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR I @.La,B r.3, 9;3$c;1 1 HOWELL, MURRfA 8 FRICK NSURANCE AGENCY 0 STEVENS AVE., a115 LANA BEACH CA 92075 COMPANIES AFFORDING CBVERAG COMPANY LETTER A REPUBLIC INDEMNITY CO. COMPANY LEITER B V I NCENT C. CRAMER, GENER,AL 3410 DOVE HOLLOW RD. OLIVENHAIN CA 92024 COMPANY B LETTER COMPANY LETTER E NDlTlONS OF SUCH POLICIES. LiMlTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -X EXCLUSIDNS POLICY NUMBER ALL LIMITS u GENERAL LIABILITY ENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR. PERSONAL &ADVERTISING IN EACH OCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one p COMBINED SINGLE $ OWNER'S & CONTRACTOR'S PROT. 1 AUTOMOBILE LIABILITY ANY AUTO LIMIT ALL OWNED AUTOS BODILY SCHEDULED AUTOS HIRED AUTOS GODILY NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY ~ iNJURY $ (Per person) INJURY $ DAMAGE OTHER THAN UMBRELLA FORM EMPLOYERS' LIABILITY DESCRIPTION OF OPERATlONS/LOCATlONS/VEHICLES/SPECIAL ITEMS PROJECT: FIRE STATION #:2 REMODEL. CONTRACT NO. U/M92-4 ALL OPERATIONS OF THE INSURED - STATE OF ChLIFORNIA EXPIRATION DATE THEREOF, THE ISSUING COMPANY WII CITY CLERK CARLSGAD CA 92003 c ..a t (2 \ '.,. i >, i; 1 zfi5 .i g ;4 ;;:I T ?< -4 5 ;& 1 y-1 z ?j f?; i 1.' 7 L.2 .Jj .L, 3 f) fi ,e, 5 { :s 1.K ! .-7i-, z 7 g ,r; ';3 ,&, 3 I .J. -I ; -?I;< ,02 .f ; I L1MiICIi4 i 2 I J E; Gq3H .j!.:d' $[2q.j:j , 5; 0-. . r; . ,J "i r :4 Q -! I: ,li g '! 1 :gj<-; J _i r.:;.i 3 5j fJ i'; [') 1 #?I E{ i/q : 1 {J I, ; 2 \ 0 i ij 4 '\ J :'i I.., ?J ,i 3 1 r.1 & <? c.12 cj ' 0 0 0 , i <oou I f , El 0 t! t i , . i :$ cf {?pa "3 5 :; t ti; i? i f. :?,, f 73 '-f '2 j '; ; 7' 'j 3 ._. ~. ! .I .2{ .:: .' i; I .- . ':-I Lq <*; ; 7 ,+ ;-: 3 -! ? ' /i .. I.,. . '3 { J F. ,:J '.? f, 74 T it* 7 ...; __ , 3.. .. ,' ' .: ,5 7f 3 J -3; 'y j ,; .'"i..l :iJ;l -f ,j i y :gA:j::"j;,J&:J p <A '7 fL' ,A, !;. .-. . ,. __ -- :;? f 0 ;I' ; . :4 1 ( i - ' _% _. . ,, a .. ._ ! .. OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS M LIEU OF RETENTION 0 This Escrow Agreement is made and entered into by and between the City of Carls' whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereina called "City" and wh address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent ai as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the op to deposit securities with Escrow Agent as a substitute for retention earn required to be withheld by City pursuant to the public works contract entc in amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attache Exhibit "A". When Contractor deposits the securities as a substitute for Cont earnings, the Escrow Agent shall notify the City within ten (10) days of deposit. The market value of the securities at the time of the substitution s be at least equal to the cash amount then required to be withheld as reten under the tern of the Contract between the City and Contractor. Securities s be held in the name of City of Carlsbad and shall designate the Contractor as beneficial owner. Prior to any disbursements, Escrow Agent shall verify that present cumulative market value of all securities substituted is at least equz the cash amount of all cumulative retention under the terms of the Contrac The City shall make progress payments to the Contractor for such funds w otherwise would be withheld from progress payments pursuant to the Con provisions, provided that the Escrow Agent holds securities in the form amount specified above. Alternatively, the City may make payments directly to Escrow Agent in amount of retention for the benefit of the City until such time as the esc created hereunder is terminated. into between the City and Contractor for 0 2. 3. 10/3/90 e 4. Contractor shall be responsible for paying all fees for the expenses incurred Escrow Agent in administering the escrow account. These expenses any paym terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held escrow and all interest earned on that interest shall be for the sole accoun Contractor and shall be subject to withdrawal by Contractor at any time and Er time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in Escrow Account only by written notice to Escrow Agent accompanied by wril authorization from City to the Escrow Agent that City consents to the withdra of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of defaul the Contractor. Upon seven (7) days written notice to the Escrow Agent f the City of the default of the Contractor, the Escrow Agent shall immedia convert the securities to cash and shall distribute the cash as instructed by City. Upon receipt of written notification from the City certifying that the Contra has complied with all requirements and procedures applicable to the Conn Escrow Agent shall release to Contractor all securities and interest on deposit escrow fees and charges of the Escrow Account. The escrow shall be clc immediately upon disbursement of all monies and securities on deposit payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement the City and Contractor shall hold Escrow Agent harmless from Escrow Age release and disbursement of the securities and interest as set forth in Sectioi thru 8 and 10. 0 5. 6. 7. 8. 0 9. e... .... .... .... .... .... 10/3/90 a 10. The names of the persons who are authorized to give written notices 01 receive written notice on behalf of the City and on behalf of Contract01 connection with the foregoing, and exemplars of their respective signatures as follows: For City: Title 0 Name Signature Address . For Contractor: Title Name Signature Address For Escrow Agent: Title 0 Name Signature Address 10/3/90 a At the time the Escrow Account is opened, the City and Contractor shall deliver to Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper offi on the date first set forth above. For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title 0 Name Signature Address 0 10/3/90 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensat of whatever nature due the Contractor for all labor and materials furnished and for work performed on the above-referenced project for the period specified above with exception of contract retention amounts and disputed claims specifically shown belov RETENTION AMOUNT FOR THIS PERIOD: $ 0 DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may h: of whatever type or nature, for the period specified which is not shown as a reten1 amount of a disputed claim on this form. This release and waiver has been r voluntarily by Contractor without any fraud, duress or undue influence by any persoi entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, work due Subcontractors for the specified period have been paid in full and that the pa signing below on behalf of Contractor have express authority to execute this release. DATED: 0 PNNT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: Title: By: Title: a 10/3/90 SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCITON e 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of sim import are used, it shall be understood that reference is made to the plans accompany these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are usec shall be understood that the direction, designation or selection of the Engineer is intenc unless stated otherwise. The word "requiredq and words of similar import shall understood to mean "as required to properly complete the work as required anc approved by the Project Manager," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar im are used, it shall be understood such words are followed by the expression "in the opi of the Engineer," unless otherwise stated. Where the words "approved," "appro "acceptance," or words of similar import are used, it shall be understood that the apprc acceptance, or similar import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expc shall perform all operations, labor, tools and equipment, and further, including furnishing and installing of materials that are indicated, specified or required to mean the Contractor, at her/his expense, shall fumish and install the work, complete in placc ready to use, including furnishing of necessary labor, materials, tools, equipment, transportation. a a 10/3/90 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved representatil 24 CONTRACrrBONDS Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bc (Material and Labor Bond) shall be for not less than 50 percent of the contract prk satisfy claims of material suppliers and of mechanics and laborers employed by contra on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by Contractor during the course of this project. Both bonds shall extend in full force effect and be retained by the City for a period of one (1) year from the date of for acceptance of the project by the City. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the Standard Specifications for Public WI Construction, 1985 Edition, the 1986 supplement, and the January, 1986 Standard Spt Provisions, hereinafter designated SSPWC, as issued by the Southern California Chaptt the American Public Works Association, and these General Provisions. The Construction Plans consist of eight (8) sheets designated as City of Carlsbad Drat No. 90-1965. The standard drawings utilized for this project are the latest edition oi San Dieno Area Redona1 Standard Drawins, - hereinafter designated SDRS, as issuec the San Diego County Department of Public Works, together with the City of Carl: Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed 1 these documents. To Section 2-5.3, Shop Drawings, add: a 10/3/90 Where installation of work is required in accordance with the product manufacture direction, the Contractor shall obtain and distribute the necessary copies of st instruction, including two (2) copies to the City. To Section 2-5, add: 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set transparent sepias, which shall be corrected daily and show every change from the origi drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmf underground piping, valves, and all other work not visible at surface grade. Prints for 1 purpose may be obtained from the City at cost. This set of drawings shall be kept on job and shall be used only as a record set and shall be delivered to the Project Mana upon completion of the work. 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1 , tnspection Requirements, General, add: All work shall be under the observation of the Project Manager or his appoir representative. The Project Manager shall have free access to any or all parts of wor! any time. Contractor shall furbish Project Manager with such information as may necessary to keep her/him fully informed regarding progress and manner of work character of materials. Inspection of work shall not relieve Contractor from any obligai to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of tes materials and/or workmanship where the results of such tests meet or exceed requirements indicated in the Standard Specifications and the Special Provisions. The of all other tests shall be borne by the Contractors. At the option of the Project Manager, the source of supply of each of he materials sha approved by him before the delivery is started. All materials proposed for use ma: inspected or tested at any time during their preparation and use. If, after trial, it is fa that sources of supply which have been approved do not furnish a uniform product, the product from any source proves unacceptable at any time, the Contractor shall fur approved material from other approved sources. After improper storage, handling or other reason shall be rejected. 10/3/90 a All backfill and subgrade shall be compacted in accordance with the notes on the plans a the SSPWC. Compaction tests may be made by the City and all costs for tests that ml or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Proj Manager. The costs of any retests made necessary by noncompliance with 1 specifications shall be borne by the Contractor. Add the following section: 4-1.7 Nonconformina Work The contractor shall remove and replace any work not conforming to the plans specifications upon written order by the Project Manager. Any cost caused by reason this nonconforming work shall be borne by the Contractor. 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known recol endeavored to locate and indicate on the Plans, all utilities which exist within the lin of the work. However, the accuracy of completeness of the utilities indicated on the PI is not guaranteed. 54 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including sen connection, desired by the Contractor for his/her own convenience shall be the Contract own responsibility, and he/she shall make all arrangements regarding such work at no ( to the City. If delays occur due to utilities relocations which were not shown on the PI; it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other partie: relocate utilities which interfere with the construction, the Contractor, upon request to City, may be permitted to temporarily omit the portion of work affected by the utility. ' portion thus omitted shall be constructed by the Contractor immediately following relocation of the utility involved unless otherwise directed by the City. 0 e 10/3/90 F ' 6-1 CONSTRUCI'ION SCHEDULE Modify this section as follows: Aconstruction schedule is to be submitted by the Contractor per the following: 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detaiied critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. 2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. 3. 0 4. The schedule shall indicate estimated percentage of Completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. 5. a 10/3/90 No changes shall be made to the construction schedule without the prior written appro of the Project Manager. Any progress payments made after the scheduled completion d shall not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflict utilities shall be requirements prior to commencement of work by the Contractor. 0 6-7 TIME OF COMPLETION The Contractor shall begin work within 30 calendar days after receipt of the "Notice Proceed'' and shall diligently prosecute the work to completion within 120 consecutive d after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. sunset, from Mondays though Fridays. The contractor shall obtain the approval of Project Manager if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permissioi the Project Manager. This written permission must be obtained at least 48 hours pno such work. The contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Complet and any faulty work or materials discovered during the guarantee period shall be repa or replaced by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: tf the completion date is not met, the contractor will be assessed the sum of $250.00 day for each day beyond the completion date as liquidated damages for the delay. progress payments made after the specified completion date shall not constitute a wi of this paragraph or of any damages. a 10/3/90 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-t grading, and building permits necessary to perform work for this contract on City propt in streets, highways (except State highway right-of-way), railways or other rights-of-T Add the following: Contractor shall not begin work until all permits incidental to the work are obtained 7-8 PROJECT. AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working at the City's request. Add the following to Section 7-8: e 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with md in good repair when in use on the project with special attention to City Noise COI Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the 7 and shall comply with all applicable provisions of Federal, State and Municipal safety and building codes to prevent accidents or injury to persons on. about, or adjacent tc premises where the work is being performed. He/she shall erec and properly mainta all time, as required by the conditions and progress of the work, all necessary safeg for the protection of workers and public, and shall use danger signs warning ag hazards created by such features of construction as protruding nails, hoists, well holes falling materials. e 10/3/90 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation Grading. tf this notice specifies locations or possible materials, such as borrow pits or gravel bc for use in the proposed construction project which would be subject to Section 1601 Section 1603 of the Fish and Game Code, such conditions or modifications establis pursuant to Section 1601 of the Fish and Game Code shall become conditions of contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in am 0 of retention. 10 SURVEYTNG Contractor shall employ a licensed land surveyor or registered civil engineer to perf necessary surveying for this project. Requirements of the Contractor pertaining to this i are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service Within appropriate items of proposal. No separate payment be made. Survey stakes shall be set and stationed by the ContractoJs surveyor for curbs a1 intervals (25’ intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, heac sewers, storm drains, and structures (4 comers min.). Rough grade as required to sa cut of fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown base grade of streets as required by Project Manager. 10/3/90 0 Contractor shall protect in place or replace all obliterated survey monuments as per Sec? 8771 of the Business and Professional Code. Contractor shall provide Project Manager with 2 copies of survey cut sheets prioi commencing construction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the construc under this contract. The Contractor shall contact the appropriate water agency requirements. The contractor shall include the cost of water and meter rental wi appropriate items of the proposal. No separate payment will be made. 0 0 a 10/3/90 ' SPECIAL PROVISIONS lI. CONSTRUCIION SPECIFICATIONS INDEX TO SPECIFICATIONS 0 CITY OF CARLSBAD FIRE STATION #2 1906 Arena1 Road Carlsbad, California 92009 GENERAL REOUIREMENTS PAGES DMSION 1 oioio Summary of the Work 3 01200 Schedules and Reports 1 01300 Submittals 1 01400 Quality Control 2 01410 Testing Laboratory Services 2 01600 Substitutions 1 01 700 Cleaning and Cleanup 2 01 710 Project Closeout 2 SITE WORK Demolition 2 0 DMSroN 2 02050 DMSION 3 CONCRETE 03300 Cast in Place Concrete 2 DMSION 4 MASONRY 04200 Masonry 2 DMSION 6 CARPENTRY 06100 Rough Carpentry 3 06200 Finish Carpentry 2 06400 Casework 1 06600 Plastic Fabrication 1 a H :WBRARNJM\WPDATA\SPC\SPC91030.FM DMSION 7 MOISTURE PROTECTION 07200 Building Insulation 1 0 07510 Built Up Asphalt Bituminous Roofing 2 DMSION 8 DOORS. WINDOWS, GLASS 08100 Metal Door Frames 2 08700 Finish Hardware 1 08800 Aluminum Windows, Glass, Glazing 2 DMSION 9 FINISHES 09200 Cement Plaster 2 09250 Gypsum Wallboard System 3 09300 Ceramic Tile 2 09510 Suspended Acoustic Ceiling 2 09650 Resilient Flooring 1 09680 Carpet 1 09900 Painting 5 DMSION 10 SPECIALTIES 10150 Plastic Laminate Toilet Compartments 2 10800 Toilet and Bath Accessories 2 DMSION 11 EQUIPMENT 0 11400 Food Service Equipment 1 DMSION 12 FURNISHINGS 12500 Window Treatment 1 DMSION 15 MECHANICAL 15400 Plumbing 5 15500 Mechanical (H.V.A.C.) 3 DMSION 16 ELECTRICAL 16050 Electrical 4 '0 H :UBRAR~UM\WPDATA\SPC\SPC91030.FM SECTION 01010- SUMMARY OF WORK PART1-GENERAL 1 .I The work accomplished under this contract will be for the remodeling ( CITY OF CARLSBAD FIRE STATION #2 located at: 1906 Arenal Road Carlsbad, California 92009 PART 2 - GENERAL DESCRIPTION OF WORK 2.1 Complete remodeling of an existing wood-framed building including heat ventilation and air conditioning, plumbing, electrical, interior and exte finish, including roof penetrations. The work under this contract includes the furnishing of all labor, mater services and transportation except as specifically excluded, which is requ for the completion of the project in accordance with the construc documents. 2.2 PART 3 - OCCUPATIONAL SAFETY AND HEALTH ACI' REQUJREMENTS During the entire construction period, it shall be the responsibility of contractor to maintain conditions at the job site so as to meet in all resg the requirements of the Occupational Safety and Health Act, OSHA. provision shall cover the contractor's employees and all other per: working on or visiting the site. To this end the contractor shall id himself and his representatives of OSHA standards. 3.1 PART 4 - WORK EXCLUSIONS 4.1 The following terms shall be construed to mean that construction wor materials are not to be f'umished by the contractor: A. B. "Fdshed by Others" C. 'Work by Others" Certain exclusions shall require the coordination and preparation bq contractor but are NOT INCLUDED IN THIS CONTRACT. They ai follows: "N.I.C." Not Included this Contract 4.2 0 ' H:LLIBRAR~UM\WPDATA\SPC\SPC91030.FM SUMMARY OF WORK - 010 SECTION 06400 - CASEWORK A. Kitchen cabinets B. Washroom cabinets C. Utility room cabinets D. Bedroom lockers E. Dayroom entertainment center F. Shop cabinets 0 SECTION 06600 - PMC FABRICATION A. Corian kitchen countertops and backsplashes B. Corian washroom countertop and backsplash SECTION 09650 - RESLIENT FLOORING A. Kitchen and dining areas sheet vinyl floor covering. SECTION 09680 - CARPET A. All interior carpet B. All interior top set rubber base SECTION 12500 - WJNDOW TREAT'MENT 0 A. Window mini-blinds as indicated on drawings The aforementioned exclusions are listed to aid the Contractor in scheduling and to insure the ContractoJs responsibility in the coordina of his work relative to those exclusions. 4.3 PART 5 - ADDENDA AMD CHANGE ORDERS 5.1 General: Work shall be accomplished in accordance with the coni documents. Changes in the contract documents will be made by addend change order. Addenda: Changes or alterations of the approved documents prior to issuance of a construction contract and will have the approval of the prc manager and/or the owner. Change Orders: Changes or alterations of the approved documents aft contract for the work has been let and will have the approval of the prc manager and/or the owner. Change orders will be initiated by and con the following: 5.2 5.3 H:\LIBRARnIJM\WPDATA\SPC\SPC91030.FM SUMMARY OF WORK - 010' 0 A. Change orders shall state the reason for the change and shall s the addition or deduction from the contract price. B. To prevent undue delay, changes may be made by verba written approval by the project manager and/or the owner and ! be confirmed by the issuance of an approved change order. C. Emergency changes to the work relating to the health or safei persons at the construction site may be made immediately. T changes shall be documented and shall be followed by any neces modifications and subsequent approved change orders. 0 END OF SECTION 0 9 H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM SUMMARY OF WORK - 01C SECTION 01200 - SCHEDULES AND REPORTS 0 PART1-GENERAL The General Provisions of Division 1 are a part of and apply to this sect PART 2 - SCOPE The purpose of this section is to prepare and submit schedules and rep indicating the estimated construction schedule and the updating of t€ reports as work progresses as required by the owner. PART 3 - CONSTRUCTION SCHEDULE 3.1 Immediately upon the award of the contract, a meeting will be held betw the Contractor, the Owner and Owner's representatives to determine phasing of the construction work to minimize the "down" time of the fac and to determine how to maintain a minimal office operation of the Station during the remodeling process. The Contractor shall furnish a construction schedule indicating start completion dates of all the predetermined phases and shall continc update the schedule reflecting the effect of change orders on o undeterminal causes. 3.2 0 END OF SECTION H:UJBRARr\UM\WPDATA\SPC\SPC91030.FM SCHEDULES AND REPORTS - 012O( 0 SECTION 01300 - SUBMITI'ALS 0 PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this sect PART 2 - SCOPE Includes the preparation and submission of samples and shop drawing specified herein and in the various sections of these specifications. PART 3 - SAMPLES Submit all samples to the Owner for approval before purchasing, fabricat applying or installing such materials and finishes. Affected finished Y shall not be commenced until the owner has given written approval for samples. PART 4 - SHOP DRAWINGS 4.1 The term "shop drawings" as used herein includes fabrication, erection installation, layout and setting drawings, manufacturer's standard drawi Wiring and control diagrams. pertaining to materials, equipment, piping, duct and conduit systems. used herein, the term "manufactured" applies to standard units usually n: produced and "fabricated" means specifically assembled or made ou selected materials to meet individual design requirements. The Contractor shall check all field measurements and shall submit approval d shop or setting drawings and schedules required for the WOI the various trades. Shop drawings shall establish the actual detail of all manufacture1 fabricated items, indicate proper relation of adjoining work, amplify de details of mechanical and electrical equipment in proper relation to phy spaces in the structure. Shop drawings shall be drawn to scale and sha completely dimensioned. All other drawings and descriptive 0 4.2 4.3 END OF SECTION H:\LIBRARNJM\WPDATA\SPC\SPC91030.FM SUBMITTALS - 013 e SECTION 01400 OUALlTY CONTROL PART1 -GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this sect PART 2 - TESTS AND INSPECTIONS 2.1 MA"ALS TESTS AND CERTIFICATION 2.1.1 Any and all materials supplied by the Contractor shall conform to materials as called for in each section of these specifications and w required by the applicable codes or standards shall be tested and labele stamped as such by the manufacturer. All materials shall be furnished by manufacturers who are currently eng: in the manufacture of said materials and shall be of the latest cataloj design and production versions of those products. Any materials which are not clearly called out in the following specificat that the Contractor must furnish to continue his work shall first be apprc by the Owner and/or his representative and shall be of at least "specificz grade" quality to be considered for approval. 2.1 -2 2.1.3 2.2 INSPECTION BY THE OWNER 2.2.1 e The owner and his representatives shall at all times have access, fox purpose of inspection, to all parts of the work and to the shops where work is in preparation, and the Contractor shall at all times maintain provide for safe access for such inspection. The Owner shall have the right to reject materials and workmanship w are defective, or to require their correction. Rejected workmanship sha satisfactorily corrected and rejected materials shall be removed from premises without charge to the Owner. If the Contractor does not co such rejected work within a reasonable time, fixed by written notice Owner may correct same and charge the expense to the Contractor. 2.2.2 H:UJBRARnUM\WPDATA\SPC\SPC91030.FM QUALITY CONTROL - 014 a 2.2.3 The work of construction in all stages of progress shall be subject to personal periodic observation of the inspector. He shall have free acces any or all parts of the work at any time. Inspection of the work shall relieve the Contractor from any obligation to fulfill his contract. inspector and/or Owner shall have the authority to stop the work when( the provisions of the contract documents are not being complied with the Contractor shall instruct his employees accordingly. No work which requires a modification of the contract documents shal performed without obtaining a written change order. 0 2.2.4 END OF SECTION 0 H :WBRARr\UM\WPDATA\SPC\SPC9 1 030.FM QUALITY CONTROL - 014 e SECTION 01410 - TESTING LABORATORY SERVICES PART1-GENERAL, 1.1 GENERAL CONDmONS The General Provisions, Special Provisions and Division 1 are a part of section and the Contract for this work and apply to this section as full; if repeated herein. PART 2 - TESTS AND INSPECTIONS 2.1.1 Tests: The Owner shall select an independent testing laboratory to con( the tests. Selection of the material required to be tested shall be by laboratory or the Owner's Representative and not by the Contractor. The Contractor shall notify the Owner's Representative a sufficient thn advance of the manufacture of material to be supplied by him under Contract Documents, which must by terms of the Contract be tested in o that the Owner may arrange for the testing of same at the source of SUP Any material shipped by the Contractor from the source of supply prio having satisfactorily passed such testing and inspection or prior to the rec of notice from said representatives that such testing and inspection will be required shall not be incorporated in the job. The Owner will select and pay testing laboratory costs for all tests inspections. Test Reports: One copy of all test reports shall be forwarded to the Arch and to the City by the testing agency. Such reports shall include all 1 made, regardless of whether such tests indicate that the materis satisfactory or unsatisfactory. Samples taken but not tested shall alsc reported. Records of special sampling operations as required shall alsr reported. The reports shall show that the material or materials were Sam and tested in accordance with the requirements of the apprc specifications. Test reports shall show the specified design strength. 1 also shall state definitely whether or not the material or materials te comply wiuh requirements. 2.1.2 2.1.3 2.1.4 0 2.2 2.3 . Verification of Test Reports: Each testing agency shall submit to Architect and to the City verified report, in duplicate, covering all the which were required to be made by that agency during the progress of a H:\LIBRARYWM\WPDATA\SPC\SPC91030.FM TESTING LABORATORY SERVICES - 014 project. Such report shall be furnished each time that work on the proj is suspended, covering the tests up to that time, and at the completion of project, covering all tests. PART 3 - INSPECTION BY THE OWNER 0 3.1 The Owner and his representatives shall at all times have access, for purpose of inspection, to all parts of the work and to the shops wherein work is in preparation, and the Contractor shall at all times maintain pro facilities and provide safe access for such inspection. The Owner shall have the right to reject materials and workmanship WE are defective, or to require their correction. Rejected workmanship shaU satisfactorily corrected and rejected materials shall be removed from premises without charge to the Owner. If the Contractor does not con such rejected work within a reasonable time, fixed by written notice, Owner may correct same and charge the expense to the Contractor. Should it be considered necessary or advisable by the Owner at any t before final acceptance of the entire work to make an examination of M already completed by removing or tearing out the same, the Contractor s on request promptly furnish all necessary facilities, labor and materials such work is found to be defective in any respect due to fault of Contractor or his subcontractor, he shall defray all expenses of s examinations and of satisfactory reconstruction. If, however, such WOI found to meet the requirement of the Contract, the additional cost of 12 and material necessarily involved in the examination and replacement s be allowed the Contractor. The work sf construction in all stages of progress shall be subject to personal periodic observation of the Inspector. He shall have free acces any or all parts of the work at any time. The Contractor shall furnish Inspector reasonable facilities for obtaining such information as maj necessary to keep him fully informed respecting the progress and mannc the work and the character of the materials. Inspection of the work shall relieve the Contractor from any obligation to fulfill this Contract. inspector and/or Architect shall have authority to stop the work when the provisions of the Contact Documents are not being complied with an( Contractor shall instruct his employees accordingly. No work which requires a modification of the Contract Documents sha performed without obtaining a written change order. 3.2 3.3 0 4.1 4.2 END OF SECTION e H:UIBRARnUM\WPDATA\SPC\SPC91030.FM TESTING LABORATORY SERVICES - 014 SECTION 01600 - SUBSTITUTIONS PART1-GENERAL 1.1 GENERAL CONDJTIONS The General Provisions and Division 1 are a part of and apply to this sect PART 2 - REQUIREMENTS AND SUBSTITUTION SUBMITI'AL 2.1 REQuRFAENTS 2.1.1 Whenever in the specifications any material, article or process is indicate specified by trade, patent or proprietary name of manufacture, 5 specification for material, article or process, unless marked "NO Substituti shall be deemed to be followed by the words, "or equal" as approvec writing by the Owner and his representatives. Where more than one proprietary name is specified, the Contractor provide any one of the materials or equipment specified. Only one br; kind or make of material or equipment shall be used for each spe purpose throughout the work. 2.1 -2 2.2 SUBMrrrtbL The Contractor shall submit a written request for proposed substitutior the Owner not later than 15 days after date of "Notice to Proceed". Propc substitutions relating to a particular subcontract or trade shall be submi at one time on the Contractois letterhead, listing proposed items indicated Or specified items, and stating amounts for all variations in CI If the Owner approves any proposed substitution, such approval will bc forth in a change order. Where the Contractor proposes to use a system of equipment other than specified or detailed on the drawings the substitution shall be proposed complete system. The Contractor shall submit with his request for a proposed substitutio data substantiating his request certifying that the proposed substitutic: equal to or better in all respects to that which is specified. . 2.2.1 2.2.2 2.2-3 END OF SECTION e H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM SUBSTITUTIONS - 016 SECTION 01700 - CLEAPIJING AND CLEANUP 0 PART1-GENERAL 1.1 The General Provisions and Division 1 are a part of and apply to this sect PART 2 - SCOPE 2.1 The work includes the furnishing of all labor, materials, equipment services to provide cleanup during construction and final cleaning of building prior to acceptance by the Owner, including waxing and polisl as specified herein and in other sections when specified. PART 3 - CLEANUP DURING CONSTRUCTION 3.1 It is required that the entire site be kept in a neat and orderly condition the Owner may, at any time during construction, order a general cleanu the site as a part of the work under this section. Dispose of waste, trash and debris in a safe, acceptable manner accordance with applicable laws and ordinances and as prescribec authorities having jurisdiction. Bury no wasre material and debris on site. Bumkg of trash and debris on the site will not be permitted. Location of dump for trash and debris and length of haul is the Contrac responsibility. 3.2 3.3 PART 4 - FINAL CLEANUP 4.1 Prior to final inspection by the Owner and after all construction WOI essentially complete, thoroughly clean the building. Items to be cle: include, but are not limited to, all glass, plastic, doors, opening frai grilles, trim, exposed non-ferrous metal surfaces, floor covering, light fixt and plates, plumbing fixtures and trim and all finish surfaces throughour construction. Remove all ink trademarks from laminated plastic surf: Vacuum clean the building and remove all spots, smears, dust, debris, 1 prints and defacements of every sort, including those of vandals. Follov recommendations of the manufacturer of the materials and items t cleaned for all cleaning, polishing and treatment such as waxing. H:\IJBRARnUM\WPDATA\SPC\SPC91030.FM CLEANING AND CLEANUP - 0170 e 4.2 Also prior to final inspection, thoroughly clean the entire site and put it a neat acceptable condition. Hose down and scrub all new and exis concrete and asphalt pavement and walks. Thoroughly remove mortar stucco droppings from concrete walks and other pavements where 1 occur. 0 END OF SECTION e a H:WBRARnUM\WPDATA\SPC\SPC91030.FM CLEANING AND CLEANUP - 0170( SECTION 01710 PROJECT CLOSEOUT PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and shall apply to section. PART 2 - SCOPE 2.1 The work includes performing all operations necessary for and prop incidental to closing out the project and assisting in the OwneJs i inspection as hereinafter specified. PART 3 - REQUIREMENTS FOR FINAL INSPECTION 3.1 3.2 3.3 All temporary facilities and dumpsters shall be removed from the site. The building and site shall be thoroughly cleaned as specified in 0170( All plumbing and mechanical equipment shall operate quietly and free i vibration. Properly adjust, repair, balance or replace any equipr producing objectionable noise or vibration in any of the occupied areas o building. All systems shall operate without humming, surging, or r e cycling. 3.4 3.5 All operating instructions for equipment shall be properly posted. Record (as-built) drawings shall be completed, signed and submitted tc Owner. The material and equipment maintenance instructions, as specified in body of the specifications, shall be submitted to the Owner. All guarantees and warranties shall be submitted to the Owner as spec in the General Conditions. 3.6 3.7 PART 4 - FINAL INSPECTION 4.1 After all the requirements for the final inspection have been completed Contractor shall notify the Owner to perform the final inspection. NI shall be given at least three (3) days in advance of the time the inspection is to be performed. @ H:UlBRARnUM\WPDATA\S~SK91030.FM PROJECT CLOSEOUT - 017 4.2 The Contractor or his authorized representative shall accompany the Ow on the hal inspection tour as well as any principal subcontractors that Owner may request to be present. If the work has been completed in accordance with the contract docume and no further corrective measures are required, the Owner will accept project and will file for the Notice of Completion. If the work has been substantially completed in accordance with the contr documents and only minor corrective measures are required, the Owner 1 prepare a punch list of work to be corrected. Upon completion of corrections on said punch list, the Owner shall file for the Notice Completion. Upon acceptance of the project by the Owner, Contractor shall submit request for final and acceptance payment. Final payment will not be m by the Owner until thirty-five (35) days after filing for the Notice Completion. 4.3 0 4.4 4.5 PART 6 - GUARANTEE 6.1 Contractor shall guarantee work in contract against faulty worlunanship materials for a period of one year (except where a longer period of guarar is specified under certain divisions) from date of filing Notice of Complet END OF SECTION 0 H:WBRARnUIWWPDATA\SPC\SPC91030.FM PROJECT CLOSEOUT - 017 a SECTION 02050 - DEMOLITION PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of, and apply to the sect 1.2 SCOPE The work under this section includes all work necessary to prepare existing structure for the alternations to follow as indicated on the draw and the following sections of these specifications. 1.3 WORK INCLUDED 1.3.1 The work of this section includes the demolition of existing walls, cabir floor coverings, and the removal of fixtures and appliances as indicate( the approved drawings. The layout, saw cutting, and removal of the existing concrete floor slat the replacement and addition of new sewer lines. The layout, saw cutting, and the removal of the existing masonry wa create a new door opening per approved plans. The cutting and removal of the lower section of mansard roof extensio the rear of the structure as indicated on the approved plans. 1.3.2 1.3.3 1.3.4 0 PART 2 - PRODUCTS (NOT USED THIS SECTION) PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS 3.1.1 Due to the lack of as-built drawings and the age of the existing structur demolition shall be accomplished under the supervision of the Contract( minimize damage, and maintain the structural integrity of the building. Contractor shall be responsible for repairing or replacing all work dam; by these operations. All concrete sawing shall be performed with adequate water contrc minimize water damage. 3.1.2 a H:UBRAFLnUM\WPDATA\SPC\SPC9 1030.FM DEMOLITION 020 3.1.3 All sub-surface obstructions that interfere with the new modification! alterations shall be removed, if the removal presents a violation of cod1 health and safety problems they shall be immediately brought to attention of the Project Manager or the owner before proceeding. 0 3.2 DISPOSlTIQN OF UATERIALS 3.2.1 All removed material resulting from the work of this section is the prop of the Contractor and shall be promptly removed to a legal disposal area, and all fixtures to be retained by the owner shall be tagged or removed F to demolition. Stockpiling of removed materials on the Project Site will not be permi without written approval of the owner or the Project Manager. 3.2.2 END OF SECTION 0 a H:\LIBRARY/UM\WPDATA\SPC\SPC91030.FM DEMOLITION - 020 SECTION 03300 - CAST-EN-PLACE CONCRETE PART1-GENERAL. 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of, and apply to section. 1.2 SCOPE The work includes furnishing all labor equipment and materials for installation of all the cast-in-place as shown and noted on the drawings specified herein. All underground plumbing shall be in place, tested, and inspected prior tc backfilling and pouring of concrete. 1.2s 1.3 WORK INCLUDED 1.3.1 Patch trenched areas of existing concrete slab that were removed to re€ or modify existing plumbing. Form and pour approximately 3 1/2 inch overlay slab to the level of existing slab as shown on the approved drawings. Form and pour a concrete curb to match existing where sectional over1 door was removed as indicated on the approved drawings. 1.3.2 1.3.3 e PART 2 - PRODUCTS 2.1 2.2 Portland cement: Standard, ASTM C150 Type I or 11, low alkali. All concrete shall be ready-mixed six sack with maximum of 3/4 aggregate and a minimum slump of 3 inches. Backfill material to be used in all underground piping trenches shall 1 fine, clean, river-run sand. Vapor bartier where used shall be 6 mil Polyvinyl Chloride (PVC) shet with a perm rating of .OS. 2.3 2.4 0 H:\LIBRARNJM\WPDATA\SPC\SPC91030.FM CAST IN PLACE CONCRETE - 033 PART 3 - EXECUTION 3.1 Before placing concrete all trenches shall have been backfilled using matt previously specified, thoroughly compacted, and screeded to maintain a 3 1/2 inch minimum thickness slab. Semi-porous sub-grades shall be sprinkled sufficiently to eliminate suct After concrete is in place it shall be screeded to the height of the adja surfaces, tamped, and floated. Final finish shall be steel trowel flush with adjacent surfaces and all exids surfaces shall be left clean with no concrete flash or residue. AU patched and poured surfaces shall be left in a final condition for recei the application of the specified floor covering. All forms shall be removed and patching required shall be done will conc is still moist. Clean up: During the progress of the work and at the completion of work remove all trash, debris, etc., from the Project Site and leave the broom clean and in orderly condition. 3.2 3.3 3.4 3.5 3.6 3.7 END OF SECTION 0 H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM CAST IN PLACE CONCRETE - 0331 a SECTION 04200 - MASONRY PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of, and apply to section. 1.2 SCOPE The work includes the removal of brick veneer on the exterior wall! indicated on the approved drawings, and the patch-back of same venee required by alterations to the exterior walls of the structure. 1.3 QUALJTY ASSURANCE Work shall be performed by skilled workmen who are thoroughly trail and experienced in the applicable crafts and who are familiar with specified requirements of the work in this section. PART 2 - PRODUCTS 2.1 rnm BRICK: To be of salvaged material from areas where veneer was rem0 or to be of new material to match existing as closely as possible. MORTAR: Shall be by volume, one part Portland cement, one part putty, six parts sand. 2.1.1 2.1.2 PART 3 - EXFiCUTION 3.1 GENERALREQUI[REMENTS 3.1.1 Removal of existing areas of brick veneer shall be accomplished with intentions of salvaging enough material to be used for patching other a after alterations are completed. Patching shall be prepared for by breaking back in a stepped fashio courselines, both horizontally and vertically will match existing I completion. All mortar joint thicknesses shall be made to match existing and "struc1 match existing. 3.1.2 3.1.3 e H:\LIBRAR~UM\WPDATA\SPCXK91030.FM MASONRY 042 3.1.4 Brick veneer shall be tied to existing backing with corrosion resistant m ties applied as required to assure a secure installation. @ 3.2 CLEANUP 3.2.1 After installation and construction all work shall be cleaned down with brushes and water followed by a thorough rinsing with clear water. surrounding area shall be similarly cleaned as necessary to prey permanent staining. END OF SECTION e 0 H:\LIBRARYWM\WPDATA\SPC\SPC91030.FM MASONRY 042 SECTION 06100 - ROUGH CARPENTRY PART1-GENERAL 1.1 GENERAL CONDJTIONS The General Provisions and Division 1 are a part of and apply to this sect 1.2 SCOPE 1.2.1 Included: AU labor, equipment, and materials in connection with rc carpentry, complete, including: A. Providing and installing all plates, straps, brackets, hangers, rc hardware, and all fasteners for connecting wood to wood, or o construction. Installing other miscellaneous iron, steel, and sheet metal il finished under other sections which are pertinent to carpentry w Related work in other sections: Provide all work hereunder as require( the support, and accommodation of related trades. B. 1.2.2 1.3 QUALITY ASSURANCE All frarning work shall be performed by an adequate number of sk workmen under the direction of a foreman thoroughly trained experienced in construction practices. CODES: All work performed shall comply with the latest Uniform Buil Code requirements and all other local and governmental codes. 1.3.1 1.3.1 PART 2 - PRODUCTS 2.1 LUMBER 2.1.1. FRAMING, LUMBER: unless otherwise noted shall be Douglas Fir No. 2 better, surfaced four (4) sides. PLYWOOD SHEATHING: Shall comply with U.S. Product Standard P.4 74, 1/2 inch plywood shall consist of five plies. Structural 1 identified DFPH, TECO, or PTL grade stamp, exterior glue, grade C-D. 2.2 H:’&IBRARnUM\WPDATA\SPC\SPC9103O.FM ROUGH CARPENTRY - 016 a 2.3 TREATED LUMBER: Where required to be used, shall be pressure trea and carry a brand stamp by the American Wood-Preservers Association the American Wood Preservers Institute. 2.4 WOOD PRESERVATIVE: Pentachlorophenol, in accordance with AI Specifications for the Pressure Treatment of Western Woods, latest edit Retention: 5 percent penta-chlorophenol, 6 lbs. per cubic foot. 0 2.5 FRAMING ANCHORS: Sheet metal 19 gauge (USS) minimum shaped punched for nailing with special nails. Manufacturers: Simpson Strong or Harlen Metal Products. PART 3 - EXECUTION 3.1 WOOD PRESERVATIVE TEEATMECNT 3.1.1 All Douglas Fir sills, wood curbs on roof, wood cant,furring strips at inte of concrete walls up to curb height, and bearing blocks resting on conc shall be pressure impregnated. TreaG all ends and edges of members that have been sawn or cut i treatment with a heavy brush application of 5 percent pentachlorophi preservative. 3.1.2 @ 3.2 ERECTION 3.2.1 FRAMING: Lay out all framework as called for on the approved drawi Cut and fit for the conditions encountered. All work to be plumbed, levc and braced with nails, spikes, bolts, etc., to insure rigidity, with bridging blocking in place. COOPERATE WITH ALL TRADES: Provide framing and perform all neces cutting and patching of rough carpentry work as required. WASHERS: AU bolts and lag screws shall be provided with cut steel was under heads and nuts. Provide fire stops in exterior and interior walls at ceiling and roof le7 Fire stop all other locations which could afford a passage for flames. L concealed air space to 8 feet vertically and horizontally. 3.2.2 3.2.3 3.2.4 a H:\LIBRARWJM\WPDATA\SPC\SPC91030.FM ROUGH CARPENTRY - 016( 3.3 BLOCKING AND GROUNDS: 3.3.1 Install blocking and grounds throughout work to properly suppofl woodwork, base, and trim for plumbing, heating, and electrical fixtures appliances as shown or directed. Provide blocking for curtain tracks, t( bars, cabinets, ceiling hung toilet partitions, and other specialties. Pro solid blocking (minimum 7 1/2 inch surface width) at all locations w door knobs or other hardware will contact walls. Consult with other tr for roughing-in dimensions. Provide wood grounds for plastering to secure work and anchorin required materials. 3.3.2 3.4 CLEANUP 3.4.1 Upon completion of work, clean all exposed surfaces of work removin obstructions, temporary spacing (not required) leaving all framing surf ready to receive the following work. Remove all debris of the work from the job site and leave the entire job ready to receive following work. 3.4.2 END OF SECTION e H :UIBRARWJM\WPDATA\SPC\SPC9 1 030.FM ROUGH CARPENTRY - 016 a SECTION 06200 - FINISH CARPENTRY PART1 -GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this seci 1.2 SCOPE The work includes the funishing and installing of all finish carpentry related items required to produce a complete and finished installatio building specialties and finish hardware, as shown and noted on approved drawings and specified herein. 1.3 QUALITY MSURANCE Use skilled workmen who are thoroughly trained and experienced in necessary crafts and who are completely familiar with the spec requirements of this section. PART 2 - PRODUCTS 2.1 MATERIALS: All interior exposed wood material, trim etc., shall be dried vertical grain Douglas Fir except as specified otherwise. Exp members shall be selected for grain and appearance. Warped members : not be used. Nails,bolts, washers, nuts, wood screws, felts, etc., shall be best suite( their specific condition. Nails shall be steel, common or finished, as requ Galvanized when used in exterior conditions or with cedar., Miscellan hardware, including metal fittings, where used in exterior conditions where exposed to the weather, excepting nails, shall be cadmium pl: unless otherwise specified. Provide other materials not specifically described but required for a coml and proper installation, as selected by the Contractor subject to the appi of the owner or Project Manager. e 2.1.1 2.1.2 PART 3 - EXECUTION 3.1 GENERAL 3.1.1 Verify all dimensions in the field and all related conditions before sta work. Inform the owner or Project Manager of any conflict between a H :UBRARYVJM\WPDATA\SPC\SPC9 1 030.FM FINISH CARPENTRY - 062 locations and conditions of this work and work of others and do not v in the areas of conflict until a decision is reached by the owner or Prc Manager. . 3.1.2 Adhesives used on the work shall be used in strict conformity . manufacturer's specifications and recommendations for the applica involved. a 3.2 INSTALLATION 3.2.1 Installation of all assembled items in the work shall be done carefully neatly. Scribe items as required for tight, straight fit. Shim as require( straight level and plumb finished surfaces. All trim shall be fixed in place in full lengths, without piecing, except w single lengths would be impractical. Butt joints if necessary shall be sca: filled, and sanded to prepare for final finish. Miter all exterior angles ex where detailed otherwise. All exposed nails shall be set for putty. Harr marks on finished surfaces shall be a cause for rejection. Wood screws I be used only where the heads are to be covered by other material, and w they will be out of sight in the finished work. Fit and adjust all hardware accurately. Remove hardware before finish c of painting are applied; except hinge butts, Re-install after completic painting. Protect all parts from injury after installation and maintain protection completion of project. WOOD DOORS: Install plumb and true, fit accurately and hang free, hinge bind. Fit snug against all stops, trim accurately to 1/16 inch cle head and jambs and 1/2 inch clear of finished floor. Undercut door: carpeting and ventilation purposes where required. 3.2.2 3.2.3 3.2.4 e 3.2.5 3.3 CLEAN UP Take all necessary action to keep this work clean and free of dirt, tj obstructions and equipment, except that necessary for the proper complt of the work. Materials not used, shall be removed immediately. Dirt trash shd be removed daily and final clean up shall leave the WOI thoroughly clean and acceptable condition. END OF SECTION a H:\LIBRARWJM\WPDATA\SPC\SPC9103O.FM FINISH CARPENTRY - 062 SECTION 06400 - CASEWORK PART1-GENERAL 1.1 GENERAL CONDITIONS The work under section is: NOT A PART OF THIS CONTRACT AND SF CONSIST OF THE FOLLOWING: A. Kitchen cabinets B. Washroom cabinets C. Utility room cabinets D. Bedroom lockers E. Day room entertainment center F. Shop cabinets END OF SECTION 0 H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM CASEWORK - 0640 0 SECTION 06600 - PLASTIC FABRICATION 0 PART1-GENERAL 1.1 GENERAL CONDITIONS The work under this section is: NOT A PART OF THIS CONTRACT 1 SHALL CONSIST OF THE FOLLOWING: A. Corian kitchen countertops and backsplashes B. Corian washroom countertop and backsplash END OF SECTION 0 H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM PLASTIC FABICATION - 0660 a SECTION 07200 - BUILDING INSULATION PART1-GENERAL 1.1 GENERAL, CONDlTIONS The General Provisions and Division 1 are a part of and apply to this sect 1.2 SCOPE The work includes the furnishing of all labor, materials, and equipmen1 the installation of thermal and sound installation as indicated on approved drawing and specified herein. PART 2 - PRODUCTS 2.1 THERMAL INSULATION: Shall be flexible fiberglass batts or blanket manufactured by Owens/Corning Fiberglass with non-reflective kraft pi covering one side; R-11, 3 1/2 inch nominal thickness. 2.2 SOUND INSULATION: Shall be "NOISE BARRIER BATT INSULATION' manufactured by Owens/Corning Fiberglass; preformed glass fiber 1 friction fit type without membrane, 4 inches nominal thickness. @ PART3-EXECUTION 3.1 GENERAL REQUIREMENTS 3.1.1 Insulation shall not be installed until all electrical, plumbing, and mecha rough-ins are complete and tested. Installation shall be in accordance with manufacturer's recommendations shall be full height of wall without gaps and behind light switches. Sur tape may be used for splices and around pipes. Thermal insulation shall be applied to exposed exterior walls with fac applied membrane facing the warm side of the building. 3.1.2 3.1.1 END OF SECTION H:UIBRAR~UM\WPDATA\SPC\SPC91030.FM BUILDING INSULATION - 0720( a SECTION 07510 - BUTLT-UP ASPHALT BITUMINOUS ROOFING PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this sect 1.2 SCOPE The work under this section shall be to repair and restore the integrity of existing roof of this structure after all of the related trades have complc their work insofar as, constructing platforms, making penetrations for d and vents and all electrical and plumbing lines are in place. 1.3 QUALnry ASSURANCE Work of this section shall be accomplished by journeymen who thoroughly experienced in the field of built-up roofing and repairs. PART 2 - PRODUCTS 2.1 FLASHINGS 0 2.1.1 2.1.2 H.VAC.: Equipment flashings and counter flashings shall be furnished UI Section 15500. Plumbing vent pipe, water heater vent flashings and any other pi penetrations through the roof that require flashing shall be furnished u: Section 15400. Cant strips shall be furnished and installed under Section 06100. 2.1.3 2.2 ROOFING MATERIALS 2.2.1 Products used in these repairs shall be as standard manufactured for industry by manufacturer's normally engaged in the production of t materials. PART 3 - EXECUTION 3.1 INSTALLA410N, GENERAL a H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM BUILT UP ASPHALT BmMINOUS ROOFING475 3.1.1 All flashings shall be embedded in mastic prior to their fastening. After be secured they shall be three coursed in place using layers of bitumen inorganic felts and capped with 90 pound mineral surfaced cap sheet. All repairs shall be accomplished when the substrate is clean, dry, and : of all sharp projections and depressions. All repairs shall be built-up s( to eliminate ponding in the repaired areas without creating a dam situation. After all repairs are complete all areas shall be cleaned and all rub1 removed from the site. 3.1.2 a 3.1.3 END OF SECTION 8 0 H:~BRARnUM\WPDATA\SPC\SPC91030.FM BUILT UP ASPHALT BmMINOUS ROOFING475 SECTION 08100 - METPaL DOOR FRAMES PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of, and apply to section. 1.2 SCOPE The work includes the furnishing of labor, material and equipment to in all knock-down steel (KDS), and hollow metal door frames (FURNISHEI OTHERS) according to the approved drawings and specified herein. PART 2 - PRODUCTS 2.1 Knock-down steel door frames; (FURNISHED BY OTHERS) shall bi manufactwed by Timely Industries TYPE "C" series 18 ga. drywall frai factory applied polyester paint finish. Hollow metal door frames; (furnished by others) shall be as manufact by Steelcraft TYPE F-16 16 ga. factory primed. 2.2 @ PART3-EXECUTION 3.1 DRYWALL FRAMES, (KDS): 3.1.1 Vedy opening dimensions for compliance with approved drawings, surrounding conditions are acceptable for installation. At the time of installation all wall finishes shall have been applied. Install frames using the door as a template to obtain the correct alip of the door and the frame. Secure frame with 1 1/4 inch Bugle I Drywall Screws. 3.1.2 3.1.3 3.2 HOLLOW METAL FRAMES 3.2.1 3.2.2 Where practicable, set frames prior to the enclosing of exterior walls. Install frames accurately in position, plumbed, aligned, and braced. Sc to walls with wood stud anchors provided. Leave bottom spreaders in 1 until wall construction is complete. a H:V,IBRAR~UM\WPDATA\SPC\SPC91030.FM METAL DOOR FRAMES - 081 3.3 RNAL ADJUSTMENTS: Check operation and readjust any finish hardv items in work just prior to final inspection. Leave work clean and in prt operating conditions. PART 4 - SPECIAL REOUIREMENTS a 4.1 ERECIION Metal hmes shall be set by the Contractors and all doors shall be machined solid core wood (FURNISHED BY OTHERS) and installec FINISH CARPENTRY work. END OF SECTION 0 a H:UIBRARNJM\WPDATA\SPCWC91030.FM METAL DOOR FRAMES - 0810 SECTION 08700 - FINISH HARDWm PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this secf 1.2 SCOPE Install finish hardware; (FURNISHED BY OTHERS) as indicated on approved drawings and as specified herein, complete. HARDwAwE NOT LISTED OR FURNISHED Hardware necessary for the completion of work and is not specifie furnished shall be brought to the attention of the owner and or the Prc Manager, and method of procurement shall be agreed upon at that tim 1.3 1.4 DELIVERY Hardware shall be delivered to the jobsite at the request of the Contra( Each item shall be inventoried at that time by the Contractor, owner an the Project Manager. The hardware shall become the responsibility of Contractor until job completion, at that point. 1.5 FINISH e In general the f~sh for all hardware shall be 613, oil rubbed bronze UI otherwise specified. PART 2 - PRODUCTS Refer to the hardware - Schedule on sheet 1 of the approved drawings PART 3 - EXECUTION Hardware installation shall be as specified in section 06200. END OF SECTION 0 H:\LIBRARnUM\WPDATA\SPC\SPC91030.M FINISH HARDWAFE - 087C SECTION 08800 - ALUMINUM WINDOWS. GLASS AND GLAZING PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of, and apply to section. 1.2 SCOPE 1.2.1 WINDOWS: Furnish the labor, materials and equipment to install ald windows; (FURNISHED BY OTHERS) complete as shown on the apprc drawings, schedules, and as specified herein. SHOWER DOORS: Furnish and install shower doors complete as show approved drawings and specified herein. MIRROR Furnish and install mirror in washroom complete as shown on approved drawings. 1.2.2 1.2.3 1.3 SAMPLES Submit samples of mirror and trim, and shower doors to the owner approval. SEE SECTION 01300. 1.4 CODES AND STANDARDS 0 All glazing compounds and methods of glazing shall be in accordance 1 the applicable portions of the Flat Glass Jobbers Association "Gla Manual", "Glazing Sealing Systems Manual", and applicable sections of latest "Uniform Building Code", Chapter 54, "Glass and Glazing". PART 2 - PRODUCTS 2.1 MATERfALs 2.2.1 Sliding window units; (FURNISHED BY OTHERS) shall be as manufact by Windowmaster Products, El Cajon California, Masterline Series 41 420 with screens. Roll formed aluminum frames with screens. Finish: 1 bronze anodized. Glazing: Factory-installed dual glazing as standard this series. Shower dsor panel frames and framing shall be bright anodized a1um.h glazed with obscure glass: 2.2.2 a H:V.IBRAR~UM\WPDATA\S~~~~O~~.FM ALUMINUM WINDOWS, GLASS & GLAZING488 Mississippi Pattern Glass .218 inches thick pluralite, tempered. samples and drawings. Mirrors shall be 1/4 inch Float Glass with polished edges, and chromed Mold top and bottom. Provide other materials not specifically described but required for a comF and proper installation as selected by the Contractor subject to the appn of the owner and or the Project Manager. SUI- a 2.2.3 2.2.4 PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS 3.1.1 Companies accomplishing the fabrication and installation of the glass min and the shower door units shall be companies that have been specializin those fields for a period of five years. Sizes indicated on the approved drawings are appropriate. dimensions shall be determined by field measurements. The aluminum windows to be installed according to the manufactu instructions by the General Contractor under the "FINISH CARPEN? section. e 3.2 REPLACEMENT AND CLEANING 3.1.2 The ac 3.1.3 After the installation of the windows and the glazing work all glass surf shall be cleaned and inspected for defects, and the labels removed. 1 cleaning the work shall be protected from damage until job completion. replacement shall be the Contractors responsibility. END OF SECTION 0 H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM ALUMINUM WINDOWS, GLASS & GLAZING-~~~I SECTION 09200 - CEMENT PLASTER PART1-GENERAL 1.1 GENERAL CONDITION The General Provisions and Division 1 are a part of and apply to this sect 1.2 SCOPE The work under this section includes everything necessary for and incide to executing and completing the cement plaster work. 1.3 GENERALREQUIREMENTS 1.3.1 Applicable portions of the "Lathing and Plastering Reference Specificatic published by the California Lathing and Plastering ContractoJs Associa (CLPCA) is a part of this specification. APPLICATOR: Company specializing in cement plaster work with five y documented experience. Cooperate with other trades in coordinating their work requirec conjunction with the work under this section. 1.3.2 1.3.3 0 1.4 PROTECTION Protect all adjoining work and surfaces from plaster, and or water dam Any damages resulting from the work of this section shall be clea removed or the material replaced as directed by the owner and or the Prc Manager. PART 2 - PRODUCTS 2-1 PRODUCXS 2.1.1 2.1.2 Portland Cement shall conform to ASTM C-150, TYPE I, grey color. Sand shall conform to ASTM C-144, and shall be sharp, clean, and frr clay. Water shall be clean and potable. Plaster for finish coat shall be expo stucco exterior or approved equal, fa( sacked with integral color. 2.1 -3 2.1 -4 H:\LIBRARWJM\WPDATA\SPC\SPC91030.FM CEMENT PLASTER - 092 e 2.1.5 2.1.6 All color shall be from the same color run and all bags shall be marked fi the same production run. STUCCO LATH: 17 gauge galvanized line wire, 15 pound asp impregnated building felt and 1-1/2 inch hex, 17 gauge galvanized stL netting. 2.1.7 NAILS FOR WOVEN WIRE MESH: Approved self-furring galvanized r with not less than 3/4 inch penetration into backing. 2.1.8 MISCELLANEOUS ITEMS: Furnish all items shown on drawings 01 necessary for a complete installation. END OF SECTION Q H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM CEMENT PLASTER - 092 a SECTION 09250 - GYPSUM WALLBOARD SYmM PART1-GENERAL 1.1 GENERAL CONDITIONS \ The General Provisions and Division 1 are a part of and apply to this sect 1.2 SCOPE Provide labor, material, and equipment to install Gypsum Drywall accessories as shown on the approved drawings and as specified herein; to provide wallboard systems for various wall closures, and patching related trades due to modifications required involving those trades. Pre] for and provide gun applied texture to all new work and to all existing v and ceilings as called for in the finish schedule on Sheet 2 of the apprc drawings. 1.3 QUALITY ASSURANCE Provide skilled workmen who are thoroughly trained and experienced ir necessary crafts and who are completely familiar with the requirements methods to perform the work in this section. e PART 2 - PRODUCE 2.1 MATERIALS 2.1.1 GYPSUM WALLBOARD: ASTM 36, recessed edges for exposed surfaci 48 inch widths and in such lengths as will minimize the number of veI joints. Shower room, and washroom walls and ceilings shall be M resistant type. SCREWS: ASTM C 646, corrosion resistant self tapping TYPE W bugle- spiral threaded type, 1-1/4 inches in length. METAL TRIM AND CORNER BEADS: Electrogalvanized steel not lighter 26 gauge with taping flanges as manufactured or recommended bq drywall manufacturer, corner beads at all outside comers and "St members where abutting to other materials. 2.1.2 2.1.3 2.1.4 FINISH M[ATERIALs: ASTM C475, joint type, joint bedding compc finish cement, adhesive, and laminating supplied or recommended b: wallboard manufacturer. a H :\LIBRAR~UM\WPDATA\SPC\SIPC91030.FM GYPSUM WALLBOARD SYSTIEM - 092 2.1.5 OTHER MATERIALS: To be provided though not specifically described 1 required for a complete and proper installation. PART3-EXECUTION 3.1 INSTALLATION 3.1.1 WALLS: Install wallboard horizontally with long dimension across stu vertical joints centered on supports and staggered on walls so that fc boards will not meet a common point, and so as not to occur on direc opposite sides of the same stud. Secure to each stud with screws keepi screws 3/8 inch from edges. CEILINGS: Install wallboard to ceilings with long dimension at right ang to the supporting members. 3.1.1 3.1.2 ATTACHING: Drive screws with clutch controlled power screw drivers head of screw fastener is just below the wallboard surface without break surface paper. Space fasteners according to code approvals. JOINT TREATMENT AND FINISHING: Apply joint bedding compound, t; and at least two coats of finishing compound over A1 exposed joints. Ap joint compound and two or more layers of finishing compound o screwheads. Finish inside corners with joint compound, tape and finish compound. Finish cutside coiners with gypsum wallboard metal cor reinforcement and fishing compound. Provide "S' metal caging bead at edges of wallboard that abut other materials. Make joints, trims, i attachments non-apparent following application of paint and other finis1 If joints and fasteners are apparent after finishes correct defects to om satisfaction at no extra cost to owner. TEXTURE: After all finsh coats have been applied and inspected by Project Manager a gun applied texture shall be applied to all surfaces called for on the approved drawings. 3.1.3 0 3.1 -4 3 -2 CLEAN UP 3.2.1 In addition to other requirements for cleaning, use necessary care to pret scattering and tracking gypsum and joint compound onto floor surfaces @ H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM GYPSUM WALLBOARD SYSTEM - 092: 3.2.2 At completion of each segment of installation in a room or space, pick and remove all debris, and surplus material of this section. Upon completj of all work in this section the jobsite shall be thoroughly cleaned and tral of compound shall be scraped from floors, scraps and debris shall be hau from the site. The site shall be left clean and orderly for other trades tl follow. a END OF SECTION 0 a H:V.IBRARnUM\WPDATA\SPC\SPC91030.FM GYPSUM WALLBOARD SYmM - 0925 SECTION 09300 - CERAMIC TILE PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this secti 1.2 SCOPE Includes the furnishing of all labor materials and equipment to pro\ ceramic tile floors, walls, wainscot, and base using both the thinset i mortar set applications as indicated on the approved drawings and spec3 herein. 1.3 QUALllY ASSURANCE INSTALLER: Shall be a company specializing in applying the work of section with a minimum of five (5) years of documented experience. PART 2 - PRODUCTS 2.1 MA- 0 2.1.1 2.1.2 TILE T-1: American Olean, 4 1/4 x 4 1/4 inch glazed. Color: 78 heat1 Base to be coved. CAP T-2: American Olean, 2 x 6 inch glazed bullnosed wainscot cap. Co 78 heather. 2.1.3 TUE T-3: American Olean: 1 x 1 x 1/4 inch unglazed. Color: R me thys t MORTAR AND GROUT: Custom building products. Color: Designer se 175 Bubblegum. 2.1 -4 2.1.5 GROUT SEALER: Custom building products. PART 3 - EXECUTION 3.1 INSTAJLATION - THINSET 3.1.1 Install adhesive, tile, and grout in accordance with TCA handbook ceramic tile installation. 0 H:\LIBRA€l~UM\WPDATA\SPC\SPC91030.FM CERAMIC TILE - 093( 3.1.2 Cut and fit tile tight to penetrations through surface. Align floor, base, i wall joints. Make joints watertight without voids, cracks, excess adhesj or grout. Allow tile to set for 48 hours prior to grouting. 3.1.3 0 3.2 INSTALJATION - MORTAR SET 3.2.1 Install mortar bed, tile and grout in accordance with TCA handbook ceramic tile installation. Cut and fit tile tight to penetrations through surface. Align floor, base ( wall joints. Make joints watertight, without voids, cracks, excess mortal grout. Sound tile after setting. Replace hollow sounding units. Allow tile to set for 48 hours before grouting. 3.2.2 3.2.3 3.2.4 3.3 SEALANT AND GROUT SEALER 3.3.1 Apply sealant to junction of tile and dissimilar material and at junctior dissimilar planes. Seal grout in accordance with grout sealer manufacturers instructions. 0 3.3.2 3.4 CLEAN UP AND PROTECTION 3.4.1 Clean surrounds, remove all excess materials, clean all tile surfaces provide protection for finish work. END OF SECTION e H:WBRARYVJM\WPDATA\SPC\SP@91030.FM CERAMIC TILE - 093( SECTION 09510 - SUSPENDED ACOUSTICAL CEILINGS PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provkions and Division 1 are a part of and apply to this sectic 1.2 SCOPE 1.2.1 Furnish labor materials and equipment to install a complete suspenc acoustical ceiling in the weight room area as indicated on the appro1 drawings. Furnish labor materials and equipment to complete the required me perimeter framing and the installation of the diffuser materials in the light soffits in the kitchen, dining and washroom areas shown on the appro drawings. 1.3 QUALITY ASSURANCE 1.3.1 MANUFACFURER: A company specializing in the manufacture of ceil suspension systems and ceiling panels with three years minimum experiex INSTALLATION: Shall be according to ASTM C636 - installation of rnc ceiling suspension systems for acoustical tile and lay-in panels, by a comp with a minimum of three years documented experience. 1.2.2 @ 1.3.2 PART 2 - PRODUCTS 2.1 SUSPENSION SYSTEM: Donn System by VSG Interiors Inc. Exposed with 1 1/2 inch main tees and 1 inch cross tees. Color, white. 2 foot E foot grid pattern as shown on drawings. LAY-IN PANELS: Avratone by USG Interiors, inc, 2 foot by 4 foot by inch, square edge directional fissured series unit no. 562. Color, white 2.2 2.3 LIGHT SOFFIT MATERIALS: By K.G. Ceilings, 2136 Ketmer Blvd., Diego. To be selected by Owner. PART 3 - EXECUTION 3.1 INSTUnON 0 H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM SUSPENDED ACOUSTICAL CEILING - 095: 3.1.1 Install acoustical material and suspension system, including necess; hangers, grillage, splines and other supporting hardware, in accordance w ASTM C636 and manufacturer's instructions. Space hanger wires on main tees a maximum of 48 inches or as specified UL fire resistant directory, attaching hangers directly to structure abc Provide additional hanger wires as required to meet seismic, fire rating local code. Install 2 foot by 4 foot Troffer type fluorescent light fixtures (FURNISH BY Om) and secure with independent hanger wires per seismic, rating and local codes. Electrical wiring under section 16050. 3-12 0 3.1.3 END OF SECTION e e H:WBRARnUM\WPDATA\SPC\SPC91030.FM SUSPENDED ACOUSTICAL CEILINGS - 0951 SECTION 09650 - RESILIENT FLOORING 0 PART1-GENERAL 1.1 GENERAL CONDITIONS The work under this section is: NOT A PART OF THIS CONTRACT AI SHALL CONSIST OF: A. Kitchen sheet vinyl floor covering. END OF SECTION a a H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM RESILIENT FLOOEUNG - 096: SECI'ION 09680 - CARPET PART1-GENERAL 1.1 GENERAL, CONDITIONS The work under this section is NOT A PART OF THIS CONTRACX A SHALL CONSIST OF: A. All interior carpet €3. All interior top set rubber base. END OF SECTION 0 H:\LIBRAR~UM\WPDATA\SPC\SPC9103O.FM CARPET - 0961 e SECTION 09900 - PAINTING PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this sectil 1.2 SCOPE The work of this section includes the furnishing of labor, materials, i equipment to accomplish all of the painted finishes to the remodeled i existing areas of the interior, and exterior of the building required complete the finishing of the building, as called for on the drawing and specified herein. 1.3 WORK INCLUDED The intent and requirements of this section, is that all work, items i surfaces, which are normally painted and finished in a building of this ty shall be so included in this contract, whether or not said work is specific; called out and included in the schedules and notes on the drawings, or is specifically mentioned in these specifications. @ 1.4 QUALITY ASSURANCE Work of this section shall be accomplished by a company specializing commercial painting and finishing with 5 years documented experience. 1.5 PRODUCZ IHANDLING Paint shall be delivered to the site in manufacturer's labeled and sec containers, and when not in use shall be stored at a site location specific designated for that purpose. All mixing and handling shall be done in area. 1.6 PROTECTION AND CLEAN-UP 1.6.1 Before painting, remove hardware, accessories, plates, lighting fixtures similar items or provide adequate protection of such items. On compler of each space, said items are to be replaced. H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM PAINTING - 099C 0 1.6.2 In areas where painting and finishing are being performed, all floors, surfa and items shall be protected by clean drop cloths and other appro methods of protection. All accidental splatter, spillage etc., shall immediately cleaned and damaged surfaces restored to perfect condition. paint spots on glass, ceramic tile, porcelain fixtures etc., shall be complel removed and the surfaces cleaned. Upon completion of work in each space or room, and completion of d; work, all materials supplies, debris and rubbish shall be removed and areas left in a clean orderly condition. a 1.6.3 PART 2 - PRODUCTS 2.1 MA- 2.1.1 Paint materials called for in this section are based on products manufactu by Sinclak Paint Company. Equal products of other manufacturers will approved by the Owner and or the Project Manager, prior to their use. UNDERCOATERS AND THINNERS: Provide undercoat paint produced by same manufacturer as the finish coat. Use only thinners as recommendec the paint manufacturer, and use only to the recommended limits. When a specific name is not given for a product, such item shall be of best quality of the approved manufacturer which is normally used for 2.1.2 2.1.3 0 intended purpose. 2.2 FINISHES Refer to the drawings for surface finish and color schedule. PART 3 - EXECUTION 3.1 PREPARATION 3-1.1 AU surfaces shall be clean and dry prior to painting. Dirt and dust shal removed with brushes and wiping cloths. Oil and grease shall be shal removed using solvent or mineral spirits and wiping cloths. The first coa paint shall be applied as soon as possible after cleaning and drylng surfaces. Gypsum board defects shall be latex filled and spot primed p to first coat. Previously painted surfaces shall be cleaned with Trisodium Phosphate (7 prior to painting and previously enameled surfaces shall be lightly sande "break the glazel for proper adhesion of successive coatings. 3.1.2 H:\LIBRAR~UM\WPDATASPC\SPC91030.FM PAINTING - 099( e 3.1.3 Shop primed ferrous metal shall be cleaned with solvent and touched where primer is damaged and at all welds. Galvanized surfaces shall solvent cleaned prior to the application of etching primer. Wood surfaces shall be sanded smooth and cleaned prior to the applicat of the first coat. Holes, splits, joints, and scratches shall be puttied spackled after first coat application. Sand between coats. 3.1 -4 e 3.2 APPLICATION 3.2.1 All materials shall be applied and cut neatly so as to dry uniformly to color and sheen required and shall be free of runs, sags, wrinkles, shin streaks and brush marks. All materials shall be applied in accordance with manufacturefs directi on specifications. Thinning if required shall be done using the type amounts of reducer recommended. Recoating shall be done according to manufacturefs recommendations to I adverse weather conditions. Under no conditions shall recoating attempted unless the surface feels firm and is not sticky under thu pressure. Wet areas such as toilet rooms, shower rooms, shall have an appro fungicide added to the paint. Additive shall be of the manufactur 3.2.2 3.2.3 3.2.4 e recommendation. 3.3 PAINTING SCHEDULE 3.3.1 EXTERIOR WOOD A. First Coat .................. 289 Exterior Wood Primer B. Second Coat ................ 4800 Aqua Sash C. Third Coat ................. 4800 Aqua Sash 3.3.2 EXTERIOR METAL. (FERROUS) A. First Coat .................. 14 Corro Prime B. Second Coat ................ 248 Sash & Trim Primer C. Third Coat ................. GE2 Sash & Trim Enamel a H:\LIBRARr\UM\WPDATA\SPC\SPe9103O.FM PAINTENG - 099( 3.3.3 EXTERIOR METAL (GALVANIZED) A. Pretreatment ................ #12 Galvanwash B. First Coat .................. 14 Corro Prime C. Second Coat D. Third Coat ................. GE2 Sash & Trim Ename13.3.4 248 Sash & Trim Primer 0 ................ INTERIOR WOOD (SEMI-GLOSS ALKYD) A. First Coat .................. 975 Sinco Prime Undercoater B. Second Coat. ................ SG25 Shco Stain Enamel C. Third Coat .................. SG25 Sinco Satin Enamel 3.3.5 GYPSUM WALLBOARD (EGGSHELL ACRYLIC/LATEX TYPICAL WA FINISH) A. First Coat .................. 1770 Pigmented PVA Sealer B. Second Coat ................. 1790 Aqua Coater C. Third Coat .................. 3000 Aqua Suede Enamel GYPSUM WALLBOARD (QL.KYD, SHOWER, TOILET ROOM, WASHROC 3.3.6 A. First Coat .................. 1770 Pigmented PVA Sealer B. Second Coat ................. 975 Sinco Prime Undercoater C. Third Coat .................. SG25 Sinco Satin Enamel INTERIOR METAL (FERROUS: ALKYD, METAL DOOR FRAMES) 3.3.7 0 A. First Coat .................. 15 Chrome Oxide Primer B. Second Coat ................. 975 Sinco Prime Undercoater C. Third Coat .................. G25 Sinco Satin Enamel INTERIOR METAL (GALVANIZED) SEMI-GLOSS ALKYD 3.3.8 A. First Coat .................. 28 White Prime B. Second Coat ................. G25 Sinco Enamel EXTERIO€vNlXRIOR NEW WOOD FRONT DOOR A. First Coat .................. 3900 Staintek B. Second Coat ................. 92 Flecto Varathane C. Third Coat .................. 92 Flecto Varathane D. Fourth Coat ................. 92 Flecto Varathane 3.3.9 e H:WBRARnUM\WDATA\SPC\SPC91030.FM PAINTING - 099( 3.4 COLORS Are as scheduled on the drawings 0 END OF SECTION 0 a H:WBRARr\UM\WPDATA\SPC\SPC91030.FM PAINTING - 099( SECTION 10150 - PLASTIC LAMINATE TOILET COMPARTMENTS PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this secti 1.2 SCOPE The work of this section includes the hrnishing of all labor, material, : equipment to measure, fabricate and install ceiling hung plastic lamin toilet compartments complete with all hardware and accessories, as specif herein. 1.3 WORK INCLUDED The work of this section shall include obtaining on site measurements finished openings and preparation of all shop drawings required accomplish the fabrication and installation of these units. 1.4 QUALITY ASSURANCE The work of this section shall be accomplished by a company specializiq this work for a minimum of five (5) years. PART 2 - PRODUCTS e 2.1 MANUFACHZJRERS 2.1.1 Bobrick Washroom Equipment, 1048 series, ceiling hung plastic lamir toilet partitions, or equal, subject to Owner's approval. 2.2 MA- 2.2.1 WOOD PARTICLE BOARD CORE: Three ply resin impregnated part board. PLASTIC LAMINATJ3 General purpose 1/16 inch thick matte finish. Co See approved drawings. ACCESSORIES: Attachments, shoes, screws, and bolts to be stainless st Brackets to be heavy duty extruded aluminum anodized. 2.2.2 2.2.3 e H:UIBRAFWUM\WPDATA\SPC\SPC91030.FM PLASTIC LAMINATE TOILET COMPART-1.01: 2.2.4 HINGES: positioning with nylon bearings. LATCH AND KEEPER: Thumb turn door latch, door strike and keeper w rubber bumper. COAT HOOK Cast alloy with rubber bumper tip. non-ferrous cast pivot hinges, gravity type, for door clc 2.2.5 e 2.2.6 PART 3 - EXECUTION 3.1 FABRICATION 3.1.1 3.1.2 Thickness of partition panels, doors, and stiles shall be one inch. Fabricate partitions by applying single sheet plastic laminate to faces : edges of core material using adhesive and pressure bonding. Seal edge: cut outs. Bevel comers and edges. Reinforce stiles with I1 gauge steel core reinforcement sandwiched wit particle core at attachment points. 3.1.3 3.2 ERECTION 3.2.1 Verify backing locations provided under section 06100 (Rough Carpent and install partition components plumb and level. Attach panel bracket: walls and ceiling using appropriate anchor devices. pilasters to brackets with through bolts. Provide 1/2 inch spacing betw wall surface and panel or stiles. Support stines from ceiling Eraming using two adjustable hanging stud: provide vertical plumbing. Conceal ceiling fastenings with pilaster shot Install doors, hinges, latches, keepers and related hardware. Adjust and a doors to obtain door clearances not to exceed 3/16 inch. Attach panels a 3.2.2 3.2.3 3.3 CLEAN AND PROTEXX 3.3.1 Remove all protective coverings and clean all surfaces and hardw Remove all debris from site. Field touch-up of finished surfaces will not be permitted. damaged components. 3.3.2 Replace END OF SECTION a H :\LIBRARWJM\WPDATA\SPC\SPC91030.FM PIASTIC LAMINTE TOILET COMPART-101: SECTION 10800 - TOILET AND BATH ACCESSORIES PART1-GENERAL 1.1 GENERAL. CONDITIONS The General Provisions and Division 1 are a part of and apply to this secti 122 SCOPE 1.2.1 The work of this section requires furnishings labor, materials, and equipm to install toilet and bath accessories (FURNISHED BY OTHERS) as indica on the approved drawings. Work shall be accomplished by the contractor under section 06200 FIN1 WENTRY. 1.2.2 PART 2 - PRODUCTS 2.1 MANUFACXURFX 2.1.1 BOBRICK WASHROOM EQUIPMENT (FURNISHED BY OTHERS) A. B-530 (QTY-2) Grab bar 18 inches long (used as towel bar) v concealed mounting plate, satin finish : e stainless steel. B. B-530 (QTY-2) Grab bar 24 inches long (used as towel bar) v concealed mounting plate, satin finish : stainless steel. C. B-2116 (QTY-2) Robe hook with concealed mounting plate. S finish to match stainless steel. D. B-369 (QTY-1) Recessed towel dispenser and waste recept satin finish to match stainless steel. E. (QTY-2) Toilet tissue holder. PART 3 - EXECUTION 3.1 Verify site conditions are ready to receive work and locations are as indic: on the shop drawings. Notify owner or Project Manager of any conflic e H:UBRARnUM\WPDATA\SPC\SPC91030.FM TOILET AND BATH ACCESSORIES - 108( 3.2 INSTALIATION Install fixtures, accessories and items in accordance with manufacturi instructions. Install plumb and level, securely anchored to the substrate e END OF SECTION a 0 H:UIBRARnUM\WPDATA\SPC\SP69103O.FM TOILET AND BATH ACCESSORIES - 108( SECTION 114-00 - FOOD SERVICE EOUIPMENT PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of, and apply to Section. 1.2 SCOPE Provide the labor and miscellaneous materials to install food ser equipment (FURNISHED BY OTHERS) where shown on the drawings specified herein, and according to manufacturer's recommendations. 1.3 RELATED WORK Providing utility services is a part of the work of Sections in Divisions 15 16 of these specifications. PART 2 - PRODUCTS 2.1 The equipment listed below will be (FURNISHED BY OTHERS). A. Kitchen Range. B. Range Exhaust Hood C. Refrigerator D. Freezer (Under-counter) E. Microwave Oven F. Dishwasher a PART 3 - EXECUTION 3.1 INSTUXON Cooperate as needed with related trades to provide for the proper inter of the work of this Section. 3.2 CLEANUP Remove all traces of soil and fingerprints from all surfaces of the work of Section, using only the cleaning materials recommended for the purpos the manufacturer's of the materials being cleaned. END OF SECTION 0 H:\LIBRARnUM\WPDATA\SPCXSPC9 1030.FM FOOD SERVECE EQUIPMENT - 114O( 1 SECTION 12500 - WINDOW TREATMENT PART1-GENERAL 1.1 GENERAL CONDITIONS The work under this section is: NOT A PART OF THIS CONTRACT A SHALL CONSIST OF: A. Window mini-blinds as shown on the drawings. END OF SECTION 0 H:\LIBRARY/UM\WPDATA\SPC\SPC91030.FM WINDOW TREATMENT - 125C 0 1 SECTION 15400 - PLUMBING PAJXT1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this secti 1.2 SCOPE The work under this section includes all labor, materials and equipm required to install a complete plumbing system as indicated on the drawi and specified herein. 1.3 WORK INCLUDED 1.3.1 SANITARY SOIL, Wm AND VENT SYSTEM: Remove existing system required, modify and reinstall per approved drawings. DOMESIC HOT AND COLD WATER SY!XEM: Modify existing system add new runs to accommodate the relocation and addition of fixtures. PLUMBING FIXTURES AND EQUIPMENT: Install and do final hook up o new fixtures and equipment (FURNISHED BY OTHERS) as shown on approved drawings. FUEL GAS SYSTEM: Modify existing natural gas lines and size accommodate the installation of a new gas range, a larger water heater the relocation of the WAC unit. Provide all necessary tests required by the latest editions of Federal, S and Local Codes, on all systems. Excavation and backfilling for all underground lines. AU access panels, yard boxes and other accessories furnished complete installed. 1.3.2 1.3.3 1.3.4 0 1.3.5 1.3.6 1.3.7 1.4 GUARANTES 1.4.1 The Contractor, in accepting the contract, binds himself to replace or re at his own expense any defect in workmanship or material which may apl within a period of one year from the final acceptance of the work. H:\LIBRAR~UM'\WPDATA\SPC\SPC91030.FM PLUMBING - 154 0 1 WATER DAMAGE: The Contractor shall be responsible for all damage to : part of the premises or work of other Contractors, caused by leaks or bre: in the piping or equipment furnished or installed under this section, dur 1.4.2 e construction and guarantee period. 1.5 QUALITY ASSURANCE All work shall be accomplished by qualified journeymen and in conforma: with the latest editions of State of California Administrative Code, Unifc Plumbing Code and all applicable local codes. 1.6 EXPLANATION OF DRAWINGS Due to the age of the building and the lack of as-built drawings, approved drawings pertaining to the work of this section are essenti; diagrammatic and show the intent of the work. If the drawings are conflict with code requirements it shall be brought to the attention of Owner and/or the Project Manager to be resolved. PART 2 - PRODUCTS 2.1 MATE= 2.1.1 GENERAL: Materials and equipment shall be standard, cataloged prodi of manufacturer's regularly engage in the manufacture of these products shall be of the latest standard design that conforms to these specificatic e 2.2 PIPE AND FITIINGS 2.2.1 WATER PIPING AND FI'ITINGS: Shall be "L" copper tubing, hard dra 95/5 solder with wrought type solder fittings and adapters for screw I connections. Type "L" copper with silver brazed fittings below slab. WASTE PIPING: Shall be service weight cast iron no-hub soil piping fittings. Johts below grade shall be made with M.G. couplings. Joints ab grade shall be made with ideal stainless steel bands. VENT PIPING: Service weight cast iron pipe and fittings as specified waste piping. GAS PIPING: Inside building, schedule 40-A-120 black steel screwed 1 with 150 pound black bonded malleable iron fittings. Outside build schedule 40-A-120 galvanized steel and galvanized fittings as specified ab( 2.2.2 2.2.3 2.2.4 2.3 VALVES AND UNIONS a H:UIBRARYWM\WPDATA\S~PC91030.FM PLUMBING - 154 7 Ball valves, threaded 2.3.1 2.3.2 2.3.3 Water piping valves shall be Nibco, or equal. soldered, sized per U.P.C. and local codes. Gas cocks to be Walworth, or equal, sized per U.P.C. and local codes. Unions shall be installed at each threaded connection to all equipment. c Unions shall be located so that equipment can be easily disconnected removal. Unions shall be Nibco, or equal for copper pipe and Grinnell equal for steel pipe. 2.4 MIS-OUS PLUMBING ACCESSORIES 2.4.1 2.4.2 Cleanouts to be J.R. Smith, Zurn, or equal. Roof flashing furnished and installed on each pipe passing through the r( Stoneman, or equal, four pound seamless lead flashing assembly IA reinforced boot and cast iron counter flashing sleeve. Insulation on all hot water supply piping, Manville "Micro-lock" ( fiberglass. Fittings and valves shall be insulated with "Zeston" PVC COT with fiberglass inserts. Fixtures shall be installed complete by this contractor, who shall supply each sanitary fixture a 17 gauge chrome tailpiece, a Los Angeles pattern ( brass trap and wall flanges and a chrome plated brass casing between 1 2.4.3 2.4.4 e and wall flanges. 2.4.5 Fixture supplies to lavatories, sinks, and flush tank water closets, shall chrome rigid and be equipped with chrome plated screwed type ar compression stops as manufactured by Chicago or equal. PART 3 - EXECUTION 3.1 EXCAVATION AND BACKFILLING 3.1.1 Prior to the saw cutting under section 0250 (demolition) this contractor s determine the exact sanitary fixture locations and shall provide the layou1 trenching of the underground waste lines. After the saw cutting is complete and the concrete is removed, the contra shall trench to the correct depth and to grade. Trenches shall be bot smooth. 3.1.2 H:UJBRAR~UM\WPDATA\SPC\SPC9103O.FM PLUMBING - 154 0 7 Backfill of trenches of underground waste lines shall not occur until tests i inspections have met with the Owner's approval. After approval backfill sk be accomplished with clean soil free from rocks and compacted to 90% surrounding soil. Concrete patching by others. 3.1.3 e 3.2 PIPING, rm6IzJRES AND EQUIPMENT 3.2.1 Copper tubing joints shall be made with 95/5 solder threaded adapters sl: be used where required. No-hub cast iron soil pipe connections shall be made with M.G. COUPE below grade and ideal couplings above grade. The sewer lines in trenc shall be laid and fitted so that sewer will have a smooth and uniform invi Where pipes pierce the roof, extend pipe 7 inches above the roof exc where local codes require exceeding this dimension, and furnish r flashing. All closet bend, trap arms below the floor shall be adequately blocked secured. All piping installed above grade within the building shall be secl to structural framing with Unistrut or pipe clamps to provide a r installation. All piping shall be isolated from other piping, any part of the build framing, conduit, etc., with suitable pipe isolators. 3.2.2 3.2.3 3.2.4 3.2.5 3.3 FIXTURE INSTALLATION 3.3.1 e Set fixtures, supplies, traps and trap outlets square with the wall, in line v fixture outlets without offsets, angles, or bends. Grout joint between wall or floor with silicone sealant to provide smoc even, water tight seal. All connections to fixtures shall meet all code requirements and bc accordance with manufactureis recommendations. 3.3.2 3.3.3 3.4 TESTING 3.4.1 3.4.2 Soil, waste, vent lines within the building shall be head tested. All water and fuel gas lines shall be pressure tested. All leaks shal repaired by remaking with new material. No makeshift leak stop methods are acceptable. H:WBRARnUM\WPDATA\SPC\SP@91030.EM PLUMBING - 1544 0 1 The contractor shall perform all pressure tests required by codes, Uti1 Companies, and local governing authorities. 3.4.3 0 3.5 COMPLETION OF INSTALLATION 3.5.1 3.5.2 Clean all equipment, materials, and fixtures thoroughly. Flush each unit of water supply and distribution thoroughly with clean wa at highest velocities attainable. Clean all piping, valves, traps, strainers, water heaters etc., flush and or bli out until free of scale, oil, silt, sediment, pipe dope and all foreign matter any kind. 3.5.3 END OF SECTION 0 H:WBRAR~UM\WPDATA\SPC\SPC91030.FM PLUMBING - 154c a SECTION 15500 - MECHANICAL (H.V.A.C.) 0 PART1-GENERAL 1.1 GENERAL, CONDITIONS The General Provisions and Division 1 are a part of and apply to this sectj 1.2 SCOPE The work under this section shall include all labor, materials, and equipm and incidentals to complete the satisfactory installation and operation of heating, ventilation, and air conditioning systems. 1.3 WORK INCLUDED 1.3.1 The work shall include the removal of the existing unit from the interio the building. The existing unit shall remain the property of the owner. Furnish and install new five (5) ton package unit atop the roof so a! facilitate the tie in to the existing ductwork, and determine the size location of platforms. (To be constructed by others) All new additions modifications must be compatible with the existing system. To modify existing size and add new ductwork, including return air ducl as indicated on the approved drawings. To furnish and install all I flashings and counter-flashings related to the installation of this system To furnish and install the new exhaust fan in the shower room as indicz on the drawings. To provide and install ductwork for range hood (FURNISHED BY OTHEI Ductwork to be sized and installed to range hood manufactur specifications. 1.3.1 1.3.2 1.3.3 1.3.4 1 -4 RELATED WORK 1.4.1 The following work will not be furnished under this specification but wil furnished by other trades: A. Line voltage wiring B. Openings in walls and roofs C. Cutting, patching, and furring 0 H:UIBRARnUM\WPDATA\SPC\SPC91030.FM MECHANICAL (H.V.A.C.) - 155( D. Roof platforms E. Painting F. Door modifications 1.5 CODES AND STANDARDS 0 All work and materials shall be in full accordance with the latest Fede State Uniform Codes, local codes and regulations, State Fire Mar: Regulations, the National Electric Code, and other applicable codes regulations. 1.6 WARRANTES AND SERVICES The contractor under this section shall warranty the entire H.V.A.C. Sys for a period of one year after acceptance and start up against defect materials and workmanship. Any failures or defects during this period s be corrected at no expense to the owner. PART 2 - PRODUCTS 2.1 EQUIPMENT AND MAERIALS 2.1.1 Unit shall be a natural gas combination heating and cooling unit, as ca for on Sheet 3 of the approved drawings, manufactured by Carrier, Mc 48N, or equal. 2.1.2 Equipment specified by the manufacturer's number shall include accessories and controls, etc. listed in the catalog as standard with equipment. DUCTWORK: All ductwork shall be galvanized steel conforming to A5 A527 with full compliance with tables 10-A, lO-B, 10-E of the Unif Mechanical Code and S.M.A.C.N.A. Standards. Flexible air duct (concealed areas only) maximum 7 feet in length for f connections to outlets. Glass-flex ABL 181 or approved equal. INSULATION: Concealed supply ducts shall be insulated with 1 inch t 3/4 pound per cubic foot density glass fiber external duct insulatio1 manufactured by Owens-Coming or equal. Plenums and return ductwork that necessitate internal insulation shall 1 1 inch, 1-1/2 pound per cubic foot density fiber duct liner with vinyl coat as manufactured by Owens-Corning Aeroflex duct liner or equal. 0 2.1.3 2.1.4 2.1.5 2.1.6 0 H :WBRARnUM\WPDATA\SPC\SPC9 1 030.FM MECHANICAL (H.V.A.C.) - 155( I 2.1.7 DIFFUSERS, REGISTERS AND GRILLES: drawings. Finish of all the air distribution outlets shall be off-white ba enamel. EXHAUST FAN: As specified on the drawings. Shall be as called for on 2.1.8 0 PART 3 - EXECUTION 3.1 INSULATION 3.1.1 The location of equipment and ductwork indicated on the drawing approximate and shall be changed to meet existing and structural conditii as required. Install all equipment in this section in strict accordance with manufactur recommendations. Coordinate framed openings in walls, and roof for ductwork in advancr work. Furnish any additional drawings or dimensions to facilitate the cut1 and or the framing of said openings. Ductwork shall be installed in a neat appearance properly strapped, all jo properly sealed and external insulation properly applied all in accorda with S.M.A.C.N.A. regulations. Do not allow any of this work to be covered prior tot he inspection i acceptance by the owner. 3.1.2 3.1.3 3.1.4 3.1.5 0 3.2 TESTING AND BALANCING 3.2.1 3.2.2 3.3 CLEANUP 3.3.1 Perform start-up, testing and balancing to the satisfaction of the owner Calibrate all controls for maximum comfort and energy conservation. After all testing, balancing, and calibration, thoroughly clean all equiprr and leave all surfaces properly prepared for painting if required. Remove all debris from site and dispose of in a legal manner. 3.3.2 END OF SECTION @ H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM MECHANICAL (H.v.A.c.) - issa SECTION 16050 - ELECTRICAL 0 PART1-GENERAL 1.1 GENERAL CONDITIONS The General Provisions and Division 1 are a part of and apply to this sectj 1.2 SCOPE The work under this section shall include the furnishing of all la1 materials, and equipment to provide a complete and operable electr system as shown on the drawings and as specified herein. All miscellane items of work and materials necessary to the completion of the installa1 shall be provided, whether or not mentioned in these specificatiom indicated on the drawings. 1.3 WORK INCLUDED 1.3-1 BRANCH ClRCUlT WIRING: Modify existing wiring to accommodate relocation and addition of new outlets. The addition of a new applie circuit if necessary to provide for the additional kitchen appliances. S include all sub-panels circuit breakers, wiring devices, disconnect switc pull boxes, wiring and conduit. LIGHTING SYSTEM: To include the modification of existing and additio new wiring for a complete renovation of the lighting system as shown on drawings. The installation of light fixtures, and mounting hardware a part of this section. Contractor shall furnish and install all light fixtu lamps and other components to include boxes, switches, dimmers, photo controls, time switches and relays. Work shall include wiring of new ligh to the existing emergency call system as shown on the drawings. CONNECXON OF MECHANICAL EQUIPMENT: Extend existing line voll wiring from the present furnace equipment location to the new location, i the roof. Check the new mechanical equipment requirements and pro the applicable fused disconnect. Provide and install all other control wi as required. All wiring and equipment installed atop the roof shall 1 weather-proof system. Provide electrical wiring and switching for sho room exhaust fan. Provide electrical wiring for the range hood ventila fans and lighting. 1.3.2 1.3.3 1.3.4 EMERGENCY GENERATOR WIRING: Provide conduit, wiring and wi device to extend the existing temporary emergency generator wiring to a shop location as indicated on the drawings. Provide the applicable NE a H:WBRA€WUM\WPDATA\SPC\SPC91030.FM ELECTRICAL - 160! configured wiring device to make up with the generator device. Size wi~ and protection to the output ampacity of the generator. COMPUTER WIRING: Provide a new "clean" dedicated circuit with isolz ground for computer installation in the office area, as indicated on drawings. Wiring device shall be orange in color so as to identify purpose. PUBLIC ADDRESS SYSTEM: Check with owner or Project Manager prk rough electrical inspection to see if any modifications or additions are nee to be made in the public address system wiring prior to the closing of w' 1.3.5 0 1.3.6 1.4 EXPLANATION OF DRAWINGS Due to the age of the building and the lack of as-built drawings, approved drawings pertaining to the work of this section are essenb diagrammatic and show the intent of the work. If the drawings an conflict the latest edition of the National Electric Code or any Local Code requirements it shall be brought to the attention of the owner and or Project Manager to be resolved. 1 .s GUARANTEE The Contractor of this section shall guarantee all electrical work equipment for a period of one year from the date of acceptance. Any rep required shall be accomplished with no expense to the owner. 0 PART 2 - PRODUCTS 2.1 GENERAL Materials and equipment shall be standard catalogued products manufacturers regularly engaged in the manufacture of these products shall be the latest standard design that conforms to these specifications 2.2 RACEWAYS 2.2.1 METALLIC CONDUIT: Rigid steel conduit, intermediate metallic conc (IMC) fittings and accessories shall be hot dipped galvanized, with threa connectors. Threadless connectors are not acceptable. ELECTRICAL, METALLIC TUBING (Em): Shall be galvanized. Fittings s be compression type for sizes to 2 inches and set screw. For sizes aboT inches. 2.2.2 e H:UIBRAR~UM\WPDATA\SPC\SPC91030.FM ELECTRICAL - 160: 2.2.3 a 2.2.4 FLEXIBLE CONDUIT: Shall be galvanized steel and shall be installed v "JAKE" type connectors. LIQUID TIGHT STEEL, CONDUIT: Shall be used to make connection mechanical equipment. 2.3 coNDucroRs 2.3.1 2.3.2 All conductors shall be copper and insulated for 600 volts. Conductors No. 4 AWG and smaller shall be type THHN/THWN; minir~ size of conductors shall be No. 12 AWG. Conductors larger than No. 4 A shall be type THW. 2.4 SPLICES 2.4.1 For conductors No. 3 and smaller, use Skotchloc Spring connectors. larger cables use solderless connectors. 2.5 OUTLET AND JUNCI'ION BOXES 2.5.1 Galvanized pressed steel, knock out type 4 inches square by 2 1/8 in( deep with required device rings. Rayco, Bowers, or equal. Wall outlets I one conduit entry may be 2 1/8 inches square by 4 inches high. Switch boxes shall be solid gang boxes. Where two switches are installe one box, 4 11/16 inches square by 2 1/8 inches deep box shall be minim Exterior outlet boxes shall be cast and have drilled and tapped hc Connections shall be weatherproof and boxes shall have suitable gasker @ 2.5.2 2.5.3 2.6 RECEPTACLES 2.6.1 120 volt duplex grounding type specification grade 15 amp. Hubbel, Lev or equal. Provide ground fault interrupters where required by code. IT phenolic plates. 2.7 LIGHT !3WlTCHES 2.7.1 Toggle type, specification grade 120 volts Hubbel, Leviton or equal. IT phenolic plates. Photo-electric controllers as manufactured by Square D, Tork or Paragc 2.7.2 2.8 DISCONNECT SWITCHES a H :UIBRARr\UM\WPDATA\SPC\SPC9 1 030.FM ELECTRICAL - 160: 3 Horsepower rated NEMA 3 R fused as required by equipment rnanufactw 2.8.1 a PART3-EXECUTION ~ 3.1 CONDUIT AND WIRING 3.1.1 All conduit and wiring shall be installed, concealed in walls, above ceili or exposed (when approved by owner) in accordance with all c( regulations and the electrical drawings. Conduit runs are diagrammatic: shown on the drawings and exact routing shall be determined in the fie Conduit shall not be run closer than 6 inches to any hot water pipe, he; valve or vent. 3.1.2 3.1.3 . All equipment, boxes, disconnects, switches, conduit and wiring on exterior or roof of the building shall be weatherproof. Ground all metallic conduits, supports and enclosures in accordance with National Electrical Code. Nails, perforated tape or plumbers tape shall not be used for suppor conduit. Wooden plugs in masonry or concrete shall not be used as a 1 to fasten supports. 3.1.4 3.1.5 0 3.2 TESTING 3.2.1 All new circuits shall be tested for short or open circuit to ground wh megger; resistance to ground is to be in compliance with National Electr Code. END OF SECTION 0 H:\LIBRARnUM\WPDATA\SPC\SP691030.FM ELECTRICAL- 1601 September 25, 1992 I Vincent C. Cramer, General Contractor, Inc. 3410 Dove Hollow Rd. Ohenhain, CA 92024 Re: Bond Release - Fire Station #2 Remodel - Contract No. U/M 92-4 The Notice of Completion for the above-referenced project has recorded. Therefore, wt hereby releasing 75% of the Faithful Performance Bond. Please consider this letter as ; notification that $61,200.00 of Insurance Co. of the West Faithful Performance Bond B1201138 is hereby released. A copy of the recorded Notice of Completion is enclosed for your records. &r& Assistant City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 x -. Recording requested by* CITY OF CARLSBAU When recorded mail to: City Clerk City of Carlsbad Carl sbad, CA 92008 I" Q 1200 Elm Avenue I 1 12tIO 5. , '. :n 4 Space above for RecoLder' s IJXe CERTIFICATE NUMBER(S) 1479 13 14 AGENT’S NUMBER CANCELLATION DATE 99 74 31A 91 15/92 # June 17, 1992 Annette 3. Evans County Recorder P.O. Box 1750 San Diego, CA 92112-4147 Enclosed for recordation is the fol 1 owing described document: Notice of Completion - Contract No. U/M 92-4 Fire Station No. 2 Remodel Vincent C. Cramer, Contractor Our staff has determined that the recordation of this document is of benefil the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. &%X& Assistant City C1 erk Enc. I 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2: 4D ' a Rzcording requested by: CITY OF CARLSBAD Nhen recorded mail to: City Clerk City of Carl sbad 1200 Elm Avenue Carlsbad, EA 92008 * -4 I i -. /) :n * Space above for Recorder's Use