Loading...
HomeMy WebLinkAboutMINUTES - 01011969 - Rich Health Ctr phase II �,�r��,ca�d► ir1E.a,�tY� G�x��r �-ti'�t�c�ti:�at.. C.�,Ltti.�:c..� ��lt'.�t..IL�, 1p r.. lie e i 12345678910 Box Stored: Map N 1 r � 4�- COMETTA and SOOTARU L� AR\IAS SOOTARU.ARCHITECT AIA • ELVIN A.COMETTA 35IG \IACDONALD AVE.. RICHMOND. CALIF. 94805. ;I S P E C I F I C A T I O NS F O R RICHMOND HEALTH CENTER AND MEDICAL CLINIC SECOND PHASE DEVELOPMENT Contra Costa County Martinez, California `a : u S P E C I FI CATI ONS ` p RICHMOND HEALTH CENTER AND MEDICAL CLINIC SECOND PHASE DEVELOPMENT 37th STREET AND BISSELL AVENUE RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA for PUBLIC AGENCY CONTRA COSTA COUNTY, BOARD OF SUPERVISORS MARTINEZ, CALIFORNIA COMETTA AND SOOTARU Armas Sootaru, Architect and Elvin A. Cometta 3518 Macdonald avenue richmond, ca'lifornia 84804 V Arms Sootaru, Architect: California Certificate No. C-2175 WILLIAMSON 6 VOLLMER MILTON G. LEONG mechanical 8 electrical structural engineer engineers 27 JUNE 1969 j, 1033-67 -1- '`k'r'��vniT*��(h= '^t i ,. �1 ..� x�� y� �rnI :e�w. ;t iN c�� '7 ���' `ft.k�,s�:'��� Y) ,"i• � i z t (iS&,^.,{{t2 i.,e "!,��7 d rY i:�..s f J RICHMOND HEALTH CENTER & MEDICAL CLINIC SECOND PHASE DEVELOPMENT RICHMOND, CONTRA COSTA COUNTY CALIFORNIA • INDEX TO SPECIFICATIONS starts on - divisions and titles no. --__ A NOTICE TO CONTRACTORS (Advertisement) 3 B INSTRUCTIONS TO BIDDERS 5 C PERFORMANCE BOND 10 D LABOR AND MATERIAL BOND 12 E PROPOSAL (Bid Form) 14 F ARTICLES OF AGREEMENT (Contract) 18 G GENERAL CONDITIONS 19 Guarantee Form 42 Form Standard to Accompany Final Payment 43 divisions section no. and title no. of mages AA SPECIAL 2 CONDITIONS X - GENERAL 1 SPECIFICATIONS BB PROJECT INFORMATION 2 CC CONSTRUCTION SCHEDULES 3 DO ACTIVITIES ON PREMISES 3 EE CONTRACT DOCUMENTS 2 FF ALTERNATES • lA GENERAL REQUIREMENTS 3 1 - GENERAL REQUIREMENTS �B MATERIALS 3 5 1D CODES & STANDARDS 3' IE TESTS & INSPECTIONS 4 IF GENERAL TECHNICAL PROVISIONS 3 1G TEMPORARY WORK 2 1H PROTECTION WORK 1I (NOT USED) 4 1J COMPLETION OF WORK 2A DEMOLITION 2 2 - SITE WORK 2B TRENCHING & BACKFILLING l 3A FORMWORK 3 3 - CONCRETE 3B SLAB FINISHES 7 3C CONCRETE 7 4 - MASONRY (No Sections Required) I 5 - METALS 5A GALVANIZING & PRIMING 5 5B MISCELLANEOUS METAL 2 5C METAL RAILING S 5D METAL DECKING 4 4 6 - CARPENTRY 6A ROUGH CARPENTRY3 68 FINISH CARPENTRY 3 i bC CUSTOM MILLWORK -2A 1. 033-67.61: 7 ���Lfi�a1��"zw4.."�r4'��;f`=. ."`T}_�'istsc...s'�Y�[e''f:�f�'s�dia._C.a.-�,ts�.e.F�t_�..'�>f+.......v.t.F.i..r_fF.f.w fi>'... -.a•ii...r �. .e�. .J...<5..'. divisions section no. and title no of I? 7 - MOISTURE 7A CAULKING & SEALANTS 2 PROTECTION 7B BUILT-UP WATERPROOFING 1 7C BUILDING INSULATION 7D CUSTOM SHEET METAL WORK 3 8 - DOORS & 8A HOLLOW METALWORK 2 ' WINDOWS 88 ROLL-UP DOOR 7 ' 8C FINISH HARDWARE 8D GLASSWORK 2 9 - FINISHES 9A. 1 LAT14ING 5 9A.2 ALTERNATE FOR LATHING 3 9B PLASTERING 4 9C.1 DRYWALL FRAMING 4 9C.2 ALTERNATE FOR DRYWALL FRAMING 4 9D GYPSUM WALLBOARD 2 9E GYPSUM WALLBOARD FINISHING 3 9F TILEWORK 3 9G TERRAllO 2 9H RESILIENT FLOORING 7 9I PAINTING 2 91 WALL COVERING 2 9K FIREPROOFING REPAIR 10 - SPECIALTIES IOA METAL PARTITIONS 2 . 10B FOLDING PARTITION I IOC CHALKBOARDS & TACKBOARDS 2 IOD DIRECTORY 1 10E ROOM SIGNS 1 1OF PREFABRICATED WOOD CABINETS 5 IOG SPECIAL ACCESSORIES 2 11 - EQUIPMENT (No Sections Required) 12 - FURNISHINGS (No Sections Required) 13 - SPECIAL CONS 13A SUSPENDED GRID CEILINGS CONSTRUCTION & ACOUSTICAL TILE 5 14 - CONVEY'G SYSTEMS (No Sections Required) 15 - MECHANICAL 15A PLUMBING 13 15B HEATING, VENTILATING & AIR CONDITIONING 24 15C FIRE* PROTECTION SYSTEM AND EQUIPMENT 3 16 - ELECTRICAL 16A ELECTRICAL 14 Notes: (1) This index is based on AIA-CSI Uniform System (2) Under these specifications, reference to: General Conditions Section No's are used thus: GC 1. . Special Condition Article No's are used thus: SC I . Technical Divisions are used thus: 2 - SITE WORK. TechnicalSections are used thus: DEMOLITION-2A. :.n 1033-67 26 t �'�c3 Yh1`3.5 {.'fvy-kwF?•1.�"3.+.},.�. ' .;.' ,,t.,�-,yis,!r r.',,,kr.i .,f,T,l,f. ..'t �`. .�.,x r..,:,<:� .. ....r 3'' �+, ...,..... ., . . ., .. ... i_ ^1-lr. DIVISION A. NOTICE TO CONTRACTOR ® (Advertisement) N Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transportation and services for va7 the construction and completion of the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th and Bissell Avenue, Richmond, California. Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administra- tion Building, Martinez, California, as prepared by COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta. The drawings and specifications may be examined at either the office of the Clerk of the Board of Supervisors or the office of the Architect, and copies of said docu- ments may be obtained at the office of the Architect upon deposit of Twenty-Five Dollars ($25,00) per set. Each bid shall be made on a bid form to be obtained at the office of the Archi- tect and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of Ten percent (10%) of the Base Bid amount, made payable to the order of "The County of Contra Costa", and shall be sealed and filed with the Clerk ` of the Board of Supervisors. Bid proposals shall be submitted on or before the Fourth (4th) day of November, 969 at 11:00 A.M. and will. be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. ti �o The successful bidder will be required to furnish a Labor and Material Bond in om an amount equal to fifty percent (50x) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent .(100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. • -3- t NOTICE TO CONTRACTORS (Continued) The said Board reserves the right to refect any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may with- draw his bid for a period of thirty (30) days after the date set for opening n �� thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By W. T. Paasch County Clerk and Ex Officio Clerk of The Board of Supervisors, Contra Costa County, California • Dated: , PUBLICATION DATES: ti \o M O ��a�5t • i � t < r > �t k x ��.�ar���� k t•Y a f� x. +a 1 .�54 z i i e .tF`n tt 5 ; r ,eF t7 S , x-. A 4 rF r F ' d .:* JF f ` r� ` �. �Si�....�4;"'��t�}h`$,�,'�� � 1 (.M t)�` S'°.�y''d�7 i•.Y.y.•a .�,:*,{'n-Yr��3 `3-! + Y lr�' 'irY�?n lx.� L�ii a�F.C) .� b�R J r't`m'4 r, c eQ�, raY 4 r{ 8t, !-• t 9c3,�, C .5..,. •Y• r'� .� Gtihasn dr r'f. �'s�i'�F..& a2�w tl',"c.s <.'r'F. 6 ,l?£e t6.Ott �C..,'z•. �4ti '':k_�Nt... :ku_.. k .F.w .c�.�-S..,e�t'.✓..:_..,-^n?1L: .. fMr er�e`Jr 7..:..... DIVISION B. MTRUCTION gQ BIDDERS: B The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior 4 to bid in submitting his proposal, and to the conditions affecting the award of contract. } SECTION 1. COMPETENCE OF BIDOfAS: (a) License: No bidder may bid on work of a kind for which he i* not properly licensers, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract offirr+r A.. indicated. SECTICN 2. SECURING DOCUMENTS: Drawings and Specifications may be secured at the office of COMEi'TA & SOOTARU, 3516 Macdonald Avenue, Richmond, California 94868. =rte SECTION I ON_3. DEPOSIT: A deposit of Seventy-five Dollars ($75.00 ? ° per not for each project is required of each bidder who desires to secure Drawings and Specifications. which deposit is a guarantee that the Drawings and Specificationp will be returned in good condition. SECTION G. €XAMINATION OF PLANS, SPECIFICATIONS, AND SITE GF THI WORK: (a) CORIACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shalt investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface. and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requires+ents of the proposal, plans, and specifications of the contract. f`. Where investigations of subsurface conditions have been made by the a County in respect to foutsdation or other structural design. and that information is shown in the plans, said information represents only the statement by the County an to the character of material which has been actually encountered by It in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpretation therefor. There is no suarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked. for developments s:ay not occur. Making such Was tion avail. able to bidders is not to be construed in any way as a Waiver of the provisions SECTION 4. EXAMINATION OF PLA S, SPECIFICATIONS, AND SITE OF TRE WORK: (a) CONTRACTOR'S RESPONSIBILITY: (Can't.) of this article concerning the Contractor's responsibility for subsurface few conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. L „;. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the RK existence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cautioned that such utilities may include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: , All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persona, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division G of these specifications. .,_. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between drawings and specifica- tions shall be governed by Section 15 of Division G of these specifications. SECTION S. STATE AND COUNTY LABOR AND MATERIAL REQUIREMENTS: Attention is called to the State and County labor and material requirements, which form a part of the Contract. SECTIO b. BIDDING` DOCUMENTS: ( Pro, sal Forma (a) Bids shall be made upon the form therefor obtained at the office of the Architect, with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signing shall be in longhand. The completed form should be without inter lineations. alterations or erasures, no alternative proposals. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. .6. 3ECTIC.N 6. RIDING DOCUMENTS: (Con't.) (c) List of Proposed Subcontractors: Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount In excess of h of 1 ,M percent of his total bid, in accordance with Chapter 2, Division 5. Title 1, of i* !; the Government Code. See Section 1 of Division G of these specifications for definition of subcontractor. See Section 6 of Division G of these specifications for further reference to subcontractors. m, (d) Bidder's Security: All bids shall have enclosed cash, a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation authorized to issue surety bonds in the Stat of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 7. SUBMISSION OF PROPOSALS: H Proposals shall be submitted to the Clerk of the Board of Super- visors of Contra Costa Count at the lace indicated on the bid `'� y' County p proposal . It +� the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly Identified as a proposal for the work being bid upon and addressed as directed In the Notice to Contractors and the bid proposal. Failure to do so may result In a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION R. WITHDRA14AL OF PROPvSALS: ,any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of siich bice is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral, telegraphic, 2E telephonic request to withdraw a bid proposal Is not acceptable. The withdrawal of a bid shall not prejudice the right of a budder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. SECTION 9. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are Invited to be present. SECTION 10. R&JECTION OF IRREGULAR PROPOSALS: • Proposals may be rejected if they show any alteration of form, addl. tions not called for, conditional bids, incomplete bids. erasures, or irregularities of any kind. If bid amount Is changed after the amount is originally inserted, the change should be initialed. !!7. SECTION 10. REJECTION OF IRREGULAR PROPOSALS: (Con't.) The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 11. COMPETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 12. AWARD OF CONTRACT: a The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. ._ Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 13. CONTRACT BONDS : The Contractor shall furnish in a form acceptable to the County the two surety bonds listed below. (a) Labor and Material bond in an amount equal to fifty percent (50%) of the Contract price. (b) Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price. Until the aforesaid bonds are filed and approved as herein provided, no claims in favor of the contractor arising under the contract shall be audited, ntlowed, or paid by the County. SECTION 14. EXECUTION OF CONTRACT: The contract shall be signed by the successful bidder in duplicate counterpart and returned within 5 days of receipt, not including Saturdays, Sundays, and legal holidays, together with the contract bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will he at his own risk and as a volunteer unless said contract is so approved. . .g� SECTION 15. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received W the contract for execution shall be ,just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be readvertised or may be constructed by day labor as provided by State law. • F t yi t S J ) } d . *fi..},,,.'=:' '9r- ."t` tF:.�r,t, y, .fN„,..�.-�,.„„s ,4:cf - ,.�,fil 1,...;, .i�:;«. * ><� ;�#'°:Gx � :o ry,r.-•y.�vf;,;�`Y+4 y�,�,'�1:..�,5'�fr'�.J � ti � k... ,. 4a��y�. <��'s 4 ��'''�`3'�.t-,x.y.ti;rY£ 'fY��{- +E lY1�1t .�l� t'.. �z��J 3'..�§,,�', ,1,a Yt+rsrFf;�`c�f"`�ia;„ �,"e,.L rl i4 .3'•,�,'�pia�r �3F�P 1'ji DIVISION C. PERFORMANCE BOND KNO14 ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed , 19_, has awarded ,. to hereinafter designated as the "Principal", a Contract for constructing 0 and, g WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal • sum of Dollars ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, ,jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. • -10- ® PERFORMANCE BOND (Con't .) And the said Surety, for value received, hereby stipulates and ^� agrees that no change, extension of time, alteration or addition to the terms r of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) (Principal and Surety) Principal (and acknowledgment ) (and Notarial Seal to) By (be attached. ) ,� Surety By The above bond is accepted and approved this day of , 19 The above bond is accepted and approved this day of , 19 • DIVISION D. LABOR AND MATERIAL BOND NOW ALL MEN BY THESE PRESENTS; That WHEREAS, County of Contra Costa, State of California and irrrrr.rrr.�r+..r r.�.�r_r_rrr�.rrr�r�r.�rr�r�r�.r.rr.r�. hereinafter designated as the "Principal" have entered into a Contract for r , furnishing of all materials, labor, services and transportation, necessary, convenient and proper to which said agreement dated , 19and all of ' the Contract Documents attached to or forming a part of said agreement, are hereby referred to and made a part hereof; and WHEREAS, pursuant to law, the Principal is required before enter- ing upon the performance of the work, to file a good and sufficient bond with the body by whom the Contract is awarded, to secure the claims to which reference is made in Section 4200 to 4208, inclusive, of the Governmental Code of California, and Section 1184 (e) of the Code of Civil Procedure of California, NOW, THEREFORE, THESE PRESENTS WITNESSETH; . That the said Principal and the undersigned as corporate surety, are held and firmly bound unto all laborers, materialmen and other persons referred to in said statutes in the sum of Dollars ($ ) lawful money of the United States, being a sum not less than one-half ) of the total amount payable by the terms of said contract, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, or assigns, jointly and severally, by these presents. The condition of this obligation is that if said Principal or any of his or its subcontractors, or their heirs, executors, administrators, suc- cessors or assigns of any, all or either of them shall fail to pay for any materials, provisions, or other supplies, or machines, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with renpect to such work or labor, that said Surety will pay the same in an amount not to exceed the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay a reasonable attorney's fee to be awarded and fixed by the Court, and to be taxed as costs and to be included in the judgment therein rendered. -12- DIVISION D. LABOR AND MATERIAL BOND (Con't.) it is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all personst companies, and corporations entitled to file claims under Section 1184(e), of the Code of Civil Procedure, so as to ,N give a right of action to them or their assigns in any suit brought upon this bond. .��- Should the condition of this bond be fully performed, then this obligation shall become null and void; otherwise it shall be and remain in full- force and effect. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of said contract or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alterations or addition. IN WITNESS WHEREOF.. this instrument has been duly executed by the Principal and Surety this day of , I9 . Principal BY Surety By Attorney-in-fact The above bond is accepted and approved this day of s 19 • ,. r.t •.re y.:.:i.,•1 .�Zes-iiti.f- f. .y.., .:! - •,. ... tee.....a.. ....... Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th .day of November, 1969 -� at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: • Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ ) , ALTERNATES: 1. ALTERNATE NO. 1 - METAL FRAMING: ti rt State the amount to be added/deducted to the Base Bid for oM providing metal framing, in lieu of wood framing for partitions, as indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / Deduct the sum of: Dollars - -14- DIVISION E. PROPOSAL (Bid Form) Contd. (B) It is understood that this bid is based upon completion of the work within --q,+o — calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75-00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. DIVISION E. PROPOSAL (Bid Pont►) Cont. (C) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding. and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the name and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. Bidders Bond Cashiers Check Certif ted Check ( 1) The following addendta are hereby acknowledged as being included in the bid: Addendum # dated Addendum # dated Addendum # dated •16- l7 DIVISION E. PROPOSAL (Bid Form) Con't. Address Phone Licensed in accordance with an act providing for the registration of Con- . tractors. Classification and License No. Dated this day of LIST OF SUBCONTRACTORS: (As required by SECTION 12 - ,SUBCONTRACTORS (C)BEofLISTED lnstruction to SUBSTITUTION lease ION OF SUCONTRACTORS", Paragraphs (A). Portion of Work Name Place of Business .t s -`, w'o f# �x:>Y c,.t4 ,6 n� k �cf �+ n+Y 1< K, «:11 �� .k �. '� ,.fix XykM. '"�.$. ..✓ � �� `'si'fi,G'� + DIVISION F. ARTICLES OF AGREEMENT. (Contract) See attached Contra Costa County Standard Form. '�?> s .7��'i� ;,+ . ,: t .xh„4 `r 2e ,$° , � .k:}„. i sr f � ,srcu t%� a3 y"€2 ,.7 s� te�r �z.A'�':t s•.� ,.�� ,..� 3, x.,,;,, C�-�°e ., 'SjS��` �5. -4 *tr:rix.,•�':�ii Y.g �.,;•, "�i.`s �a� �r ;.rj, �..t `�:itfi' +.vr ��j,, �.r t..� cs. (�l�:rv..t .�y{ar..s1 t•�-:t� ;s. �h..��./.t z.r -7�u'.; :L3ib;�E .�.�1 r...�p ��t �3..'R”-:1' 7 srv*F-..'.�:':<i xc.,�?sY t�r,�.�,�' rl.Q 11, •�'-1•Sr .�, ,;>x ,..,.,,,.Y�sA3T ..S ,y.�?tl��'ri,' t5ir.�2;, �r'�.��"'�"'.. �,Si f� 3'sr Y"' �"�1^} .f+'�'; �""*� �� �*as .. a�w,y;. tom., t,. � �t,��� 2• f•+c �v3Yx,�" N"'�',�;s�'s`,s.,y ���i� �'"'�, - � a <�p;. ��� 1 � 5 ir2i CONTRACT "+? (Construction Agreement) �� (Contra Costa County Standard Form) 0 1. VARIABLES, These variables are incorporated below by reference. s (142,3) Parties: (Public Agency] }i (Contractor] Z (12) Effective Date: (See 64 for starting date. ; (13) The Work: (14) Completion Time: (strike out (a) or (b) "calendar" or "working"] a (a) By [date] x q " (b) Within calendar/working days from effective date. r� • rf, " (15) Liquidated Damages: $ 9 9 per calendar day. (16) Public Agency 's Agent: (17) Contract Price: $ (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) [Strike out parenthetical material if inapplicable. ] 2. SIGNATURES S ACKNOWLEDGMENT. IwoPublic Agency, By: (President or Chairman) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code 11861 concerning Workmen's Compensation Law. By: Designate official capacity in the business] Note to Contractor: (1) Execute acknowledgment form below; and (2) if a corpora- tion, attach a certified copy of the byZaws, o_ of the resolution of the Board of Directors authorising execution of this contract and of the bonds required hereby, ------------------------------------------------------------------------------------------ State of California ) as. ACKNOWLEDGMENT (by Corporation, County of ) Partnership, or Individual) The person(s) signing above for Contractor, known to as in individual and business capacity as stated, personally appeared before as today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: (SEAL) Notary Public ------------------------------------------------------------------------------------------ FORM APPROVED: J. B. CLAUSEN, County Counsel, Ey Deputy (Page 1 of 4) CCC".'l, Rev. 9-69) i V. %4 rfq 3. WOFX CONTP,ACT, CHANGES. (a) B their signatures in Section 2 effective on the above Y g r " date, these parties promise and agree as set forth in this contract, incorporating by ` these references the material ("variables") in Sec. 1. (b) Contractor shall at his own " ' ` cost and expense, and in a workmanlike manner, fully and faithfully perform and complete F` b this work; and will furnish all materials, labor, services and transportation necessary, t qx convenient and proper in order fairly to perform the requirements of this contract, all etlxY Utz strictly in accordance with the Public Agency's plans, drawings and specifications. '�� ; c' (c) This work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to in Sec. 7 without such an order. pay more than specified YJ r r r Mr` 4. TIME: IJUIICc' TO PROCEED. Contractor shall start this wort, as directed in the easel- � f fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. �;f? ` 5. LIQUIDATED DAMACEu. If the Contractor fails to complete this contract and this worksfr`et$ within the time fixed therefor, allowance being made for contingencies as provided herein, �.y�r he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to :'. ascertain and fix the Public Agency's actual damage from any delay in performance hereof, 'Fr'zs it is agreed that Contractor will pay as liquidated damages to the Public Agency the rens reasonable sum specified in Sec. 1, the result of the parties reasonable endeavor to F , "r estimate fair avt•rnge compensation therefor, for each calendar day 's delay in finishing { 4 said work; and ft the same be not paid, Public Agency may, in addition to its other ,, ry is remedies, deduct the same from any money due or to become due Contractor under this con- r . "` tract. If the Pub].ic Agency for any cause authorizes or contributes to a delay , suspen- r,r. Sion of work or extension of time, its duration shall be added to the rime allowed fcr completion, but It shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. 6. INTEGRATED DUL'UMENTR. The pions , drawings and specifications, of any Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into ' this contract; and they are intended to co-operate, so that anvthing exhibited in the plans or drawings and not mentioned in the specifications, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning fT thereof when taken all together; and differences of opinion concerning these shall be 1 finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, ka and as full compensation for all this work, the Public Agency shall pay the Contractor Z$`f the sum specified in Sec. 1, except that in unit price contracts the payment shall be for ]'' finished quantities at unit bid prices. (b) On or about the first day of each calendar month the Contractor shall submit to the Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to } Contractor a certificate for the amount determined to be due, minus 10% thereof pursuant to Government Cade Sec. 53067, but not until defective work and materials have been '.r. removed, replar.ed 'and made good. 8. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: t (1) Defective work not remedied, or uncompleted work, (2) Claims filed or reasonable evidence indicating probable filing, (3) Failure to properly pay subcontractors or for material or labor, (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses , the materials and labor which are not satisfactory to L it, so as to avoid unnecessary trouble or cost to the Contractor in making good any a defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work, it shall Issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, -provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not (CC-1; Rev. 9-69) (Page 2 of 4) reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. r J; 8. INSURANCE. (Labor Code 441860-61) On signing this contract, Contractor must give rfC� Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the. Director tr, or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Law. , 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for '1 ' approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. r� ' 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to "avis complete this agreement and work as provided herein, for a period of 10 days or more after +, written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. If the Public Agency sues toA .i `? compel performance, or for damages for breach of this agreement, or to recover the cost of completing the work, Contractor shall pay all the Agency's reasonable attorney's fees, rti costs of suit , and all its other expenses of litigation. f 14. LAW. APPLY. General. Both parties recognize the applicability of various federal , j i state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Seca. 1735 b 1777.6 forbidding dig- § � crimination) and intend that this agreement complies therewith. The g p parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, t especially in Secs. 1775 6 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. : _ uinrr ,� 13. SUBCONTRACTORS. Government Cade ¢44200-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public i Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, F classification, or type of workman needed to execute this contract, and said rates are as �s4 r1 specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. 4i ,t+j (b) This schedule of wages is based on a working day of 8 hours unless otherwise : , specified; and the dally rate is the hourly rata multiplied by the number of hours con- V stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work including all travel, subsistence, and fringe benefit P + 8 g Payments ; provided for by applicable collective bargaining agreements. All skilled labor not listed ' above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this work by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Seca. 1777.5, and 1777.6 on non-discrimination. 17. PREFERENCE FOR MATERIALS. (a) Pursuant to Government Code Sec. 4303, the Contractor shall use only such unmanufactured materials as have been produced in the United States, and only such manufactured materials as have been manufactured in the United States substantially all from materials produced in the United States. (Pago 3 of 4) (CC-1; Rev. 9-69) r (b) The Public Agency desires to promote the industries and economy of Contra Costa lr' County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this Count in ever case where the � y y price, fitness and quality are equal. r18. ASSIGNMENT. This agreement binds the heirs, successors, assigns, and representatives , of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer , agent or employee of the y " Public Agency Indicating the work or an f �str r g Y B y part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be a , thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS B INDEMNITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. hu (c) The liabilities protected against are any liability or claim for damage of any s; kind allegedly suffered, incurred or threatened because of actions defined below, including ,. ti, personal injury, death, property damage, inverse condemnation, or any combination of these, ' regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County approved the improvement plan or accepted the improvements as completed, Including the defense of any suit(s) or action(s) at law or equity concerning these. <;�t (d) The actions causing Liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this contract and attributable to the contractor, subcontractor(a) , or any officer(s) , agents) or employee(s) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plans) or apecification(s) in connection with this work, or has insurance or other indemnifica- tion covering any of these matters. S (Page 4 of 4) 4^ (CC-1, Rev. 9^69) DIVISION G. GENERAL CONDITIONS Section 1 Definitions 2 Governing Laws and Regulations 3 Patents and Royalties 4 Contractor's Responsibility for Work and Public Utilities 5 Bond and Insurance 6 Subcontracting 7 Time of Work and Damages 8 Progress Schedule 9 Temporary Utilities and Facilities 10 Permits and Licenses it Conduct of Work 12 Responsibility for Site Conditions 13 Inspection 14 Rejection of Materials 15 Interpretation of Contract Documents 16 Clarifications and Additional Instructions 17 Deleted 18 Product and Reference Standards 19 Materials. Articles. and Equipment. 20 Shop Drawings, Descriptive Data, Samples, Alternatives 21 Samples and Tests 22 Change Orders 23 Labor 24 Occupancy by the County Prior to Acceptance 25 Preservation and Cleaning 26 Payment of Federal or State Taxes 27 Acceptance 28 Final Payment and Waiver to Claims 29 Guarantees i i4 ct,.. <k is y'. ,:l r? C 1 f t t 4.s" t}•t. ' .b ,.:'ai'*`.t n1 '•'�t.�..4' 1S ri t4 yl a��h 1'?- , >,f.tits 4S ,!� -`< � Y` .. P �k• iv��'-t�.l.�fi���'��t�1.4�'���G ic.,rr-'+:.».x., ;..z+��ti$:.�1i e..lt;k.�,::1'.`r;K3 tt c�.Sv'.'S;.i�e i,.i;"`.J r.�..-�+,r1-..,�`.k-.ab6:`z.:''t.vy„,a.i;.ti1.�`Ai d,:tc<'6u��i na.=t,$f4L:h.r.ilk�,'4....,rh�+i•w4•::.'<SFt.n1.,b..:.,. ,. ,.,.,...,:1`, r.r.....,.<r.,_y'r; DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 1. Definitions: CS Whenever the following termsp pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents . Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; namely, Bidder--Any individual, partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will. act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Construction Supervisor or Inspector or Clerk of the Works--The authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plansp general condi- Lions, supplementary general conditionst specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual, partnershipp corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costap a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. (See Section 16B) . General Notes--The written instructions, provisionst conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. -20- DIVISION G. G„ENERAL CONDITIONS (Conft.) SECTIONi. Definitions (Can't.) Plans -- The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon. or exact reproductions thereof, adopted and approved by the County » Showing the location. character. dimension, and details of the work. Specifications -- The instructions, provisions. conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. ■ Subcontractor -- An individual, partnership, corporation. association. ,joint venture, or any combination thereof, who contracts with the Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent -- The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorizer) to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement -- A written agreement providing for alteration. amendment, or extension of the contract. Work -- The furnishing and installing of all labor, materials articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2, GOVERNING LAWS AND REGULATIONS: The Contractor shall keep informed of and observe, and coMly with and cause all of his agents and employees to observe and comply with all prevailing Federal, State and Local laws, and rules and regulations made pursuant to said laws, which in any way affect the conduct of—ft work of this contract. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire ?!arshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code. the Uniform Plumbing Code published by the Western Plumbing Off icialm Association. and other applicable State laws or regulations. Nothing In these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on ,job at all times during construction period. SECTION 3. PATENTS &ND R0YA1:r IE5: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use: of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County on comipletion of the work, if required. •21- DIVISION G. GENERAL CONDITIONS (Can't.) 0 SECTION 3. PATENTS AND POYALTIES: (Coni.) B. The Contractor shall assume all responsibility for the use of apparatus or devices covered by patents or copyrights, shall defend any suits brought by claimed infringements of any such patents or copyrights. and shall hold the County free from claims for damages incident to their use. SECTION 4. COMrMCTOR-S RESPONSIBILITY FOR WORK AIR PUBLIC UTILIJIES: A. The Work Until the formal acceptance of the work by the County, the Contractor shall have the charge and care thereof and shall bear the risk of Injury or damage to any part of the work by the action of the elements or from any other cause except as provided in Section 24. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good all such damages to any portion of the work occasioned by any of such causes before its acceptance. B.. g blic Utilities: a. The Contractor shall send proper notices, make all necessary arrangements, and perform all other services required in the care and maintenance of all public utilities. The Contractor shall assume all responsibility concern- Ing same for which the County may be liable. b. Enclosing or boxing in, for protection of any public utility equipment, shall be done by the Contractor. Upon completion of the Mork, the Contractor shall remove all enclosures, fill in all openings in masonry, grouting the same watertight, and leave in a finished condition. c. All connections to public utilities shall be made and maintained in such manner as not to interfere with the continuing use of sage by the County during the entire progress of the'work. SECTION S. BOND AND INSURANCIS A. The contractor to whom the work is awarded shall within five (S) working days after being notified enter into a contract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B*_COMPENSATION INSURANC6t The Contractor shall take out and maintain during the life of this Contract adequate Workman's Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's ComPensation Insurance for the latter'• employees, unless such enpleyses are covered by the protection afforded by the Contractor. -2Z. DIVISION G. GENERAL COMITICNS (Con't.) ® SECTION 5. BOND AND INSURANCE: (Coni.) .. i In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workmen's Compensation statute. the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect hi■ and any subcontractor performing work covered by this Contract, from claims for damages for personal injury. including wrongful death; as well as from claims for property damages, which may arise from operations under this Contract. whether such operations be by himself or by any subcontractor or anyone directly or Indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death. to any one person, and, subject to the same limit for each person. in art amount not less than $500,000.00 on . account of one accident, and property damage insurance in an amount not less than $513.000.00. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. FIRE INSURANCE: The Contractor shall carry fire and extended coverage insurance naming Contra Costa County as an additional insured during the period of construction of the work in an amount not less than the total amount of the progress payments received by him from Contra Costa County, lose the amount paid to him on account of excavation and foundations. E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance. and Fire Insurance shall be filed with the County and shall be subject to County approval for adequacy of protection. F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred per cent (100%) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or Improper materials or workmanship that may be dis. covered durinx that time. • -23- -V 23_ _ ,, DIVISION G. GfARAL CONDITIONS (Con i.) SECTION S. BOND AND INSURANCE: (Coni.) G. LABOR+AND MATERIALS BOND: One bond shall be in the amount of fifty per cent (50%) of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act, StCTION 6. , SUBCMRACTING: The Contractor shall be responsible for all work performed under this contract, and no subcontractor will be recognised as such. All persons engaged in the work will be considered as employees of the Contractor. The Contractor shall give his personal attention to the ful. fillment of this contract and shall keep the Work under his control. When any subcontractor fails to prosecute a portion of the work in a manner satisfactory to the Architect, the Contractor shall remove such subcontractor immediately upon written request of the Architect and he shall not again be employed on the work. Although the specification sections of this contract may be SLIM arranged according to various trades, or general grouping of work, the contractor is not obligated to sublet the Work in such manner. The County will not entertain requests to arbitrate disputes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and than only after a finding reduced to writing as public record of the awarding authority setting forth the facts constituting such emergency or necessity. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcon- tractors must be in accordance with the provisions of the "Subletting and Sub. contracting Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject him to penalties which my include cancellation of contract, assessment of 10 per cent of the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SECTION„ ..7. TIME-OF Yom, ORK,JNDD MMGES: The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obligates himself to complete the work on or before the date, or Within the number of calendar days, set forth in the Con- tract Documents for completion, subject only to such adjustment of time as may bee set forth in this article or pursuant to Section 22, X24- DIVISION G. GENERAL CONDITIONS (Coni.) SECTION 7. TIME OF WORK AND DAMAGES: (Con't.) -� If the work is not completed with the time required, damage ,!._ will be sustained by the County. It is and will be impracticable and extremely t °L difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay; and it is therefore agreed that the Contractor will pay to the County the sum of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time prescribed. If the Contractor fabs to pay such liquidated damages the County may deduct the amount thereof from any money due or that may become due the Contractor under the contract. The work shall be regarded as completed upon the date the County has accented the same in writing. n If it appears to the Contractor that he will not complete the work in the stated time, he shall make written application to the County as soon as he so determines, but at least ten (10) calendar days prior to the expiration of the time for completion, stating the reasons why an extension a should be granted and the amount of extension desired for each reason. The County may, then, in its discretion grant or deny such extension. Any money due, or to become due the Contractor, may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. Should the County, for any cause, authorise a suspension of work, the time of such suspension will be added to the time allowed for compls- tion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non-completion of the work after the adjusted time as required above. SECTION 8. PROGRESS SCHEDULE: Witl 'a three weeks after the Contractor has bean notified to start work, he shall submit to the County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work, the dates on which he will start each major subdivision of the work, and the contemplated dates of completion of such subdivision. When required by the County, the Contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. SE,�,C,TION 9. TEMPORARY UTILITIES AND FACILITIES: A. All water used on the work will be furnished and paid for by the Contractor. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the Work and upon completion of the work shall remove all temporary piping. •2S- r DIVISION G. GUNERAL CONDITIONS (Con*t,) SUCTION 9. TEMPORARY UTILITIES Aim FACILITIES: (Const.) B. The Contractor, at his own cost, shall furnish and install . all meters, all electric light and power equipment and wiring, all gas meters, gas equipment and piping that is necessary to perform his work and shall remove the some upon the completion of the work, The Contractor shall pay for all power, light and gas used in the construction work, C, The Contractor shall furnish, wire for, install and maintain temporary electric light wherever it is necessary to provide illumination for the proper performance and/or inspection of the work, The lighting shall pro. vide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being per. formed, This temporary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the representative of the County whenever required for inspection, D, The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the workmen. These facilities shalt be of an approved type conforming to the requirements of the County health Department, and shall be weathertight structures with raised floors. Structures �{ �— are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary condition, Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. E. See Special Conditions for Variations to the above requirements. SECTION I0,A_ PERMITS AND.LICENSE,S: Within incorporated cities, the Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the sane and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. The Contractors attention is called to Health and Safety Code Section 19132,9, which states that one public jurisdiction may not charge for building permits for another public jurisdiction, Within the unincorporated area of Contra Costa County, the Contractor shall obtain all permits, and all licenses that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, snd shall give all notices necessary in connection therewith. There will be no charge to the Contractor for permits issued by the County Building Inspector, i •26• DIVISION G. GENERAL CONDITIONS- (Con't.) SECTION 11. CONDUCT OF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on gr the County or others engaged in the work. He shall adjust, correct and coordi- nate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. D. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction. He shall verify dimensions and scale of plot plans, and shalt check all dimensions, levels, and construction. E. Where work of one trade joins, or is on other work, there shall be no discrepancy or incomplete portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will not be permitted. Should improper work of any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. F. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. Anchorage and blocking for each trade shall be a part of same, except where stated otherwise. G. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. H. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the contractor. SECTION 12. RESPONSIBILITY FOR SITE CONDITIONS: The following shall constitute exceptions, and the sole exceptions, to the responsibility of the Contractor set forth in Section 4, in the Instructions to Bidders: a. If during the course of the work the Contractor encounters active utility installations which are not shown or indicated in the plans or in the specifications, or which are found in a location substantially -27- DIVISION G. GENERAL CONDITIONS (Con#t.) SECTION 12. RESPONSIBILITY FOR SITE CONDITIONS: (Conot.) different free that shorn, and such utilities are not reasonably apparent from visual examination, then he shall promptly notify the County in writing. Where necessary for the work of the contract, the County shall issue a written order to the Contractor to make such adjustment, rearrangement, repair, removal, alteration, or special handling of such utility, including repair of the damaged utility. For the purposes of the foregoing, "active" shall mean other than abandoned, and "utility installations" shall include the followings Steam, petroleum products, air, chemical, water, sewer, storm water, gas, elec- tric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and compensation therefor will be made in accordance with Section 22, relating to changes in the work. Except for the items of cost specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to him due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts without instructions from -the Oounty, then he shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his own cost. b. If the contract requires excavation or other work to a stated • limit of excavation beneath the surface, and if during the course of the work the County orders a change of depth or dimension of such subsurface work due to discovery of unsuitable bearing material or for any other cause, then adjustment In contract price for such change will be made in accordance with Section 22. Except for the items of cost specified therein, the Contractor shall receive no compensation for any other cost, damage, or delay to his due to the presence of such unsuitable bearing material or other obstruction. SECTION 13_ INSPECTION: The Contractor shall at all times permit the County and their authorised agents to visit and inspect the work or any part thereof and the shops where work is in preparation. This obligation shall include maintaining proper facilities and sato access for such inspection. Where the contract requires work to be tested, it shall not be covered up until inspected and approved by the County, and the Contractor shall be solely responsible for notify. ing the County where and when such work is in readiness for inspection and testing. Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's expense. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least 24 hours prior to performing such work, or such other period as may be specified, so that the County any make necessary arrangements. •28- DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 14. REJECTIONS OF MATERIALS: s A. The Contractor shall promptly remove from the premises all materials condemned by the County as failing to conform to the Contract, ,".., w� whether incorporated in the work or not, and the Contractor shall promptly replace and reexecute his own work in accordance with the Contract and without expense to the County and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. S. If the Contractor does not remove such condemned work and M materials within reasonable time, fixed by written notice, the County ray remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expenses of such removal within ten (10) days there- after, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15 iNTERPLUr TION OF CONTRACT REQUIRDIE TS: A. Cnrrelation: The contract documents shall be interpreted =� as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any requirement occurring in any one of the documents is as binding as though occurring in all. B, Conflicts in the Contract Documents: In the event of conflict In the contract documents. the priorities stated in subdivisions 1, 2, 3, and 4 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflict within the Plans: a. Schedules. when identified as such, shall govern over all other portions of the plans. b. Specific Notes, shall govern over all other notes and all other portions of the plans. c. Larger scale drawings shall govern over smaller scale drawings. c2. Figured or numerical dimensions shalt govern over dimasions obtained by scaling. •29- DIVISION G. CGL CITIONS (Conft.) SUCTION ST I,�ERPRETATION OF COhMUCT mUI NTS: (Coni.). ATM 4. Conflicts Within the Specifications: a. The "General Conditions of the Contract" shall govern over all sections of the specifications except for specific modifications thereto that miry be stated in the Special Conditions. b. Omissions: If the contract documents are not co"Iste as to any minor detail of a required construction system or with regard to the manner of combining or installing: of parts, arterials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be doomed to have been impliedly required by the contract documents in accordance with such standard. "Minor detail" shall include the concept of substantially identical components, where the price of each such component is small even though the aggregate cost or importance is substantial, and shall include a single component which is incidental, even though its cost or importance may be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type, composition, t strength, site, and profile of the parts or materials otherwise set forth in the contract documents, :# SECTION Ib. CIARIFICATIONS AND ADDITIONAL INSTRUCTION: A. Notification by Contractor: Should the Contractor discover any conflicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative there- to are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing through the Construction Supervisor, and request Interprets. tion, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before -,r receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage, defect or added cost. B. Field Orders: During, the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance, partially or in full, of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order, unless a Change Order has been issued. •30- DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 17. DELETED SECTION 18. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract . SECTION 19. MATERIALS, ARTICLES, AND EQUIPMENT: A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq., of the Government Code, State of California. B. Mechanical equipment, fixtures and material shall be delivered in original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Items damaged during delivery shall be rejected. C. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to -31- DIVISION G. GZNERAL CONDITIONS (Con't.) SECTION 19, MATERIALS. ARTICLES. AND ■QVIPMENT: (Con i.) that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account --� thereof. Evidence furnished to the County by the Contractor shall consist of adequate site samples of material, testing laboratory reports on material or -- - process, manufacturer's specification data, field reports on product's approval and use by other public agencies, material costs, and installation costs and maintenance provisions and experience or other data as required by the County. . The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for substitution will only be considered when offered by the Contractor with the reason for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The Contractor shall include n notice of change in contract prices, if substitution is approved. D. All materials shall be delivered so as to insure a speedy and uninterrupted progress of the Work. .Same shall be stored so as to cause no obstruction, and so as to prevent overloading of any portion of the structure, and the Contractor shall be entirely responsible for damage or loss by weather or other cause. E. Within fifteen (15) da-vs after the signing of the Contract, the Contractor shalt:submit for aQDroval to the Count` a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. This list shall include all materials which are proposed by the subcontractors as well as by himself for use in work of his Contract and which are not specifically mentioned in the Specifications. F. This list must also include the figures received by the Contractor in bid form for the material or materials which are submitted for approval or substitution, together with the figures in bid form of the specified material or materials for Which substitutions are proposed. In case a substitute is offered and accepted as approved equal to materials specified, the cost of which is less than the cost of the material or equipment specified, then a credit shall be taken for the difference between the two costs in order that the County shall obtain Whatever benefits may be derived from l-'ie substitution. Failure to propose the substitution of any article within thirty-five (35) days after the signing of the Contract may be deemed sufficient cause for the denial of request for substitution. SECTION 20, SHOP DRAWINGS, DESCRIPTIVE DATA, SAMPLES, ALTERNATIVES: The Contractor shall submit promptly to the County, so as to cause no delay in the work, all shop drawings. descriptive data and samples for the various trades as required by the specifications, and offers of alter- natives, if any. Such submittals shall be checked and coordinated by the Contractor with the work of other trades involved before they are submitted to the County for examination. -32. DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 20, SHOP DRAWINGS. DESCRIPTIVE DATA, SAMPLES. ALTERNATIVES: (Con't.) The Contractor shall submit to the County five copies of shop or diagram drawings. The drawings shall show completely the work to be done; ?," any error or omission shall be made good by the Contractor at his own expense, rr� even though the work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, details and inspection cf shall conform to approved Contract Drawings. a. Descriptive Data: Submit five copies of each set of manu- facturer's brochures or ether data required by the specifications. The County will examine such submittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. b. Samples: Submit samples of articles, materials or equipment am required by the specifications. The work shall be in accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the County at Contractor's expense. c. Alternatives: For convenience in designation on the plans • or in the specifications. certain materials, articles, or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other identifying information, hereinafter referred to generically as "designated by brand name". An alternative material. article, or equipment which is of equal quality and of the required characteristics for the purpose intended may be proposed for use provided the Contractor complies with the following requirements: 1. The Contractor shall submit his proposal for an alternative in writing within the time limit designated in the specifications, or if not desianated. then within a period which will cause no delay in the work. 2. No such proposal will be considered unless accompanied by complete information, and descriptive data, necessary to determine the equality of the offered materials, articles, or equipment. Samples shall be provided when requested by the County. The burden of proof as to the comparative quality or suitability of the offered materials, articles. or equipment shall be upon the Contractor. The County shall be the sole judge as to such matters. In the event that the County rejects the use of such alternative materials, articles. or equipment, then one of the particular products designated by brand name shall be furnished. • -33- DIVISION C. G NERAL CONDITIONS (Con't.) SECTION 20, SHOP DRAWINGS. DESCRIELIV�E RATA, SAMPLES, ALTER TIVES: (Can't.) The County will examine, with reasonable promptness, such # submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives from then contract plans and specifications, nor shall it relieve hien from responsibility �- for errors in the submittals. A failure by the Contractor to identify in his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County, the Contractor shall resubmit such shop drawings, descriptive data, and samples as may be required. If any mechanical, electrical, structural, or other changes are required for the proper installation and fit of alternative materials, articles, or equipment, or because ofdeviations from the contract plans and specifications, such changes shall not be made without the consent of the County and shall be made without additional cost to the County. SECTION 21, SAMPLES AND TESTS: The Contractor shall cause to be performed at his own expense all tests of materials, articles, equipment or other work specified by the contract. t The County reserves the right at its sen expense to order tests of any part of the work in addition to those specified. If as a result of any such test the work is found unacceptable, it will be rejected and any additional test required by the County shall be at Contractor's expense. Unless otherwise directed, ail samples for testing will be taken by the County from the materials, articles or equipment delivered, or from work performed, and tests will be under the super• vision of, or directed by, and at such places as may be convenient to the County. Materials, articles, and equipment requiring tests shall be delivered in ample time before intended use to allow for testing, and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination, including testing, shall be disposed of by the Contractor at his own expense within not more than 10 days after the Contractor acquires knowledge that such examination is concluded, unless otherwise directed by the County. SECTION 22, CHANGE-ORDERS GENERAL: The County reserves the right to order in writing changes in the plane and specifications, at any time prior to the acceptance of the work without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the pians and specifications will be made without authority in writing from the County. On the basis not forth herein, the contract price shall be adjusted for any change order requiring labor, materials, equipment or quality of materials or equipment over and above that originally required or resulting in looser quantity or quality thereof. Whenever it appears to the Contractor that a change is necessary, or when so ordered by the County or upon receipt by the Contractor of s proposed olmne order, the Contractor shall halt work in the area that may be affected. ,34- DIVISION G. GENERAL C0NDITIONS (Con i.) ,- SECTION 22, CHANGE ORDERS -- GENERAL: (Coni.) Changed Work shall be performed in accordance with the original requirements of the contract subject to the sole exception that if previously � .. modified by change order, then in accordance with such original requirements as to modified, - --- ORDINARY: A. Procedure -- Proposed Change Orders: The Contractor will be issued a proposed change order describing the Intended change upon which, and within 15 days, he shall indicate his proposed price to be added or deducted from the contract stem due to the change, supported by full and completely detailed estimates of cost by the Contractor, vendor, or supplier, and any adjustment in time of final completion of the entire work which is directly attributable to the changed work. The Contractor shall upon request by the County permit inspection of his original contract estimate. subcontract agreements or purchase orders relating to the change. If agreement is reached as to the adjustment in compensation for the performance of changed work, but agreement is not reached as to the time adjustment for such work, then the Contractor shall proceed with the work at the agreed price, reserving to the Contractor the right to further pursue his claim for a time adjustment, If the Contractor fails to submit his cost estimate within such 15-day period, the County has the right to order the Contractor, in writing, to commence the work immediately and the contract price shall be adjusted in accordance with the County estimate of cost, unless the Contractor within 15 days following completion thereof presents proof that the County's estimate was in error. B. Procedure -- Failure to Agree as to Cost: Notwithstanding the failure of the County and Contractor to agree as to the cost of the proposed change order, the Contractor upon written order from the County shall proceed immediately with the changed work. The Construction Supervisor shall maintain a daily job record in duplicate containing a detailed susmnary of all labor, materials, and equipment required for the changed work, Upon being signed and agreed to by the Construction Supervisor and the Contractor at the end of each days performance, it will become the basis for payment for the changed work, Upon the completion of the work under the change order, the Contractor shall submit his invoice there- for containing only the items of labor, materials, and squiprent which are in addition to the requirements of the contract and as approved by both parties, together with the allowable mark-ups, Agreement and execution of the daily job record by the Construction Supervisor shall not preclude a subsequent adjustment based upon a later audit by the County. When there has been a failure to agree as to cost, no payment will be made to the Contractor until completion of all work called for in the change order or in the written order authorising performance of the work, except that when a performance of such work continues for more than ninety days after date of • written order to proceed, or aggregates a cost of $2,500 or more, then in either such case, the Contractor may request progress payments for work already accomplished. The written request shall be accompanied by a detailed breakdown of labor, materials and equipment used, based on the daily job cost record agreed. on by both parties -35• DIVISION G. GINERAL CONDITIONS (Coni.) 'i CTIOH 2,, CHANGE ORDERS ,-ORDINA : (Coni.) ^T� to the contract. Progress payments will be limited to those portions of such a� work as to which the Contractor and the County can agree on the value of the work payable under the contract. ,,. When a proposed change order contains a deletion of any work and the County and the Contractor are unable to agree upon the cost thereof, the County estimate Shall be deducted from the contract price unless within 15 days the Contractor presents proof that the County0s estimate is in error. C. Allowable Costs Upon Change Orders: The only costs which will be allowed because of changed work and the manner in which such costs Shall be computed are set forth in this paragraph. where the term "actual cost" is used in this subparagraph e, it shall be read to mean "estimated cost" where the adjustment in the contract price is in fact to be based upon estimated costs. 1. Labor: The actual cost to the Contractor for labor, super. vision, and engineering services directly required for the performance of the changed work, including payments, assessment or benefits required by lawful labor union collective bargaining agreements; compensation insurance payments; contribu. �- � tionn made to the State pursuant to the Unemployment Insurance Code, and for taxes paid to the Federal Government pursuant to the Social Security Act of August 14, 1935, as amended. No labor cost will be recognised at a rate in excess of the wages prevailing in the locality at the time the work is performed, nor will the use of a classification which would increase the labor cost be permitted unless the Contractor established to the complete satisfaction of the County the necessity for payment at a higher rate. 2. Materials: The actual cost to the Contractor for the materials directly required for the performance of the changed work. Such cost of materials may include the costs of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the County. If the materials are obtained from a supply or source owned wholly or in part by the Contractor, payment there- for will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. If, in the opinion of the County, the cost of materials is exces- sive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest current wholesale price at which similar materials are available in the quantities required. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no claims'for costs or profits on material furnished by the County. -36- DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 22, CiIANGE ORDERS -- ORDINARY: (Con't,) 3. Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work, In com- .. M. puting the hourly rental of equipment, any time less than 30 minutes shall be Lvu"t considered one-half hour. No payment will be made for time while equipment In inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transmom - portation costs will be paid in lieu of rental time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment Is used on the project in any other way than upon the changed work. Individual pieces of equipment having a replacement value of $1,000 or less shall be considered to be tools or small equipment, and no payment therefor will be made. s For equipment owned, furnished, or rented by the Contractor, no cost therefor shall be recognised in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the. ;,, Y:> cost of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage. Insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. 4. Subcontracts: The actual cost to the Contractor for work performed by a subcontractor. The subcontractor shall compute his costs as set forth in this sub- paragraph c, except that mark-ups shall be computed in a manner customary to the trade or industry in which the work is performed. 5. Mark-ups: (a) For Added work: When work is added, the Contractor may add as a mark-up to the totals of any other allowable costs the fol. lowing ol- lowing percentages: Labor - 10 percent for overhead, 10 percent for profit, 1 percent for bonds. Materials and Subcontractors - 5 percent for overhead, 10 percent for profit, and I percent for bonds, Equipment - 5 percent for overhead, 10 percent for profit, and I percent for bonds. (b) For Deleted Work: When work is deleted. there shall be added as mark-up 10 percent of such other allowable costs for overhead, profit. and bonds, 037- . DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 22. CHANGE ORDERS -- ORDINARY: (Con't.) c. For Combination of Added and Deleted Work: For change orders which involve both added and deleted work, the contract price will be adjusted based on the following computations: The coat before mark-ups of added and deleted work shall each be separately estimated; if the difference between such costs results in an increase to the contract price, the mark-up for added work shall be applied to such difference, and if the difference in such costs results in a decrease, then the mark- up for deleted work shall be applied to such differences. d. Allowable Time Extensions : For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. Failure to request extra time when submitting such estimate shall constitute a waiver of the right to subsequently claim any adjust- ment in time for final completion based upon such changed work. 6. General Limitation: In no event shall any actual cost to the Contractor for added work be recognized in excess of market values prevailing at the time of the change, unless the Contractor can establish to the complete satisfaction of the County that he investigated all possible means of obtaining such work at prevailing market values and that the excess cost could not be avoided by him. Notwithstanding actual charges to the Contractor for overhead and profit on work performed or furnished to him by others, no such mark-ups will be recognized or considered in excess of those prevailing in the trade or industry. The County shall be the judge of the necessity for incurring the costs enumerated above, and as to whether they are directly required for the performance of the changed work, and his decision thereon shall be final. Lump sum quotations may be accepted at the option of the County. When a change order deletes work from the contract, the computation of the cost thereof shall be the values which prevailed at the time bids for the work were opened. EMERGENCY CHANGES: Changes in the work made necessary due to unexpected or unforeseen site conditions, discovery of errors in plans or specifications requiring immediate clarification in order to avoid a serious work stoppage, or changes of a kind • where the extent cannot be determined until completed, or under any circumstances whatsoever when deemed necessary by the County, are types of emergency changes -38- 3'•4 .. .. _. 't ,.. . few`. 1.i s. �: .... l _... ... . .. as . ,.. UIVISION G. GENERAL CONDITIONS (Con't.) EMERGENCY CHANGES: (Con't.) which may be authorized by the County in writing to the Contractor. The Contractor shall commence performance of the emergency change immediately upon -r' receipt of a written authorization. A daily job record shall be maintained. Within 15 days after receiving the emergency change order, the Contractor shall submit a detailed estimate of cost and any proposed extension in contract time. If agreement is not reached as to adjustment of contract price on the basis of said estimate, then the daily job record shall constitute the basis upon which the contract price shall be adjusted in the same wanner as set forth for change orders. In the event agreement is not reached as to time adjust- ment, it shall not affect agreement as to contract price adjustment, but Contractor shall have the right to pursue a claim for time extension. The allowable costs which are authorized are those not forth. SECTION 23, LABOR: Every part of the work shall be accomplished by workman, laborers, or mechanics especially skilled in the class of work required and workmanship shall be the best. SECTION 24. OCCUPANCY BY THE COUNTY PRIOR TO ACCEPTANCE: • The County reserves the right to occupy all or any part of the project prior to completion of the work, upon written order therefor. In such event, the Contractor will be relieved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will it relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth in Section 29 or during the guaranty period after such acceptance, as set forth in Section 27, SECTION 25. PRESERVATION AND CLEANINGS A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs, window and door coverings, boxings or other construction as required by the County. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. Aa directed during construction, rubbish shall be removed, and at completion the whole work shall be cleaned and all temporary construction, equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 26, PAYMENT OF FEDERAL OR STATE TAXES: Any Toderal, ,state or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and paid by the Contractor. The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 26, PAYMENT OF FEDERAL OR STATE TAXES: (Con't.) Contract and which are exempt from Federal Excise Tax. SECTION 27. ACCEPTANCE: k A. The work shall be accepted in writing only when it shall have maw been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B. In judging the work no allowance for deviations from the 1 drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any neces- sary arrangements for fire insurance and extended coverage. D. Final acceptance of the contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and ss-built drawings - all as required by the contract documents. g SECTION 28. FINAL PAYMENT AND WAIVER TO CLAIMS: r:a After the official acceptance of the work by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. The form "Statement • to Accompany Final Payment" shall be completed, signed by the Contractor and submitted to the County with the final payment request. SECTION 29. GUARANTEE: The Contractor hereby unconditionally guarantees that the work will be done in accordance with the requirements of the contract, and further guarantees the work of the contract to be and remain free of defects in workman- ship and materials for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, together with any other adjacent work which may be displaced in so doing, that may prove to be not in its workmanship or material within the guarantee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. Contract bonds are in full force and effect during the guarantee period. The Contractor further agrees, that within 10 calendar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any defects in the work, he will commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, and to complete the work within a reasonable period of time, and in the event he fails to so comply, he does hereby authorise the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof • upon demand. The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incurred upon the contractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an Immediate hazard to the health or safety of the County's •40 • DIVISION G. ernr`=t CCMIIIONS (Coni.) SUtIM 29s GWlam: (Con't.) W MpioreN, i+ropartYt or licensees, the County my undertake at the Csntraoter's expenee without prior notice ail work necaasary to correct Stich hssardeus conditions when it was caused by work of the Contractor not being in aeeotranco with the requiremnts of this contract. The general contractor and each of the listed sreeAtrastors shall execute and furnish the County with three (S) copies of the standard guarantee form. (See attached form) as • tf , �k-..ki��a,•� l titiy�y y 1 �. > t� P � � s ��� � �� rs v � rti /�Ct. �t ��4: 1�V r i. ��'r3..�� {. Y .tt�3. ;i^.,:� •„yi��,`� .,.d3.v.. �s.�,- � .l'.� .:'v�.� '4'i{{ v> �,,... -�,� �.:. .`�'r4 �:y„yy�c e;a J,?•r:r��{�,�,ss, i.,..y� �,..:,��'c x#a i. �, � ' � ��' c��� �' 7 � 'y'� w �J�.r, i;,';�ii��9 �c�'�t;t,.t„3 ,.aK�'�r at`rt.�.�.,t? ��� y,• �# �x ;'"N � :. ,3�; GUARANTEE w. FOR CONTRA COSTA COUNTY BUILDING RM MARTINEZ, CALIFORNIA We hereby guarantee to the County of Contra Costa the m (Type of Work) which we have installed in the (Name of Building) . California, for year (s) use from date of filing of the completion notice in the Office of the County Recorder. We agree to repair or replace to the satisfaction of the County any or all such work that may prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work gyp{ which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing, we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and e charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: _ (Affix Corporate Seal) GENERAL CONTRACTOR Date: (Affix CorporateS"1) NOTE: If the firm is not a corporation, add a paragraph stating the type of • business organization and the capacity and authority of the person signing the guarantee. -42- FORM STATEMENT TO ACCOMPANY FINAL PAYMENT To: Contra Costa County Public Works Department County Administration Building Martinez, California Res Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final paywnt includes herein all claims and demands, of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract to construct the above-entitled project, and that payment by the County of the final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials on this project have been furnished and purchased it full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated , at (City) : California. 043- ': , . . ., . . .. . . . . SPECIAL CONDITIONS - AA „ SC 1. GENERAL b TECHNICAL SPECIFICATIONS r. a. Refer to CONTRACT DOCUMENTS - EE. b. As listed in the general index titled INDEX TO SPECIFICATIONS, .. the Sections listed under Divisions A through G, inclusive, Division X - GENERAL SPECIFICATIONS and Division 1 - GENERAL REQUIREMENTS shall apply to each Section under Divisions 2 - 16 as if repeated therein in full text. C. Under these specifications , each general and specific Section under Division 2 - 16 shall apply as a standard for the particular type or kind of work. d. Exceptions to said General Specifications and General Requirements shall be only as particularly shown or specified unless otherwise required by code or other governing conditions. SC 2. (Not Used) .AttS� SC 3. DOCUMENTS FURNISHED a. Owner will furnish to Contractor, free of charge, all copies of . drawings and Specifications reasonably necessary for the execution of the work. With exception of one signed Contract set. all documents so provided by Owner shall be returned upon completion of work. Documents for this project shall not be used on or for any other work without express written consent of Architect. SC 4. CUTTING, PATCHING AND DIGGING a. Contractor shall do all cutting, fitting , or patching of his work, including newly placed and existing work, as applicable, that may be required to properly complete the work. b. Contractor shall not endanger the structural integrity of any work by cutting, digging or otherwise; and shall not cut or alter the work of any other contractor, unless particularly approved in advance by the Architect. SC 5. DAMAGE a. Damage to existing or newly constructed structures, facilities or improvements caused by movement of equipment or other operations under this Contract shall be restored or replaced as specified. SC 6. RESTORATIONS a. Restorations shall be equal to the structural qualities or performance capacities of the original work, and finishes shall match the appear- ance of,. as nearly as possible, like existing adjacent work. Restora- tions shall be subject to approval by Architect and shall be made as necessary* without added expense to Owner, unless otherwise particularly provided for, to make the entire work completely and uniformly match the original. 1033-67 AA-1 of 2 SC 6. b. Work not properly restored or where not capable of being restored as intended under these Specifications shall be removed and replaced as directed by Architect and without added expense to Owner. SC 7. CONTRACTOR'S INSPECTION OF WORK AND MATERIALS �n a. Work: Contractor shall make continuous, close and thorough inspections of all work in progress and shall promptly reject-and re-do any substandard work without waiting for their rejection by the Architect. b. Materials: Refer to GENERAL CONDITIONS-G, Section 14. C. During guarantee periods, Contractor shall supervise investigation and correction of failures or deficiencies found or occurring in the work. r '; -67-- M-2 a S , �- fi iL � ,_. 4.ti,es:7...+.b,v...�.r...dS Y,�7t..w,:.. - �' �:�S.t5�,n23-c..'bX� �'?>•,. �FC. :?.'fit 1.kryit�� ..rye�S�„'Jr E� �..y,,.^,,,*r � r+ F PROJECT INFORMATION - 88 PROJECT RICHMOND HEALTH CENTER. AND MEDICAL CLINIC y SECOND PHASE DEVELOPMENT 1. 37th STREET AND BISSELL AVENUE RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA particularly located where shown on drawings. 2. OWNER PUBLIC AGENCY CONTRA COSTA COUNTY. BOARD OF SUPERVISORS MARTINEZ, CALIFORNIA 3. ARCHITECTURAL FIRM COMETTA S SOOTARU - ARMAS SOOTARU, ARCHITECT, A.I .A. - ELVIN A. COMETTA 3516 Macdonald Avenue Richmond, California 94805 415: 232-2637 4. STRUCTURAL ENGINEER MILTON G. LEONG 15 Shattuck Square Berkeley, California 94704 415: 841-1441 - 5, MECHANICAL B ELECTRICAL ENGINEERS WILLIAMSON t VOLL14ER t 362 Park Strwt 4 Rhalm Whys California 94570 415: 376-6901 r E r 'Jc x a' BB-I of 1 � t 133-67 � <�'ir,� , ,�.,,�}� ,}l�r t'.td�_L^7'r£ rf;.•,t r- "'.. 4' }t• Y}' r c `r v jts x �.: Yt' .'2i `'h:•'t j , .F t` ^+hCl. a ,iti` ;,4v -tr{ v ..+ ` r z, ) . xx �' '?�c1 fyi(j y��ii • � Vii: r,�"�'�z:.y,n;y, }}.yyyyt<;*fwR,,=3 hn,�::,aF* C�r .r{<"i.,r e r ,;r'�yy'�� t;i�`t )t,,.aL x1.;t,at r♦ 7,:rai ±p'¢ ,.. r � s., ,}�,IJ �� � }kL c+,1`ti�c5.,2 'u`�`�.�c�`':Z, .A'Y.,,�n1� Eix"1 <r^ rx_r��q�Y ?1 "'d!^n.7,i. 'y�P.Tgr ' -�.`•: a t ��: x c4+ CONSTRUCTION SCHEDULES - CC 1. GENERAL PROVISIONS r : ,. a. . This Section sets forth minimum requirements for general construction program, progress schedules and other like schedules as may be required; mr and related requirements. 2. CONFERENCES a. Prior to commencement of any work under the Contract, Contractor shall meet with Owner and Architect to establish mutually agreeable construc- tion limits, area assignments, schedules and procedures as may be necessary. b. At any time during progress of the work, Owner or Architect shall have authority to call for conferences relevant to the project. Contractor shall attend all such meetings; subcontractors when notified by Contractor. 3. GENERAL CONSTRUCTION PROGRAM a. Work under the Contract shall be accomplished in the following general order: (1) Security measures shall be established and locks and keys provided as necessary when construction commences and progresses. Refer to ACTIVITIES ON PREMISES-DD, Article G. (2) Temporary work necessary for access through and to Stair No. 1 shall be completed. Refer to ACTIVITIES ON PREMISES-DD, Article l and TEMPORARY WORK-IG, Article 10. J3� Temporary toilet required as specified shall be installed. 4 Work required at the existing Second Floor Pharmacy area shall commence as soon as possible; on the specific date as arranged for in advance with the Owner; and shall be completed as rapidly as possible. Refer to Article 4. herein, and TEMPORARY WORK-IG, Article 10. l (5) Remainder of work. 4. WORKING HOURS AND TIMES a. Pharmacy Area. (1) Work required at the existing Second Floor Pharamcy area shall be perforwed on) during the hours when the Pharmacy is normally open; 8:00 A.M. to COO P.M., Monday through Friday. Off-hour work at this area will not be permitted. (2) Contractor shall allow sufficient time to meet the requirements for w working in this area as specified under TEMPORARY WORK-1G, Article 10. b. Library Area: Work spaces required at the existing Library area shall be arranged in advance. with the Inspector. , r ; c. Other Arm: i10 Limitations, except that work performed other than r during nom MOPkin d' and hours shall be :only as scheduled in advanceMith tho tlwn+rr or utpfctor: ��� ..'Q. .� - L. �,.0 .rtt,•_.r.. Cr.+„z"t",.d' tk�tnii«�F” _n:!tzj,�.di;.-: .t�S .;..: .;,� +, � T `T a.� '" xr� '3,� S; _ ..r°r is .�..`::�.w.n'r.w ..•r .130 .,�_,. 3T,.v. ;:� ... di:� ,a ,d,._..., ,+ 4. d. Notice of Off-hour Work: As specified under GENERAL CONDITIONS-G, Section 139 except that two (2) working days notice is required. e rr� e. Service Interruptions: Refer to ACTIVITIES ON PREMISES-DD, Article 5. 5. CONSTRUCTION SCHEDULES a. Progress Schedules Refer to GENERAL CONDITIONS-G, Section 8. b. Other Schedules: (1) Within ten(10) days after signing Agreement, Contractor shall submit to Architect six (6) copies of each of the following: (a) Schedule of Values or "Estimated Breakdown" showing cost and percentage of the total cost of the project for each operation or portion of the work. (b) Schedule of Contractors listing all contractors and subcontractors performing work on the project including business name, address, telephone number and representative. Also include concrete supplier. This shall be in addition to the similar schedules required under PROPOSAL-E (Bid Form) , except shall be corrected and updated to current status at time of submittal . (2) Within thirty-five days after signing Agreement, the following are required: , t (a) Proposed substitutions as specified under MATERIALS-1B. (b) Group 1 Submittals as specified and scheduled under SUBMITTALS-1C. (3) Upon completion and prior to final acceptance, the following are required: �a� Group 2 Submittals as specified and scheduled under SUBMITTALS-1C. b Notice of Final Inspection as specified under COMPLETION OF WORK-1J. 6. ACCELERATION OF THE WORK When in the opinion of the Architect, it becomes necessary to accelerate the work, the Contractor, when so ordered, shall concentrate his efforts as directed and shall execute such portions of the work as may be required to enable others to hasten and properly engage and carry on their work. 7. CONSTRUCTION DELAYS Delays in the work which may become the subject for time extensions shall be immediately reported to Project Inspector or Architect in writing, in duplicate, as soon as such condition becomes apparent. 1033-b7 CC-2 fi�Y4 ACTIVITIES ON PREMISES - 00 l. OWNER'S OPERATIONS d or �Fw nate a. Prises, buildings and ohreaser facilities accessadjacent roULef willbeoccupied assigned work, and storage this by Wor and in continuous operation throughout duration annaittd° andf executed Contract. Work under the Contract shalt be prop so as not:to interrupt ownerspessible;, and conducted to cause the least interference and nuisancep b. Premises, buildings, grounds and utilities serving them not Parti ularly assigned to Contractor shall not be used for nor used without express permit to do so, arranged for in advance with Owner. 2. EXISTING FACILITIES a. Contractor shall maintain andoperations sunderf thetities Contract, including or in near vicinintered ty of work or construction on grade, above grade and below existing or newlytplaceduunderithe Contract. and improvewnts, whether existing �.- 3, EXISTING UTILITIES a. Refer to GENERAL CONDITIONS-G, Section 12. b. No service shall be shut down, t ' obedoneata time agreeable rseointerrupted OM►ner. without first being scheduled c. When utilities are accidentally taserviceinadvertently toicontinuationtofy shalt be immediately restored to any other work under the Contract, regardless of the hour of occurrence. 4. NOTICE OF OFF-HOUR WORK: Aspacified under CONSTRUCTION SCHEDULES-CC, Art 5, SERVICE INTERRUPTIONS a, When utititips :are shut down for coneectmiaeerialsor randfequiContractor shall have present sufficient workmen, complete such work in minimum time and with least inconvenience to Owner's Operations. yy s b. I�hen affecting service to any fees shall beconlyias,particularlytdown times for connections or transin scheduled with the Owner not less than two (2� working days ;.:.t advance and shall occur only on weekends between 8:00 A.M. on Saturday and 5:00 P.M. on Sunday. OD-1::of 3 k 1033-67 t�'�j."ee�}}xy it t; j , t_ Er � x i„ i3 '" id$ f%' s 2,,"'•, rdf" 'iH � � _, c 6. USE OF PREMISES a. Exact and specific limits of work areas, access routes, haul roads, parking and like areas for Contractor's use will be determined or assigned during pre-construction conference and subsequent meetings; ANN based on provisions and requirements shown or specified. Routes of any temporary service required outside assigned construction areas shall be determined in cooperation with Owner. b. Contractor shall exercise custody of entire site within the indicated or assigned limits of contract or limits or work and shall regulate and control as necessary ingress, egress and other construction activities on and about the premises. c. Visitors to the construction site shall be under Contractor's charge. Unauthorized visitors shall not be allowed to enter or remain within the construction site areas. d. Work shall not proceed at the site until all required temporary gates, fences, barricades , receiving shed and sanitary facilities ahve been furnished and installed and security measures established in cooperation with the Owner. e. Contractor shall take adequate measures to avoid undue disruption of traffic in the area during hauling and construction, and shall provide flagmen at his own expense when necessary or if ordered by Architect in the interest of public safety. f. Gates or doors to work areas shall be kept closed and locked during non-working hours , except to entrances to fire hydrants, at fire doors , etc. , as applicable. g. Areas used by Contractor shall be maintained reasonably clean and free from debris. Refer to requirements under COMPLETION OF WORK-IJ. Unnecessary littering will not be permitted. h. Signs will not be permitted other than as required or permitted as specified under TEMPORARY WORK-IG. i . Fire prevention and fire protection facilities shall be maintained as required by local Fire Marshal having jurisdiction. Open or unauthorized fires will not be permitted. 7. ACCESS AND STORAGE a. Roads on Owner's property used by Contractor and those immediately adjacent to assigned area shall be kept reasonably clean and free from materials or dust deposited by vehicles or equipment performing work under this Contract. Cleaning and washdown of said roads shall be provided as often as necessary. b. Parking shall be limited to spaces particularly shown. All other parking shall be off-site. 1033-67 DD-2 7. c. Personnel , materials, and equipment for the work shall enter only ® through routes indicated or assigned. Existing- occupied buildings shall not be used by Contractor's personnel for access to construction areas unless particularly assigned by Owner. The following requirements shall govern Contractor's activities on premises: (1 ) Material deliveries shall be via the indicated Delivery Shed. (2) Ingress and egress of personnel shall be via Stairs No. 1 and 2 only. (3) Use of Stair No. 2 shall be limited to personnel ; conveyance of equipment, tools , materials , etc. will not be permitted. (4) Sidewalk elevator on south side of building may be used, except shall be limited to the times scheduled with Inspector. (5) Existing areaway between Transformer Vault and Emergency Generator Room may be used for access to Basement when scheduled with Inspector. (6) Other existing east and west areaways may be used for access to Basement, provided the gratings are maintained locked when not in actual use. (7) Interior access from sidewalk elevator to construction area shall be via the Basement Corridor. d. Materials and equipment shall be stored inside the existing structure whenever possible. A limited area in Basement, south of Line 9, will be assigned for Contractor's use. e. Upon completion, interior access routes and storage areas shall be �- restored to their original condition, as follows: £ • (1 ) Areas shall be cleaned as for newly constructed and finished areas. 2) Floors and stairs shall be repaired and cleaned. 3 Walls shall be repaired and repainted. (4 Ceilings shall be repaired and/or repainted as applicable. (5 Base, trim, doors and other features shall be repaired where damaged and refinished or repainted as applicable. (6) Repainting shall include the entire surface up to a natural break or transition; and shall be in types comparable to and compatible with the existing finishes. 103341 DD-3 x �a�,yy k.'c r 't t�k' r+���i., r F • v . r s s t : . ` i CONTRACT DOCUMENTS EE I . GENERAL PROVISIONS a. Refer to: GENERAL CONDITIONS G, Sections 1 . , 15. , and 16. for related provisions and requirements. 2. ARRANGEMENT OF DOCUMENTS a. Dividing of Drawings, Specifications and relevant documents into groups, sheets, divisions, sections, articles and like arrangements shall be deemed only for convenience of conveying requirements, data and information in an orderly manner. Also refer to GENERAL CONDITIONS- G, Section 6. , Paragraph 3. b. Contractor shall be wholly responsible for any and all coordination subcontracting, arrangements and assignments of work activities and trade responsibilities as may be necessary to properly execute and complete the work required. c. No responsibility either direct or implied will be assumed by Owner or Architect for omissions or duplications by Contractor or his sub- contractors, due to real or alleged error in arrangement of matter in the Contract Documents. d. Requirements shown, specified or refOrred to for governing work., mate- rials or operations of a given type, kind or descriptions shall apply uniformly wherever said work may occur throughout the project, except only as may be shown, specified or approved otherwise for particular atypical locations of conditions. Also refer to SPECIAL CONDITIONS - AA, Article SC 1 . e. Detail items and parts, details of construction, and auxiliary con- struction, fabrication and finishing operations not specifically noted or enumerated in the Contract Documents and which, in the Architect's opinion, are reasonably implied and necessary to provide a first quality installation shall be included as work under the Conti-act. 3. TERMS AND PHRASES a. "As shown", "as indicated", "as noted" and like words shall be under- stood to refer to the drawings . b. "As directed", as required", "permitted", "allowed", acceptable" , "satisfactory", "selected", "directed", "approved", and like words shall be understood to be appended with "by Architect" or "to Architect". C. "N. I .C." shall be understood to identify items not required to be included in this contract. d. "Contractor" shall mean General Contractor. e. "Owner: shall mean the County as defined under GC 1 . 1033-67 EE-1 of 3 3. e. The specifications are of the abbreviated or "streamlined" type and may include incomplete phrases or sentences. Omissions of words or phrases such as "the Contractor shall", "in conformity therewith", 'shall be", "as noted on the Drawings", "according to the plan", "A", "and", "the", and "all" are intentional . Omitted words or phrases shall be supplied by inference. f. "Submittal" shall be understood as a general term indicating any WWI, document or item required of the Contractor to be furnished to Architect or Owner. 4. ACCURACY OF DATA a. The drawings are necessarily diagrammatic and indicate only the general arrangements, and the specifications are necessarily descriptive and indicate only the general aspects, insofar,�s related to space requirements for the various items of material`, equipment and apparatus required. Extreme accuracy in regard to said space requirements cannot be guaranteed. b. Contractor shall be wholly responsible for any and all investigations, layouts, coordination and like determinations as may be necessary to properly fit, install and complete the work required. S. PRIORITY AND CONFLICTS a. Parts or portions of Contract Documents shall take precedence over other parts as follows: (1 ) As specified under GENERAL CONDITIONS - .G, Paragraph 15.B. (2) Should conflicts occur between requirements of the Contract Documents; likewise between requirements of said documents and statutory or referenced requirements; the requirement achieving the greater quantity or higher quality or best safety and protection shall take precedence. b. Misplacement, addition, misspelling, or omission of any work, letter, figure, or punctuation mark shall in no way change the true spirit, intent or meaning of the specifications and drawings. c. For the purpose of clarifying details, Architectural Drawings shall take precedence over other contract drawings. 6. INTERPRETATIONS AND CORRECTIONS a. In case of apparent error, discrepancy, omission or obscurity in the Contract Documents; likewise for discrepant conditions encountered at the site or between approved submittals; Contractor shall immed- iately refer the matter to the Architect for clarification. b. Contractor shall 1wediately refer to Architect any detail or require• cent which Contractor finds or believes: Is not equal to industry standards for achieving a first quality installation as intended; is excessive io cost or effort to effect the intended results; is below sgndard fw proper enforrawnt-of. tha guarantees required; or is at variance 40h ,j6i4rning lawn, regulations, codas or standards. 11�-i? EE-2 - ,r� 6. c. Work or operations relative to. any matter referred to Architect for consideration shall not proceed until receipt of appropriate in- structions from Architect. �'�� 2 { r 1U33 67 t , � � +� * * v► * 1.• r EE ,3 , 5 M, 1T14 K 1' L r,' f h 11 .lp iEfi fr � �:.:.i�c.;. r x ,M„ �'"' r k rr� 4 -,�5 s •s. Mfr by x+"t �k� :tt x��u .r•: x . Kd'r s r.. , 3 r,. �r {3g:3, � zt x5:�P +• r 3 ,,. v • �4 '+5' �"u .r3 r ,w 1 9< x.rl L , �`• _4,�,�.L• ):�`, M 4.%p A ¢¢ ' +.�„'_ p ij s x z '" �eP�' ' t�€r t i i. GENERAL PROVISIONS ALTERNATES - FF a. Proposal amounts entered for specified alternates shall fully cover the work, whether additive or deductive. Extra fees, charges , taxes , overhead, profit, and other claims in their regard will not be considered. g b. Base Bid amount entered in Bid Form shall fully cover all work shown or specified and shall be entered without consideration of specified alternates, whether additive or deductive. Alternate prices shall be entered in the places provided in the Bid Form. C. Specified Alternates shall be subject to acceptance by Owner and shall not be effected as work under the Contract unless incorporated by the Agreement or by Change Order. 2. SPECIFIED ALTERNATE Upon individual acceptance by Owner alternates shall add to, delete from, or modify the Contract, as applicable, as follows: room a. Alternate 1 - METAL FRAMING (1) General Description: For interior plaster and gypsum wallboard ' partitions and vertical furring, provide metal framing in lieu of wood framing. (2) Concealed Metal Backing Plates: Provide concealed fabricated steel backing plates as included and specified under MISCELLANEOUS METAL-5B. (3) Woodwork: (a) Refer to ROUGH CARPENTRY-6A. (b) Delete wood studs and related items, including sound isolation strips under sill plates for sound control partitions. (c) Provide wood nailers or similar items where required to be tied into metal framing, other than locations where fabricated steel or sheet metal backing plates are required in lieu of solid wood blocking. (4) Door Frame Anchors: For pressed metal frames included under HOLLOW METALWORK-8A, provide frame anchors suitable for metal framing. (5) Lathing: (a) Under LATHING-9A.1 , attachments securing metal lath and resilient clip accessories shall be suitable for metal framing. (b) Provide vertical metal framing and related work as included and specified under ALTERNATE FOR LATHING-9A.2. (6) Drywall: (a Provide vertical metal framing and related work as included and specified under ALTERNATE FOR DRYWALL FRAMING-9C.2. (b) Under GYPSUM WALLBOARD-91), attachments securing wallboard shall be suitable for metal drywall framing. 1033-61 FF-1 of 2 t 2. a. (7) Miscellaneous: Specialty equipment, mechanical and electrical devices and other miscellaneous items built into or supported by partitions or vertical furring, including related anchors and fastenings, shall be suitable for the types of metal framing to which attached. 03347 w ww * FF2 [ ) a t '1i£,t,. ,, .ryw%4 [(,y r':^r k 'z..2'`'t ..} .ifi I_i 1�.�=}-s•4 1s1E+ t".'�� $. �'�y�u�t:; 'n 7 fit:+.G SS h ex r AN "�11.'N '' � �' _`��x�st�;.. �£<,.�y q��jj�L{P:p..,,,+�..+ { 24x�R•S'�y 3�.+,,i,�tS�Gy,�s���� s. ,,�.if � }�G et)r�f,[ an r r�; 5+.�4 R �.{� .p'1.,:.Y ;�s;k ��{�ye rt =,�,,r+ /., ,F .ik:9a S71;Y','h i 't,:'i G S i NCS}' 'r•{ [3,}.,J•- 1 K$),i,Mli1.- .�f'n'i "3d''i`r'N .S.. .M1l't !e A r�i t _ tea.( _"' Z. zl F E its a jk� Ifl "� vtxi y Z t� i7 [ t 3n' f"R 1 . GENERAL PROVISIONS GENERAL REQUIREMENTS - lA This Section sets forth miscellaneous provisions applicable to work required and operations performed under this Contract. 2. COOPERATION Cooperation and coordination between the various trade activities shall be exercised for project benefit. Particular note shall be given to required connections between the various building elements, and to the visual relationships and alignments between adjacent or different types of work and finishes. 3. CORRESPONDENCE Contractor shall clearly identify correspondence and submittals with project name, subject, and detailed references to relevant drawings and specifications. 4. NOTIFICATIONS Contractor shall notify Architect and Inspector not less than two (2) yy_ working days in advance of any test or inspection required. Contractor shall check and verify adequate performance or satisfactory results of . all tests and inspections as they occur, before allowing subsequent work to proceed. Also refer to CONSTRUCTION SCHEDULES-CC, Article 4. 5. LINES, LEVELS AND LAYOUTS a. Datum shall be as shown. b. Work under this Contract shall relate to the lines and levels shown; deviations will not be permitted, unless specifically approved otherwise by Architect. c. Contractor shall provide, coordinate and check all dimensions, lines and levels as necessary for detailed layout work. Also refer to GENERAL CONDITIONS-G, Paragraph ll .D. d. Lines and layouts shall be subject to approval by Architect 'prior to commencing subsequent work.. e. Contractor shall protect and maintain any survey points or lines found existing or provided by Owner, and shall replace same to correct positions if removed or disturbed. 1033-67 1A-1 of 3 6. RECORD DRAWINGS ® a. Records shall be maintained of actual installations where at variance with the work as shown or where not otherwise located by dimension, elevation or other reference on the drawings. For this purpose, Contractor shall obtain from Architect and pay for, at cost, one N.:,{... u complete set of diazo type reproducible tracings and one complete set of diazo blueline or blackline prints. (1 ) Print set shall be maintained at Contractor's field office, separate from other field sets, and kept current as the work progresses . (2) Tracing set shall be maintained in good condition by Contractor and up-dated monthly as the work progresses . Drafting on these tracings shall be done by accurate and carefully drawn lines and clearly let- tered dimensions and notes; all as necessary. (3) Record drawings shall be accompanied by sufficient supplementary details and sketches as necessary to clarify all conditions as installed. b. Actual locations and elevations of all pipe, conduit, duct or other lines installed or relocated under the contract and occurring below grade or within permanently concealed spaces shall be recorded by actual dimensions referenced from permanent and readily accessible F,,,A building lines , floor lines or monuments. • (1 ) Buried or concealed lines shall be dimensioned from readily access- ible surface fixtures - hydrants , valve boxes, etc. - to indicate location of each change in alignment or grade, each valve, and like features . (2) Each capped, plugged or stubbed line end shall be accurately located. (3) Dimensions shall be taken from horizontal and vertical center lines of pipe, duct, conduit or individual fixtures; and from face of exposed surfaces on building construction. (4) Sufficient horizontal and vertical dimensions shall be given to accur- ately trace route and invert of each concealed line or locate each concealed item. c. Upon completion of work and prior to submitting request for final payment, complete all record drawing tracing work and deliver as directed by Architect. 7. RUBBER TIRE EQUIPMENT Carts, hand trucks, wheelbarrows and other wheeled equipment or conven- iences shall be equipped with pneumatic tires unless particularly auth- orized otherwise by Architect. 1033-61 1A-2 f.., .. . 8. ALTERATIONS TO EXISTING WORK a. Existing work shall be cut, altered, removed or temporarily removed and replaced as necessary for contract performance. b. Cutting and removals shall be carefully executed to avoid unnecessary a-- damage. c. Waste, rubbish or surplus caused by cutting or removals of existing materials shall be disposed of as the work progresses. d. Contractor shall be entirely responsible for the care and protection of existing equipment, fixtures and other appurtenances required to be removed and relocated. When replaced, said items shall be in proper appearance and service condition. Cleaning, refinishing, connections , servicing and adjustments shall be provided as necessary. e. Work required to remain in place which is damaged or defaced by reason of work done under this contract shall be restored. f. Also refer to SPECIAL CONDITIONS-AA. 1033-.67 9A 3 L t t >'ti{;�az 'G<i r i.iy,� k.tl,. t Sr '.k '<;Mf.:.� aj S f.,«4� h ;t.,ti a z # v .;i it ay.. n5,a;ro4t •& �1,�. s.t.';P •. ' . .�,iii �'�' "z� + �t+{�•,+. <,s•'s,� ik t� in U�.r � ? ..r ,..}4. a i-p.0 , ; ,ft-� r �,-'6 .=�:1 .tw;t. f,.N-:"� t ,t. ,.,P ��4..;,.r' rf L Vit' � SiV .a MATERIALS - 1B 1 . GENERAL PROVISIONS a. Refer to: GENERAL CONDITIONS-G, Sections 3. , 11 .B. , 14. , 18. , 19. , 20.c. and 21 . ; and CODES & STANDARDS-1D for related provisions and requirements. ' yas�.#irraaioxe b. This Section sets forth general standards for materials and minimum requirements for substitution of materials. 2. MATERIALS a. General : (1 ) These requirements shall be applicable to each type or kind of mater- ial item required for the project. (2) Each requirement herein shall be understood to include the phrase "unless otherwise shown or specified." Ur (3) Exceptions , modifications, optional selections or special requirements for a particular item shall be as specified under the individual item or material specifications. F3 b. Each material item shall be, as applicable: (1 ) New and of recent manufacture: (a) Items older than "shelf life" age stated or recommended by respective manufacturer shall not be used. (2) First quality grade of the manufacturer's quality line or series required: (a) Imperfects, seconds or reconditioned items shall not be used. (3) And, up-to-date models, styles or compositions as indicated in respec- tive manufacturer's catalogs or specifications in effect on issue MW date of these Specifications. c. Hard items (factory fabricated, assembled and finished) shall be producer's standard types or kinds including all standard catalog features or components; and with primary constituent materials, construction, fabrication and finishing conforming to producer's regular quality standards and processes applicable to the item required. d. Soft items (factoryrepared for application on or working into jobsite construction) shall be producer's standard composition, compound or formulation conforming to producer's regular quality standards applicable to the item required. 1033-67 1B-1 of 3 2. e. Colors: (1 ) Entire quantity of each type or kind of factory finished item, shall be from the same production or color lot series; or otherwise iden- tical in hue, shade, pattern, texture or appearance. (2) Colors for each item shall be selected by Architect from manufac- turer's full range color palette standard for the item required. (3) Allowance for combinations of colors or custon, colors shall be included where particularly specified; and shall be as selected or directed by Architect. f. Items shall be tested or certified in compliance with specified requirements when so specified or scheduled under SUBMITTALS-1C or TESTS & INSPECTIONS-1E. g, Materials shall be delivered in unbroken and unopened packages as factory labeled and sealed. h. Materials shall be delivered to meet construction schedules deter- mined by General Contractor. Deliveries to jobsite or other loca- tions shall include unloading; and placement at storage areas where directed by General Contractor when intermediate storage is required. 3. SPECIFIED ITEMS a. Material items required shall be furnished and installed in the types, kinds, models, styles or variations exactly as shown or specified unless otherwise approved by Architect. (1 ) where multiple descriptions, names or options are given or materials are specified by reference to a standard, the exact item will be at the Contractor's option to select. (2) Where a single description, name or option is given, the item shall be the exact type or kind as shown or specified. (3) When selecting an exact make or brand, Contractor shall determine that such a selection is equivalent to the quality, use, capacity, capa- bility, and general appearance and design standards of the item as required under these documents. (4) In all cases, selections made or proposed for use in the work shall be subjedt to review and approval by Architect, b. Nothing in the foregoing requirements shall be construed as limiting competition. 1033-67 IB-2 Z.4 4. SUBSTITUTIONS a. Proposals for substitution of materials shall be full and complete submittals complying with GENERAL CONDITIONS-G, Section 19. , Para- graph E. and Section 20. , Paragraph c. , and the following: (1 ) Proposals for substitutions shall be submitted in writing, with each - �.. submittal accompanied by the following: (a) Complete representational information consisting of catalog cuts, technical data , performance and capacity values , sizes , manu- facturers' specifications, finishes , colors, design or feature modifications or options, or otherwise as may be necessary or applicable; (b) Statement(s) as to the effects the use of such item would produce, if approved, with respect to space requirements , adjacent details , continuous or other operational systems , and other effects upon the work; (c) Cost analyses stipulating net changes in contract price that the use of such item would produce, if approved, including cost reductions or increases thereby necessitated for adjustment of work by other trades; and 11, REIM (d) List of comparable installations in which the item proposed has been used. (2) Individual submittals shall be made for each item. (3) Incomplete submittals will not be considered. b. Substitutions after award of contract shall be limited to one propo- sal for each type or kind of material or equipment item, unless other- wise permitted by Architect. c. All substitutions shall be approved in writing by Architect before becoming effective. Material acquisitions or orders made in anti- cipation of substitution approvals shall be entirely Contractor's responsibility. d. When approved, substitutions shall comply with all other Contract provisions and requirements the same as if originally called for, including submittals as may be required or directed 'by Architect. e. Contractor may be required to furnish a written warranty, with adequate safeguards to the Owner, assuring the satisfactory performance of the proposed.substitute item for a minimum period of time, but never less than one year. f. Thirty-five (35) days will be allowed for the submittal of proposed substitutions in lieu of 15 days as specified under the referenced General Conditions 1033767 10- 3 t SUBMITTALS - 1C ® 1 . GENERAL PROVISIONS a. Refer to: GENERAL CONDITIONS-G, Section 20. ; and MATERIALS-1B for related provisions and requirements. b. This Section sets forth: (1 ) Minimum requirements for various submittals required; and (2) Schedule of submittals , special quarantees and extra materials required. 2. SUBMITTALS - GENERAL a . Submittals required shall be as specified and tabulated herein and shall be included as work under each of the various Technical Sec- tions as applicable. Submittals shall also include additional data when so specified under an individual Section. b. Contractor shall furnish each submittal in the quantities required; and shall distribute all submittals as directed by Architect. Num- bers of sets or copies specified are minimum. c. Scheduled GROUP 1 SUBMITTALS are required frorn Contractor and shall have been approved by Architect prior to commencing the respective • types of work. (1 ) Material Lists , Shop Drawings , Material/Color Samples and Certifica- tion of Materials scheduled or specified shall be submitted not later than time specified under GC 19. , Paragraph F. (2) Refer to MATERIALS-1B for proposed substitutions . d. Scheduled GROUP 2 SUBMITTALS are required upon completion of the work, prior to final payment. e. Submittals and supporting data, catalogs , schedules, etc. , shall be submitted as the instruments of the Contractor who shall be respons- ible for their accuracy and completeness. Contractor shall ascertain that submittals meet all requirements of the Contract Documents, in addition to their conformance with structural , space and access con- ditions at the point of installation, and shall check all submittals before submitting them to Architect. f. Architect will check and approve schedules , drawings, etc. submitted by Contractor only for conformance with general design concept of project and compliance with specified requirements . 1033-67 1C- 1 of 5 2. GROUP 1 SUBMITTALS a. MATERIAL LISTS shall be an orderly listing or assembly of data in a brochure indicating the specific materials required or proposed for the work, including information as to exact type, kind, model , R composition or other qualities, all as necessary for complete evaluation. Where applicable to composite assemblies or systems (e.g. , roofing), manufacturer's assembly specifications and in- structions shall be included. (1 ) Required: b sets, minimum. b. SHOP DRAWINGS shall be delineated to clearly show complete layouts, fabrication details, erection plans, connections to adjacent construction, fastenings and other construction features as applicable. (1 ) Required: 2 sets min. for preliminary review; b sets min. for approval . c. MATERIAL/COLOR SAMPLES shall demonstrate the specific materials or finishes required or proposed for the work. When color selections by Architect are specified or required, submittals shall include full range of manufacturer's palette colors which are standard for the materials called for. (1 } Required: 2 sets minimum. d. CERTIFICATION OF MATERIALS shall be test reports, made and certified by an approved Testing Agency, or other written certification accept- able to Architect, indicating compliance with applicable material or performance requirements as specified. Refer to TESTS & INSPEC- TIONS-lE, Article 3, for related provisions. (1 ) Materials specified by reference to a Standard shall be certified in compliance therewith when tested by the methods enumerated under such Standard. (2) Except for tests specially required under TESTS & INSPECTIONS-iD and when approved by Architect, manufacturer's certification of quality or evidence of established prototype tests may be sub- mitted in lieu of independent testing agency reports. (3) Required: 2 copies minimum. 1033-67 1C-2 3. GROUP 2 SUBMITTALS ® a. CERTIFICATION OF INSTALLATION shall be written evidence from the respective material manufacturer indicating his supervision of the work and compliance of the installation with the specified or ap- proved requirements. (1 ) Required: Origina3 and 1 copy. b. MAINTENANCE INSTRUCTIONS shall be complete manufacturer's specifi- cations or instructions for the best upkeep of the materials or finishes used in the work. (1 ) Required: 3 sets, minimum. c. SERVICE MANUALS shall be compiled and submitted as follows: (1 ) Include complete operating and maintenance instructions, together with catalog cuts, service details, parts lists and numbers, equipment rat- ings and performance data, local service representative or agency, and other pertinent information. (2) Assemble all such information in 8-1/21ox11 " size hard cover pressboard binder, or set of binders as necessary, arranged in an orderly manner and complete with typed index tabs and labels . Incorporate oversize drawings by neat folding and arranged as fold-outs. (3) Required: 3 sets for each major piece of equipment and each major operating system. (4) Electro-photo type copies and ring binders will not be permitted. d. SPECIAL GUARANTEES shall be separate guarantees furnished for parti- cular types of work as specified under the individual Sections; and in accordance with requirements under GENERAL CONDITIONS-G, Section 29. Duration of special guarantees shall be as specified under the indi- vidual Technical Sections. (1 ) Required: Original and 1 copy of each special guarantee required. e. EXTRA MATERIALS shall be furnished in quantities specified, which shall be in addition to amounts required to complete the work, and supplied from the same color lots or factory runs as the respective materials used in the work. (1 ) Unit type materials shall be supplied in packaging of standard factory sizes or of equivalent volume; piece goods in single pieces of standard roll widths; liquid materials in standard corrosion resistant contain- ers with tight fitting lids of sizes in U.S. Gallon measurements. (2) Deliver materials packaged, sealed, labeled and clearly identified as to contents, project, and use. (3) Protect, store and deliver extra materials to Owner as directed. f. RECORD DRAWINGS: As specified under GENERAL REQUIREMENTS-lA, Article 6. 4. SUBMITTALS REQUIRED - as indicated in schedule on following pages: a. Symbol entered in schedule indicates submittal is required; and - X - as specified herein under Articles 2. and 3. S - is specified above and under individual Technical Sections. • b. Sections not listed herein do not require submittals unless otherwise directed by Architect or required by provisions for submittal of proposed substitutions. 1033-61 1C-3 S U B M I T T A L S GROUP 1 GROUP 2 ® Sections not Zisted do C o not require submittals, o o V) of LO unless directed by o ¢ J �o N Architect or as may beJ N J �aJ d w -j N required with proposed a Q Ln W .�4 f- z U w cn w�- Q CD RIF rti Z UJ lL F- li N W U J Q Z r+ G Z substitutions. "' ►-� a_l '~ ..Z t- ►-�Q ►-+Q Q = " WF- a. 3 wa. F- F- «-+ ZF- � = U= CCW O3 f- N RQ F `.E a DG �--� N �Z WQ F- ►- UQ Q n•+ = Q Q W U- W U- Q Z W Q d = X Q W Technical Section No. 2: -1 V1 o s V) U o U o �-. X: Ln cD Wim SLAB FINISHES se s S S s Y CONCRETE 3C $ s MISC. METAL 56 X MET, RAILINCrS SG ?( $Arm DECIGINCr ROUGH CARIZENTR (oA X Us TOM MILLWORK CoC $ S ' F CAULK. C SEALANTS 7,A -U WATC R W& 78 X 906.INSULATION 7C �( lu vro m s MCTAI WORK, ZD � ' F f NOL.LOW M ETALW'IC GA S G ROLL-IJP DOOR eD K FINISH HARDWARE. 8C 5 S GLASSWOQK f.ATNING A.! X ASTERIN(, q8 x RYwA« FRI►M0cA X GYp. WALLW.l4P qD X (Con4•4 f. .. JCr ' S U B M I T T A L S GROUP 1 GROUP 2 Sections not listed do C) notnot require submittals, o olu_ o I~- N unless directed by �_j U o N Architect or as mai be J N _j Ucc ¢ ¢ w _j V) required with proposed a LD d N 0--, �'F— z U W N —,►_ a (M ry Z .-r W lLLL N W U J Q Z ►-� D Z t..t_.. substitutions. N J ►-� Z 1— ¢ Q Q CX C W F— G. 3 W Gg. ►-- F^ • z F— > > U W O 3 I- V) C) F— Qcz ►� N 0:Z WQ F—►— ()Q Q ►-� = Q WW W Q Z W a a X WTechnical Section No. 3E J N o X N � U o x .-. N� N CD w� �o � TILEWORK. qF X TERRAZZO qG X S X RESILIENT FLR'C+ qH X X X g PAI Nor IN G 91 x WALL. COVERING, q, X X X RI R It PIkOOPF IN Cr 14 X MET. P^RTI'f SONS 10A �( X FOLDING PARTWS 105 X $ x, • cARDS 10C X S X 5 TACK CK BO SDAR US DIRECTORY 10D X Y *� ROOM 516N5 101! S G lb It 9 FA 5 WOOD CAWNeTS 10F X 5 5 _ S CCEsSORIE i 10 C, X *I ' SUPPIS of L.8#0 as ectreJ.) i GR ID ECLG S' A COU ST VIA 13A X X S S S PLUMdIAl G 15A X X X H, V & AC 155 X 5 S X x IRiItlL Mom Ise x S 1( X UICTRICAL I" X 5 X x CODES & STANDARDS - 1D 1 . GENERAL PROVISIONS a. Refer to GENERAL CONDITIONS-G, Section 2. for related provisions and requirements. b. Codes and standards applicable to construction work under this Con- tract shall be as specified herein, including any as enumerated or referred to under the individual Technical Sections. c. State of California Administrative Code: Title 5 - Education Title B - Industrial Relations. Title 17 - Public Health. Title 19 - Public Safety, State Fire Marshal requirements. Title 24 - Building Standards. d. General Construction Codes: (1 ) ICBO Uniform Building Code, Plumbing Code and Electrical Code as cur- rently issued, including modifications or interpretations as currently adopted or enforced by the Building Officials in the vicinity of the project. (2) National Electrical Safety Code, U. S. Dept. of Commerce. e. Construction Safety: (1 ) Construction Safety Orders, California Div. of Industrial Safety. (2) Manual of Accident Prevention in Construction, latest edition, A.G.C.A. f. Standard Specifications- - Standard Specifications , 1964, Div. of High- ways, State of California; applicable to work where so referenced. 2. GENERAL STANDARDS Ref, Symbol Title or Association AASHO Standards and Specifications, American Association of State Highway Officials . ACI Standards, American Concrete Institute. AGA Standards, American Gas Association. AISC Code and Specifications, American Institute for Steel Construction. ASHRAE Guide and Standards, American Society of Heating, Refrigeration and Air Conditioning Engineers. ASME Code and Standards, American Society of Mechanical Engineers. ASTM Standards, American Society for Testing and Materials, 1033-61 1D-1 of 3 f f 2. Ref,. Symbol Title or Association AWS Codes and Standards, American Welding Society AWWA Standards and Specifications, American Water Works Association. CS Commercial Standards, U. S. Department of Commerce. "Vm" F.M.L. List of Approved Equipment, Factory Manual Laboratories. F.S. Federal Specifications, U.S. GSA. M.S. Military Specifications, U.S. G.S.A. NBS National Bureau of Standards. NEMA Standards, National Electrical Manufacturers Association. NFPA Codes and Bulletins, National Fire Protection Association. U.L. Equipment and Materials Lists and Standards, Underwriters' Laboratories, Inc. USAS Standards and Specifications, United States of America Standards Institute. USDI Concrete Manual , 1966, U.S. Department of Interior. and others as may be specified under individual Technical Sections. 3. STANDARDS FOR WORK AND MATERIALS a. Work and materials shall comply with all governing codes, including standards referred to under such codes , except said requirements shall be minimum. When Contract Documents call for materials of higher quality or performance, or larger sizes or capacity than required by said codes or standards , the Contract Documents shall I take precedence. This shall not operate to allow deviations from code requirements. b. Work or materials specified by reference to a number, symbol or title of a specific standard - such as ASTM, U.L. , F.B. or other standards shall comply with requirements thereof in the latest edition, includ- ing amendments or supplements, in effect on issue date of the Contract Documents, except as limited to type, class, grade or modification shown or specified. c. Except as modified by the Contract Documents, standards shall have full force and effect as though printed herein and are not repeated for reason that manufacturers and contractors are assumed to be fam- iliar with requirements governing or applicable to their work. Upon request, Architect will furnish information as to where copies may be obtained. d. Manufacturer's Standards - applicable to proprietary type or manu- factured items or products used and where not otherwise shown or specified: Primary materials, auxiliary materials and accessories; conditions of handling and for storage and protection; preparation of backup surfaces receiving the work; and installation, cleaning and main- tenance procedures - all shall be in strict accordance with the primary material manufacturer's published standard specifications 1033-67 I4-2 3. d. applicable to the work required; and all such work and handling shall be provided to achieve complete and first quality installations as intended under these Specifications. This shall also include manu- facturer's general instructions or application instructions supple- mentary to said manufacturer's specifications together with any special instructions applicable to prevailing conditions encountered in the work. e. Materials or items required shall be free from factory, shop or field applied trade signs or advertising labels of any description exposed to view in the finished work except only as specified for certain operational identifications and only as necessary to identify fire- rated work where so required. f. Electrical motors and apparatus shall comply with requirements specified under 16-ELECTRICAL; and shall be U.L . listed and labeled where applicable standards have been established. 4. FIRE-RATED WORK a. Applicable to materials specified or required to have limited fire hazard or flame spread characteristics. (1 ) Interior finish materials shall be tested and classified per ASTM E 84, or comparable scientific testing establishing like valuations, under sponsorship of manufacturer and conducted by U.L. or other testing agency regularly performing tests of the type required. (2) Testing standards, methods and procedures shall be subject to approval by Architect and Fire Marshal having jurisdiction. (3) Flame spread of materials used, when installed under the conditions shown or specified, shall not exceed the characteristic U.L. or other values specified for those materials. b. Other materials or equipment and construction assemblies required to be fire-rated shall be U.L. listed and labeled for the ratings required where covering standards have been established; otherwise, shall be tested and rated per methods or procedures approved by Architect. 1033-67 10-3 ® TESTS b INSPECTIONS - 1E 1 . GENERAL PROVISIONS a. Refer to: GENERAL CONDITIONS-G, Section 21 . , for related provisions and requirements. , b. This Section sets forth minimum test and inspection requirements necessary for work under this Contract. C. Notifications: Per GENERAL REQUIREMENTS-IA,Article 4. In addition Contractor shall give timely notice to and cooperate with testing agencies as necessary to meet all specified requirements. 2. DIVISION OF COSTS AND PAYMENTS a. Paid by Owner: Tests and inspections specified or required and which will be paid for by Owner shall be limited to the following: (1 ) Trench backfilling. (2) Cement, aggregates and tests for concrete used in the work. ■ (3) Welding for metal decking. ! b. Paid by Contractor: (1 ) Concrete design mix; testing of reinforcing steel not substantiated by certified mill reports; and all other tests and inspections specified or otherwise required to substantiate compliance with • specified requirements for quality of material or performance of operation. (2) Retesting or additional testing or inspections maae necessary oy receipt of substandard test results , or other factors which indicate the work to be below the standards of these specifications, where attributable to Contractor. (3) Tests or inspections necessary to substantiate compliance of work or materials substituted for previously accepted or approved work or materials. (4) Repairs or replacements of work damaged by the above specified retesting or additional testing. (5) Repair or replacement of work in place which fails to comply with specified test requirements. (6) The above specified retesting, additional testing, repairs or replacements shall be performed or made as directed by Architect, at no added cost to, Owner. C. Charges for tests and inspections to be paid for by Owner shall be made to the account of the Owner. The Contractor shall reimburse the Owner when applicable in accordance with the above division of costs. All other charges shall be made to and paid by Contractor. 1033-61 IE-1 of 4 3. TESTING AGENCIES a. Tests and inspections paid by Owner will be performed by one or more independent testing agencies retained by Owner. b. Other tests and inspections shall be performed by one or more established independent testing agencies or laboratories regularly performing tests and inspections of the types required. Said testing agencies shall be subject to approval by Architect prior to commence- ment of work requiring their services. (1 ) In cases where Certification of Materials is required as scheduled under SUBMITTALS-IC, except where paid by Owner and when approved by Architect, mills or plants with similar established and regularly operating testing facilities may supply certifications of compliance outside or independent testing agencies. 4. SAMPLES FOR TESTING Contractor shall furnish all materials and samples for all required tests, supplied to the places , in the quantities and at the times necessary; and shall fully cooperate with all testing agencies as necessary for performance of their work. Include cutting, machining, labeling and other preparation and transportation of samples as necessary. 1,744, 5. REPORTS Testing agencies shall furnish and distrubute tests and inspection reports as directed by Architect at commencement of work. 6. TESTS AND INSPECTIONS a. Tests and criteria for evaluations shall be as included or referred to under the particular standards by which materials are specified,' unless otherwise specified or scheduled. b. Specific tests and inspections required shall be as specified or scheduled hereinafter. C. Frequency of tests shall be as specified or deemed necessary by the Architect to assure compliance with specified requirements. d. Irregularities observed by testing agency shall be immediately reported to Contractor, Project Inspector and Architect. The respective work shall not be permitted to proceed until the matter in question has been resolved. 1033-67 IE-2 7. EARTHWORK a. Refer to TRENCHING & BACKFILLING-2B. b. Testing agency shall inspect and approve for compliance trench back- filling under slabs or paving. c. Compaction Tests: Test Method Calif. 216-F; made at times or frequencies deemed necessary by testing agency and approved in advance by Architect. 8. REINFORCING STEEL a. Refer to CONCRETE-3C. b. Compliance of reinforcing steel may be substantiated by certified mill reports; otherwise, steel shall be tested by Contractors as follows: (1) One tensile and one bending test for each 10 toms of steel , or fraction thereof, for each type and size when identifiable by heat number; for each 2.5 tons when not identifiable. (2) Samples: Two pieces min. , 18" long, for each type and size. 9. CONCRETE a. Refer to CONCRETE-3C. b. Cement and aggregate ingredient materials shall be tested for compliance with specified requirements. Compliance may be substantiated by certified mill test reports; otherwise shall be tested by testing agency. c. Contractors shall prepare and test concrete mix designs to meet specified requirements. d. Architect shall inspect batching facilities and transit equipment for compliance with specified requirements. (1 ) Weighmaster's certificates, signed by an authorized plant agent of the supplier, will be acceptable in lieu of continuous batch plant inspections. (2) Owner's Inspector shall receive and review said certificates upon delivery of batches at site; and deliver complete file of same to Architect upon completion of work. e. Tests for concrete shall be as follows: Characteristic Test Method f. Compressive Strength: (1) Preparation of Cylinders ASTM C 31 �2) Compression Tests ASTM C 39 3) Evaluation and Acceptance ACI 214 (*) (w-Table 5 under Structural Concrete-General) 4) Prepare 3 cylinders for each mix design or redesign. 5) Prepare 3 cylinders for class of concrete placed in the work each day 6 For each set: Test 1 cylinder at 7 days and 1 at 28 day ages; 1 held for recheck. 1033-61 E-3 9. g. Slump: ASTM C 143 (1 ) Sample at point of final deposit. (2) Test at least once each day for each type of concrete placed in the work. v_ ASTM C 231 h. Air Content: (1) Sample at point of exit from transit mixer. (2) Test at least once each day for each transit mixer and each type of concrete placed in the work. i. When specimen cylinders indicate substandard characteristics, or when required for other reasons , respective in-place concrete shall be mechanically cored and tested per ASTM C 42. 10. METAL DECKING a. Refer to METAL DECKING-5D. b. Testing agency shall inspect field welding as necessary to assure structural sound welds are being made and work is in compliance with specified requirements. t=r 1033 b7- t , er,7' y�L'�.j,3� � t 4 � .,....n t ':s� . ,. a Y..�r^ "s �,�.,:.ryp uY`:x' q+nr:x:s F .3 ' t ��,7 P t > ,'��•� `.-i �. tt. t .y�,_t :� •!t:�` < d...�`^ ; ,S t. (..w.,t4 �M Xy z. .Z:�.+:'4 � .�.;,11+ i:*�-'.. r Sr 1.7�7i7. :.t• Y'�x..'lti t .'4... s..r Z -:t} 'i }., . ,tr•. .Y. �et,r ea.::�...•} J- h 7<:''p'}.1,•rrL'�`a. Y.,.eZ > M ,i v..t ,r;< !1) fro+. Y..t^ �!: �<. ,•tS.,..�}';.'T.... r i. r• t• �5 t �-.+.. 5. n � }tij'. sr t.,„a• '5v fir: •,?t 'a•t..`+{r uw..r<''k}?:...f `.4;. .m r,,e..a,, i,..Ztx'Y fig:,+.kit .i. �3,u,�-fl k"�;s.t�����rY r .c.'�# :� f •c',#ga�.�.ti-• �#� r. �'�i�^r, .tyartw�,f.ies• }tz,'L s+r.� ,E>(= �•�; ._�`^.��``C..�. kk -rr:;`"' •� n'y GENERAL TECHNICAL PROVISIONS - IF I . GENERAL PROVISIONS a. This Section sets forth certain general technical provisions applicable to work required under the various Technical Sections comprising Division 2-16. b. These provisions are included herein for convenience to avoid repetition; are general and minimum guides to the various kinds of work required; and shall not relieve more specific requirements EL specified or referred to under the various Technical Sections. R 2. PRIOR TU STARTING a particular type or kind of work: a. Examine for relevant information, all contract documents and subsequent data issued to project; including approved submittals; Nam— b. Check and verify dimensions at jobsite ; c. Consult material's manufacturers for recommendations and instructions , applicable to prevailing conditions under which a particular work is to be installed; and - d. Inspect areas, surfaces or construction receiving a particular work. . (l ) Start of said work shall signify compliance with the above require- ments; and shall signify Contractor's acceptance of previously placed construction or' substratae as being in satisfactory condition to achieve proper installations and first quality workmanship as intended under these specifications. 3. LINES, levels, elevations and detail dimensions shall relate to layouts as established in the field and those established by approved shop drawings or supplemental drawings. 4. CLOSING UP of walls, partitions or furred spaces, backfilling and other cover-up operations s all not proceed until all enclosed or covered :. work and related inspections have been completed. Verify before } proceeding. Also refer to GENERAL REQUIREMENTS-1A, Article 4. ''. 5. MATERIALS embedded in concrete or masonry shall be furnished to the job- site at the times required and with approved layout, details or template as necessary for accurate and proper setting of such items. 6. PROVIDE holes, slots, cutouts, blocking, screeds, nailers, chases and Y . similar preparation as th - e work progresses, as required to receive or pass or secure subsequent work; all as necessary for work to proceed continuously without damage to previously completed work. ' 7. EXPOSED EXTERIOR WORK shall be made tight against entry of water into concealed or• interior spaces. Joints or' penetrations below grade or behindtexterior trim and other conditions where water may enter shall be s"led,apinst wRter as for exposed exterior conditions. 103347 IF-1 of 3 S�y ' t 8. GAUGES AND FINISHES shall be U.S. -Standard unless otherwise indicated. 9. SHOP FABRICATE and pre-assemble interrelated parts where possible. 10. PENETRATIONS THROUGH SOLID CONSTRUCTION . „ a. Penetrations through concrete or masonry structures shall be provided ^ with sleeves set in the formwork. Sleeve shall be line size plus 1 " min. ; of either adjustable galvanized sheet metal or pipe of galvanized steel , asbestos-cement or other approved non-corrosive material ; in lengths equal to depth of passing construction. b. Line penetrations shall be water-tight; packed and caulked below grade; flashed using lead or galvanized sheet metal flashing collars at roofs and sidewalls . c. Interior side of penetrations exposed at finished areas shall be covered using approved escutcheon plates , either prime painted or plated and polished as specified. 11 . PENETRATIONS THROUGH ROOFING OR MEMBRANES a. Penetrations through membrane assemblies shall be prepared only under respective WATERPROOFING Section, Div. 7. The making of arrangements and furnishing metal deveces therefor shall be included as work under the Section requiring the penetration. • b. Penetrations shall be protected, in addition to roofing or water- proofing materials, using metal flashing collars, clamping rings or similar devices of suitable detail and shall be of approved types and materials only. 12. STRUCTURAL CONNECTIONS AND FASTENINGS shall be included as shown or required for complete fabrication, assembly and installation of the work; of materials, types and sizes adequate for the purposes; placed in con- cealed or obstructed locations where possible; shall include suitable welding or brazing where required; and shall conform to applicable requirements specified under DIVISIONS 5-METALS or 6-CARPENTRY as applicable for conditions encountered or materials required, unless otherwise shown, specified or approved. 13. POWDER-DRIVEN FASTENERS shall be limited to uses particularly shown, specified or approved by Architect. Operators shall be certified in accordance with California Industrial Safety Orders . 14. ISOLATION shall be provided between ferrous and non-ferrous or dissimilar metal components to protect the work against electrolysis. a. For architectural work, provide cork fillers, asphaltic coatings, neoprene gaskets or similar separation as necessary; and use stainless steel fastenings only where interconnecting both • dissimilar parts. 1033-61 1F-2 14. b. For mechanical and electrical work, provide dielectric unions or - similar separation. In particular, provide isolation as necessary between exterior underground systems and interior above-grade sys- tems where of dissimilar metals. 15. FERROUS WORK permanently exposed to exterior or below grade shall be galvanized, unless otherwise specified; related accessory members and fastenings shall be non-ferrous, galvanized or made rustproof by approved methods. 16. GALVANIZING, prime painting and related touch-up and repair shall comply with GALVANIZING b PRIMING Section, Div. 5. 17. CURING AND DRYING a. Work shall not proceed during weather which may be detrimental to the work or materials. Wet or damp areas or surfaces receiving work shall be properly dried out before proceeding with subsequent ` work or finishing. b. Concrete and plaster shall be properly cured using water curing methods only, unless otherwise specified or approved. Provide for weekend and holiday spraying work as required. 18. ACCESS DOORS a. Each Technical Section which includes work above non-removable ceil- ings or behind walls to which access must be provided for maintenance and up-keep, shall furnish necessary access panels or doors. Provide all grounds, screeds, frames and trim, necessary to make complete and serviceable installations; and install or arrange for their installation as necessary. b. Types: Inland Milcor; Walsh-Hannon-Gladwin; or equal ; Style "A" for acoustical tile; Style "K" with expanded metal wings for plaster; and Style "M" elsewhere. Access doors in 2-hour construction shall be U.L. "B" label type. c. Sizes: 12" x 12" for reaching small items within wrist reach of walls or ceilings; 12" x 24" for larger items •or at greater distance; 24" x 24" min. where full access is required. Size 12" x 12" shall have one latch; larger -sizes shall have two or more as required. d. Finishes: Polished chrome plate for sizes 12" x 12" and smaller where located at ceramic wall tile or glaze coated walls; zinc phos- phate treated and baked prime paint for other locations. e. Locations shall be only as shown or approved by Architect. f. Locks: Provide locks suitable for building MK keying system where panels are exposed at corridors, stairs, toilet rooms and like areas readily accessible by public. Cylinders for MK locks are included • under FINISH HARDWARE-8C. Elsewhere, provide manufacturer's standard screwdriver can locks. 103347 1F-3 TEMPORARY WORK IG 1 . GENERAL PROVISIONS a. Refer to: GENERAL CONDITIONS-G, Section 4. , 9. and 12. ; SPECIAL CONDITIONS-AA, Articles SC 5 and SC 6; and -M.4 ACTIVITIES ON PREMISES-DD for related provisions and requirements. b. This Section sets forth minimum requirements for temporary work, facilities and safeguards. Additional or other temporary work and materials shall be provided as necessary to properly execute and complete the work. c. Temporary work, facilities and safeguards shown, specified or required, including coordination in changes of services and like activities, shall be provided for proper performance of the work and as necessary to comply with all statutory regulations and these Specifications . d. Temporary construction and permanent structure used as temporary construction shall be adequate for intended use and for all loads imposed without excessive settlement, deflection or deformation. All parts and members shall be properly supported, wedged, braced and secured to prevent displacement or failure. PON e. Temporary utilities and permanent utilities used for construction shall be adequate for intended uses and not overloaded or otherwise used or arranged in any manner which would endanger persons, premises or structures. All connections shall be properly made; lines and wiring secured in place; and sufficiently protected against accidents. f. Arrange temporary work and maintain easy access at all times to any fire protection facilities on or about any and all work areas. 2. INSTRUCTIONAL SIGNS a. At each elevator door required to remain closed and inaccessible to public during construction, provide one black plastic laminate sign with white I" high letters reading: NOT IN SERVICE; securely fixed in place. b. Elsewhere, provide printed or painted and neatly lettered directional signs at exterior and interior locations as necessary for deliveries, warnings, etc. 3. FIELD OFFICES a. An interior Basement space adjacent to the work areas will be assigned Contractor for his field office use. Contractor shall provide his own equipment. b. Contractor shall erect or furnish a Delivery Shed at the exterior as indicated. 1033-67 IG-1 of 4 4. and 5. (Not Used) .� 6. DOCUMENTS ON PREMISES a. Contractor shall maintain in his field office and for duration of work under this Contract, one full and complete set of Contract yr Documents, including drawings, specifications, addenda, change ,- orders, revision drawings, approved submittals and other documents, information or technical data as may be issued for the work or otherwise required to be present during the work. These documents shall be separate from those required to be maintained as record drawings. 7. CONSTRUCTION UTILITIES a. In lieu of payment of construction utilities as specified under the referenced General Conditions , water and electrical power consumed for construction purposes will be supplied by Owner at no cost to Contractor. b. Contractor shall arrange for and make connections to existing sources within the building and vicinity of the project where approved by Architect. a. TEMPORARY SERVICES ` a. These provisions supplement GENERAL CONDITIONS-G, Section 9. b. Sanitary Facilities: (1 ) When usable, available and approved, permanent toilet facilities within the work areas under this contract may be used. Until then and as soon as practical , the specified temporary facility ` shall be installed. (2) Temporary facility shall be a shed or approved enclosure in the vicinity of and with facilities connected to the building ser- vices at the existing Janitor 8106. Suitable and sufficient sanitary and wash-up fixtures shall be provided. (3) When permanent facilities are used, they shall be fully protected and receive complete daily custodial service. c. Water: (1 ) Drinking Water: Provide suitable canister-coolers or connected drinking fountains of sufficient number to reasonably serve the project. Furnish supplies as necessary and maintain daily. (2) Construction Water: Provide and maintain temporary water ser- vices as required and of adequate capacity for construction . purposes. Fire protection facilities shall not be used, except only as may be particularly permitted by governing Fire Marshal. 1033-67 1G-2 8. c. (3) Temporary water system shall meet anti-backflow requirements of Uniform Plumbing Code. d. Power and Lighting: (1 ) Temporary wiring and electrical facilities shall be in accordance with the applicable provisions of California Electrical Safety Orders; and shall be of adequate capacity for construction needs. (2) Permanent light fixtures shall be lamped as specified and placed in operation prior to application of final coats of paint for walls or ceilings at finished spaces. e. Heating and Ventilating: (1 ) Provide and maintain temporary heating and ventilating equipment as required for proper installation of the work, protection of materials in storage, curing and drying or otherwise as necessary. Smoke or smudge producing equipment will not be permitted. Heating equipment or devices used shall be subject to Architect's approval . (2) Use of permanent heating and ventilating systems will be permitted and is desirable for maintaining temperatures within building during installation of finish materials, except that such use will not be permitted prior to completion of plastering and drywall finishing. Permanent equipment shall not be used until protected with filters. f. Telephones : Owner will provide one open line and two instruments within project area for Contractor's use for conducting official project business. 9. SAFEGUARDS a. Adjacent building, trees , plantings , lawns , sidewalks or roadways subject to injury by construction operations or movement of equipment shall be protected as necessary. b. Trenches intersecting thoroughfares shall be provided with bridges or other crossings suitable for safely carrying the type of traffic involved; with railings as necessary. c. Open wells and shafts and sharp vertical offsets in floorsmore than 48 inches above an adjacent floor, and like conditions, shall be protected by sturdy barricades or railings. 10. CONTROL OF DUST Contractor shall take all necessary precautions to keep to minimum possible all airborne dust, fumes and odors in execution of project, especially in the proximity of air intakes or where work is executed within the existing structure. 1033-67 IG-3 11 . TEMPORARY WORK* FACILITIES AND PROTECTION a. Temporary Enclosures - General : .Is (1) Temporary enclosures shall be provided full height; faced on the public side with plywood or gypsum wallboard; with all, ,-t,. field and edge joints taped or caulked throughout. ��---- (2) Doors in temporary enclosures shall be plywood or masonite faced; each door equipped with hinges , closer and cylinder lock for construction lock keying; and with perimeters sealed with compression foam tape seals or comparable weatherstripping, continuous around 4 sides. b. Stair No. 1 Construction Access: (1 ) Remove existing temporary wall as indicated for access from First Floor Corridor to Stair No. 1 . (2) Provide temporary door, "no public access" signs, etc. as necessary. c. Pharmacy Area: (1 ) Work at Second Floor Pharmacy area must proceed while Pharmacy is in operation, as specified elsewhere. Contractor shall per- form work around and in cooperation with Owner's employees and the Inspector as necessary. (2) Dust covers and other protection as may be necessary shall be provided over Owner's equipment and supplies ; and shall be moved and adjusted from time to time as may be required to facilitate Pharmacy operations. 1433-67 IG-4 �r��}},�tr��� �tk ��� � `9�#x , X44 S.4's-.att*fi n.•¢n '£t tkd f F,r 1 { i - . 1 . GENERAL PROVISIONS PROTECTION WORK - 1H a. Refer to: GENERAL CONDITIONS-G, Sections 4. , 11 . and 25. ; i .. . SPECIAL CONDITIONS-AA, Articles SC 5 and SC 6; ACTIVITIES ON PREMISES-DD; and TEMPORARY WORK-1G for related provisions and requirements . b. This section sets forth minimum requirements for protection of materials, equipment and construction under way. c. Said requirements shall apply to protection of materials or equipment in storage, work in progress under the contract and adjacent existing or newly constructed work; and shall be provided as necessary for protection against damage or deterioration due to construction operations , weather or other causes. 2. MATERIALS F' a. Plastic Tape: Pressure-sensitive, adhesive backed polyethylene tape, in suitable weights and widths, guaranteed non-staining and without causing damage to surfaces where used. b. Plastic Sheeting: Polyethylene, 4 mil min. , in suitable sizes. c. Building Paper: F.S. UU-B-790, Type 1 , Grades A, B, C, Style 4, in standard width rolls. d. Plywood: D.F. , C-C Grade, or comparable unsanded construction panels, not less than 1/4" thick, in suitable sheet sizes. 3. PROTECTION OF PERMANENT BUILDING a. Weathertight enclosures shall be provided for all exterior openings as soon as practical after walls and roofs are in place. Doors shall be equipped with locks . Refer to FINISH HARDWARE Section, Div. 8, for construction lock service. b. As soon as practical , permanent building spaces shall be kept under lock and key during non-work times . Owner and Architect or Project Inspector shall be provided with keys. Windows may be glazed with the permanent glass as specified, at the Contractor's responsibility. 4. GENERAL PROTECTION WORK a. Blocking or pallets shall be provided to keep materials and equipment above bare ground, except bulk earth or aggregates . b. Plastic sheeting, tarpaulins or other suitable covering shall be • .provided over materials and equipment stored in unprotected locations, except bulk earth or aggregates. 1033-67 1H-1 of 2 .. ., . .. .. ! .. ! 4. C. Sheeting materials draped over equipment or materials, hunt at vertical surfaces or laid out on horizontal surfaces shall be adequately secured to prevent blow-off or tearing. Provide weights, nailing through blocking and plastic or masking tape as required. d. Earth dams, drainage ditches and similar-temporary construction shall be provided to prevent flooding of materials or equipment. e. Interior locations not yet roofed or adequately drained shall be ` considered as out-of-doors and materials or equipment stored therein shall be protected accordingly. f. Exposed surfaces of materials and equipment installed, set in place or otherwise finished shall be protected against marring, spattering or other damage, using adequate sheeting, tarpaulins, drop cloths and like materials. Provide plastic or masking tape at perimeter edges as may be required. g. Finish materials shall be stored in well protected, enclosed, dry locations; inside enclosed permanent spaces where called for. h. Barricades shall be provided to keep foot traffic and rolling equipment off newly placed paving, slabs and like work; maintain until drying, curing or other processes have been completed and the areas are ready for use, i . Warning signs shall be posted when necessary to safeguard persons, equipment and freshly placed finishes. J. Existing or newly erected structures exposed by demolition or temporary removals shall be covered and protected at all times against entry of water into any concealed or interior spaces. k. Concrete or masonry corners, finished frames and like salient conditions shall be protected with corner boards; substantially secure in place but without damage to underlying surfaces. 'k, , 1 . Provide building paper and plywood sheets at traffic areas over roofing, finished slabs, masonry paving, stairs, flooring materials and like permanent finishes, =M� N �M I 2 -4t y a J y �k�F{ if if if R h�4 1033-67 1H-2 r COMPLETION OF WORK - 1J 1 . GENERAL PROVISIONS a. Refer to: GENERAL CONDITIONS-G, Sections 25. and 27. for related provisions and requirements. b. This Section sets forth minimum requirements for: M, �Y- (1 ) Condition of positions, alignments and workmanship upon completion; (2 Cleanup during construction; (3 Cleanliness of project upon completion; and (4 Procedure for final inspection of project. 2. POSITIONS AND ALIGNMENTS a. Surface planes shall be flat and true to established lines; floors, ceilings and soffits level ; walls and vertical returns plumb; sloping surfaces uniformly pitched or battered; corner intersections true to straight edge lines. b. Repeating members shall be uniformly, accurately spaced. Solid, WaTunn tubular or like running members shall be straight, level or plumb as required; free from twists and winds; and with axes true to established planes or lines. c. Frames and unit assemblies shall be square, level , plumb, true to established planes or lines . d. Unit Materials: (1) (Not Used) (2) Tile flooring, etc. , with closed joints: Individual units shall be flat, edges neatly abutted, free from face offsets across the joints. (3) Joint lines shall be true to straightedge lines, running normal to building walls, or to established lines where within irregularly shaped areas, with cross joint lines meeting at a point. (4) Unit layouts shall be symmetrical about the floor, wall or ceiling center line, or as particularly shown, and positioned such that necessary cut units at perimeter edges are always greater than one-half the natural unit width, except as particularly shown. • 1033-67 1J-1 of 4 1 i .,, 4 a ,✓ myyy,'a.n.}s-...rt.4 ,... :.,.. ,:) t7 t 3. WORKMANSHIP EMW a. Joints: (1 ) Fabricated closed joints shall be normal to longitudinal axes, or as required, accurately cut, neatly fitted, fully abutted. _ -� (2) Gapped or spaced joints shall be the exact widths required; each type of joint uniform in width and appearance throughout or over each area. (3) Frame corners and joints in running materials of the same cross section or profile shall be accurately fitted to neat closed joints, free from offsets across the joint. b. Fixed parts or members shall be secured tight in place, free from distortions, squeaks, rattles. c. Finishes shall be free from bubbles, straks, peeling, pits or other irregularities , except where rough materials are required. d. Finish surfaces shall be free from dirt, grease, mastics , finger prints, scratches, dents, cracks , stains, chips or other damaging or undesirable effects or conditions . 4. QUIETNESS OF OPERATION • a. Equipment and devices shall operate quietly and free of vibration. Properly adjust, repair, and balance as necessary, or replace where producing objectionable noise or vibration. Provide additional brackets, bracing, etc. , to prevent objectionable noise or vibration. All systems shall operate without humming, surging, or rapid cycling. b. Doors,panels, operable hardware and the various devices shall be installed, adjusted and serviced as necessary for operations free from binding, squeaks, vibration and other objectionable -conditions. 5. WASTE AND DEBRIS a. Work areas shall be kept orderly as the work progresses such that installations are made under the best conditions possible, and that the work proceeds expeditiously without undue encumbrances. b. Construction waste and debris shall be regularly removed from the various work areas and periodically removed from the project site and disposed of in a legal manner, all as the work progresses. c. Slabs, floors, decks and other areas shall be periodically broomed clean; leave clean and free of dust, shavings, litter, etc. , upon completion of each phase of work. • 1033-67 l _ J2 6. CLEANING a. Work and materials installed shall be cleaned or otherwise handled ` and cared for as necessary to achieve first quality installations as intended under these specifications. b. Cleaning methods for proprietary type items and factory finished Zaak" or pre-finished materials shall be in strict accordance with manufacturer's instructions; cleaning solutions, agents, solvents, waxes or other materials shall be only as approved by the manu- facturer of the material installed in the work. 7. FINAL CLEANING OF BUILDING a. Contractor shall retain established janitorial service, or provide other services as necessary for final cleaning and polishing of finish hardware, bright and anodized metal finishes , glass, mirrors, plumbing fixtures, equipment, cabinets and other items or facilities as necessary. Glass panes shall be washed both sides. b. Final cleaning shall include all sweeping, dusting, vacuuming, dry and wet mopping, polishing, buffing and other operations as necessary, including supplies and equipment required to accomplish said work. Also remove temporary tapes , wrappings, coating, paper labels and like items and remove from site, except required plastic or painted labels shall be carefully preserved. c. Surfaces, recessed, enclosures, etc. and all secondary spaces shall be cleaned as necessary to leave work in a clean, immaculate condi- tion ready for immediate occupancy and use by Owner. Paint or other splatters, stains, laitances and other foreign matter shall be carefully removed without damage to permanent finishes. 8. FINAL CLEANING OF SITE a. Entire site shall be thoroughly policed and put into a neat, acceptable condition. Remove all construction waste and unused materials, dunnage, loose rock and stones, roots, weeds, and all debris of any description resulting from the work. Hose down and scrub where necessary all new concrete and asphalt pavement and paved walks, and all existing concrete and asphalt pavement and walks dirtied as a result of the work. b. Roofs and decks shall be cleaned and made ready for final accept- ance in like manner. 9. PREPARATION FOR ACCEPTANCE Prior to final inspection by Architect and Contractor: a. Temporary facilities and utilities shall be properly disconnected, removed and disposed of off site; 1033-67 1J-3 9. b. Systems, equipment and devices shall be in full and proper adjustment and operation and properly labeled and identified. c. Materials and finishes shall be neat, clean and unmarred, and all parts and accessories securely attached; d. Broken work, including glass, curbs, slabs, paving or other items shall be replaced or properly repaired; e. Extra materials as specified or scheduled shall be delivered or stored at the premises as directed by Architect; and f. General guarantee; and special guarantees, service manuals and other GROUP 2 SUBMITTALS as specified or scheduled under SUBMITTALS-K or otherwise required; shall be assembled in an orderly manner and made ready for delivery as directed by Architect. 10. FINAL INSPECTION a. Upon receipt of written notice that the work is ready for final inspection and acceptance, the Architect and General Contractor shall promptly make a Joint inspection of the work and note deficiencies, if any. If there are no deficiencies, or when noted deficiencies have been removed and they find the work under the Contract fully performed and acceptable, Architect shall promptly notify Owner accordingly. b. Notice shall be deemed that Contractor has carefully inspected all portions of the work, that he has reviewed in detail the drawings and specifications, and that all conditions of the Contract Documents have been fulfilled. All subcontractors shall review, inspect and otherwise check their work for compliance with all conditions of the Contract Documents , and prior to the above notice. 1033-67 1J-4 DEMOLITION - 2A ® I . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. ,�. 2. SCOPE =. a. This Section includes: (1 ) Demolition and removal of portions of existing structures as shown or specified. (2) Removal from site all materials demolished and debris caused by demolition work; (3) Mechanical coring and sawing through existing concrete as specified; (4) And related work. b. Other Sections include: (1 ) Removal of existing mechanical , plumbing or electrical work as may be required. (2) Dust enclosures or coverings where demolition is required within existing finished areas. 3. GENERAL PROVISIONS a. Refer to: CONSTRUCTION SCHEDULES-CC; ACTIVITIES ON PREMISES-DD; GENERAL REQUIREMENTS-lA, Articles 10. , 11 . and 12. ; and ROUGH CARPENTRY-6A for related provisions and requirements. b. Demolition within existing finished areas shall not proceed until all protective enclosures and coverings are complete in place. C. Owner reserves the right to remove any existing materials prior to vacating structures or prior to start of work under this Contract. d. Burning or selling materials on site will not be permitted. e. Materials demolished, razed or otherwise removed as required shall be property of the Contractor and disposed of off site, unless other- wise specified. f. Demolition shall proceed in a safe manner. Equipment and materials shall be provided and procedures determined as necessary to avoid accidents, injury to persons and unnecessary damage to property. g. When unidentified utility lines are encountered during progress of the work, immediately verify service and status of same and notify Architect; do not shut off or disturb such service until instructions are issued by Architect. • h. Removals shall proceed to cause the least nuisance by dust and least interference by accumulations of waste materials and debris. Provide frequent and continuous removal of debris as necessary. 1033-67 2A-1 of 2 4. EXISTING CONCRETE a. Mechanical coring or sawing shall be provided for removals where new' piping or conduit is required to penetrate through or pass under .,., existing concrete walls, foundations or slabs. b. Equipment size and capacity and extent of work shall be sufficient own for the placement of the new work with reasonable ease and as necess- ary for compliance with applicable requirements governing the respective work. 5. EXISTING PARTITIONS a. Existing partitions shall be removed in whole or in part as shown. Include all plaster or other wall finish, framing, plates, anchors and other items, complete. b. Removals shall carefully performed to cause least damage to adjacent in-place work. C. Plaster or other wall finishes required to be removed in part only shall be carefully and accurately cut to straight lines and without unnecessary damage to parts required to remain. ■ d. Existing door frame indicated to be relocated shall be carefully removed, cleaned and stored for re-use; and shall be repaired where damaged, before re-setting. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 * * * * 2A-2 11, r t ;. i TRENCHING & BACKFILLING - 2B 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section sets forth minimum, requirements for trenching and trench backfilling as applicable to the work required under this Contract. b. This work shall be included as part of the work of any Section under which trenching or trench backfilling is required in connection with installations under that Section. 3. GENERAL PROVISIONS a. Tests and Inspections: Refer to TESTS & INSPECTIONS-1E. b. Trenching: (1 ) Trench excavation shall progress upgrade, unless otherwise approved, by hand or machine as necessary; with trench sides vertical and bottoms uniformly graded for continuous bearing on undistrubed soil . (2) Conduit and Pipe: (a) Uniformly slope between inverts shown or required. (b) Hand excavate under bells ,I couplings or other projections, (c) Depths: Top of line 24I min. below finish grade unless shown. (d) Widths: Line size plus 6" min. , 9" max. each side of line. (3) Overexcavation shall be corrected by filling with compacted backfill material as directed by Architect. C. Trench Backfilling: (1 ) Lines installed in trenches shall be inspected, approved and duly recorded on the record drawinqs before start of backfill work. (2) Backfilling material shall conform to Calif. Standard Specifications Section 26, Class 2, 3/401 max. . size. and shall be approved before use in the work. (3) Carefully hand pack under bells, haunches and couplings; fill simul- taneously on both sides of and to 12 inches above top of line; care- fully compact as necessary, avoiding any displacement of lines from established alignments. (4) Under slabs and paving, compact to 95% min. relative density; elsewhere, 90/19; per ASTM D 1557. d. Existing Construction: (1) Damage and Restoration: Refer to SPECIAL CONDITIONS SC 5 and SC 6. (2) Restoration outside of building shall include trench width plus 1211 each side, or as necessary; edges of existing work shall be cut to neat, straight lines. Transitions between new and existing work shall be free from humps, depressions or offsets. Refer to Division I-GENERAL REQUIREMENTS for additional requirements. 1033-67 2B-I of 1 FORMWORK - 3A l . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes: (1 ) Forms, bracing, form removal and other onerations as necessary for all concrete placed under CONCRETE Section; Div. 3. (2) Setting and securing into forms anchor bolts and other metal items embedded in concrete, using materials and layouts furnished and delivered to jobsite as specified under STEEL WORK or other Sections; (3) And related work. b. Other Sections include: (1 ) Expansion joints, divider strips or other special items for concrete slabs and paving specified under SLAB FINISHES Section. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-IC. b. Referenced Standards: Refer to CONCRETE Section. c. Coordinate formwork as necessary for proper concrete placements and treatments and installation of materials embedded in or penetrating concrete. d. Form Coatings: Refer to Miscellaneous Provisions under CONCRETE Section. 4. MATERIALS a. Refer to requirements under MATERIALS-IB. b. Formwork Surfaces - as may be required: (1 ) Exposed Surfaces: Douglas Fir, APA B-B Plyform, Class I or 11, 5 ply, 5/8" min. in sizes to achieve joint patterns shown or approved; or may be HD overlay or Plyron types; except same finish type shall be used throughout the work. (2) Concealed Surfaces: Douglas Fir, Construction grade, SIS2E, square edge, 1" nominal min. ; or may be plywood as approved. c. Form Coating: W.P. Fuller Co. Nitro-Cellulose Form Lacquer No. 3406; Hunt Process Co. , Type TLF; or equal . 1033-67 3A 1 of 3 5. FORMWORK TOLERANCES a. Forms shall be designed, erected and maintained such that com- pleted concrete work shall not exceed the tolerances specified under applicable Sections of ACI Standard 347. Vertical surfaces shall be plumb; horizontal surfaces and lines water level . b. Any movement or displacement of work form during construction shall ` be considered just cause for their removal and removal of concrete affected, and the work must again be built to correct line and detail . 6. ITEMS SECURED INTO FORMWORK a. Items embedded in concrete or which require securing to formwork for temporary support are included as materials to be furnished under other Sections. Setting of anchor bolts, sleeves and other items shall be included under this Section as required. b. Work under this Section shall include cooperation and assistance in arranging formwork and providing temporary woodwork, falsework or other items necessary to fit and secure all embedded items into the forms. 7. FORMWORK min a. General : (1 ) Concrete shall be formed to achieve profiles and details shown or specified. (2) Forms shall be designed for the full hydrostatic pressures of each placement of concrete. (3) Formwork shall be erected, secured, tied, anchored, fastened, braced and tightened sufficient to prevent displacement, distortion or leakage of concrete during placing, vibrating or other operations. b. Detail Requirements: (1 ) Form joints for exposed work shall be tightly built and backed to hold to flush surface alignments. (2) Form stud spacing shall not exceed 16" on center. (3) Provide screeds as necessary for structural slabs and fill slabs. d. Protection: Refer to PROTECTION WORK Section, Div. 1 , in addition, any vapor barriers, membranes, reinforcing or other work shall be protected with plywood, runway boards, etc. , as necessary. • 1033-67 3A-2 SS�:4� F..ti...=•a.,. :-.r.)..�}. �.1 4 ... .,.. .. ar :v,._.a•. CJS`. . , ,f., �S .,.. ..t e, .._.,t.. qtr ... � ...r .,. t.. . .. .�Si .. . 8. FORMWORK REMOVAL a. Refer to Concrete Section for curing and other reouirements which may affect removal work. b. Forms shall be removed only after concrete has developed sufficient strength to safely sustain its own weight but not sooner than 5 days. - c. Remove ties and other devices used by pulling away normal to surface; cut away remaining nails, etc. ; all to 1" min. below finish surface. Refer to Division ]-GENERAL REQUIREMENTS for additional requirements.. 1033-67 * * * , 3A-3 t' AN �+xrt�;�h;� �;yy '),Y�'�4.x`i+Lkin1`}�k fr'iix-,` .x i;:r .it 3.W,t 2.c`.3�>stik l`M^hR1.e'FsY^ '.BN��..,. 4.n\.�✓i( .;,..�.<.�c',3 xy1z7.Yb3'H:t�rir.e_���ra7i.t..r:C.�'�rtw..}k _'�'1,�:1+Kfi V•>;,.. s,iv„.r,: .Y.ii,—k.: .ik<r s3. .....,<..., SLAB FINISHES - 3B 1. Refer to SPECIAL CONDITIONS SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes: (1 ) Finishing of concrete subfloors, finish slabs and other flatwork placed under CONCRETE Section, Div. 3; (2) Finishing of work installed under this Section; (3) Cement topping for existing concrete stairs where shown; (4) Cement base where shown; (5) Surface treatments as specified; (6) Curing and protection of concrete finished herein; (7) And related work. b. Other Sections include: (1) Membrane waterproofing over flatwork. (2) Finishing formed concrete surfaces 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS-1C: (1) Material List required as scheduled shall include all materials proposed for use under this Section. (2) Material/Color Samples required as scheduled shall be furnished for integral and dust-on coloring materials. (3) Certification of Materials required as scheduled shall be furnished for liquid hardener materials (4) Extra Material required as scheduled shall include ten (10) gallons of color wax for each color used in the work. b. Tests and Inspections: Refer to TESTS 6 INSPECTIONS Section, Div, 1 . c. Miscellaneous Provisions specified under CONCRETE Section apply to this Section. d. Finishing work shall be closely coordinated with concrete placement work; and shall include tooling of edges and corners, scoring, broor+ting and like treatments as necessary to produce completely finished, first quality work throughout as intended under these Specifications 1033-67 38 - 1 of 7 3. e. Refer to drawings for locations, details and full extent of work required; furnish and install all materials necessary to complete ® the work. Provide tooled joints or score marks as shown or directed. f. Advertising or other impressions stamps or markers in concrete will not be permitted; other extraneous marks shall be removed as directed � by Architect. g. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. h. Completion: Refer to COMPLETION OF WORK-1J. 4. MATERIALS a. General : (1) Refer to requirements under MATERIALS-1B. (2) Materials required shall be manufacturer's standard products ° with formulations conforming to manufacturer's reqular quality standards. (3) Deliver materials in unbroken packaging as factory labeled and sealed. b. Sand for Toppings: ASTM C 144, except 3 percent minimum, 5 percent maximum passing No. 100 sieve. c. Integral Color: Commercially prepared mineral oxide, guaranteed color fast and unaffected by lime, alkali and weather. • d. Curing Sheeting: ASTM C 171 , Type I, non-staining, reinforced, water- proof kraft paper; or 4 mil white opaque polyethylene plastic; types with no distinct surface or thread pattern. e. Bonding Agent: (1 ) Adhesive Engineering Co. Concresive No. 1 ; H.B. Fuller Co. ; or equal ; epoxy concrete adhesive; in types recommended by manufacturer as best for purposes used. (2) Use for bonding concrete or toppings to existing concrete, including horizontal and vertical surfaces as required; and for repairs at flat- work or stairs, if required. f. Abrasive Aggregate: Norton Co. Alundum; General Abrasive Co. Fut-Sure; or equal ; silicon carbide grains; No. 6-12 and 12-30 grading. g. Color Hardener: Sovig Co. Kolorblen; L.M. Scofield Co. Lithocrome; or equal ; color hardener for dust-on application; in color as selected except from blue or green ranges. (1 ) Include matching color wax as approved or made by manufacturer of the approved color hardener. h. Liquid Hardener: Sonneborn Lapidolith; A,C, Horn Hornolith; or equal ; uncolored factory mixed solution of approximately 80 percent magnesium fluosilicate and 20 percent zinc fluosilicate. 1033-67 30-2 5. FINISHING UNFORMED SURFACES ® a. General : (1 ) If required, repair of defective finish work under this Section shall be governed by requirements specified under CONCRETE Section, except as may be directed by Architect. 1. -. (2) Concrete surfaces shall be properly repaired and finished or prepared as necessary for other work and to meet specified requirements. Sufficient time shall be spent to achieve intended results. VM (3) Exposed shall mean open to view, whether or not painted. (4) Unformed surfaces, topping for stair.and cement base shall be finished the same day as placed. b. Lines and Levels: (1 ) Finished slabs shall be uniform and true to line and grade. Final elevations shall be within 3/16" of grades shown. Variations in finish planes shall not exceed specified tolerances. (2) Interior slabs indicated shall be accurately and uniformly sloped to 7 drain, with perimeters level at established floor elevations unless otherwise shown or approved. `' (3) Interior slabs elsewhere and stair treads shall be water level . c. Transitions: Finish floors shall be at the same level throughout unless offsets or changes in elevation are particularly shown or permitted. Provide recessed slabs or offsets and provide for proper thicknesses of materials involved, including allowances for setting beds, etc. - all as necessary to meet the above requirements. d. Maximum Allowable Deviations: (1 ) Elevation of surfaces shall be as shown or approved and deviations shall not exceed the following tolerances, plus or minus: (a) Interior finish floors: 1/8" b) Interior stair treads and landings: 3/16". (2) Trueness of surfaces shall be measured using a 10-foot straightedge laid against the surfaces and shall not exceed the following tolerances, plus or minus: (a) 3/8" for Wood Float Finish. (b) 1/8" for Steel Trowel and Color-Hardener Finishes. (c) 1/16" for stair treads. e. Finishing work will be considered defective when not: 1 ) True to line and plane or within specified tolerances or deviations. 2) Throughly troweled and in proper surface conditions. 3) Free from crazing, checking and like irregularities. • 4) Properly drained or sloping to drains. 1033-67 3B-3 5. f. Defective work shall be repaired or removed and replaced with work in compliance with specified requirements as directed by Architect at no added expense to Owner. 6. FINISHES a. Floating: r (1 ) For first stage for other finishes unless otherwise specified. (2) Throughly consolidate all areas; strike off surplus using straightedqes worked along screed in sawing motion. (3) Fill voids, compact surfaces and relevel as necessary. (4) Do not proceed with subsequent finishes until surface water has absorbed or dried off and surface sheen has become dull . b. Wood Float Finish: (1 ) Extent: For permanently concealed surfaces receiving built-up membrane waterproofing, and surfaces receiving cementitious mortar materials . (2) Also second stage for other finishes unless otherwise specified. (3) Using approved floating machines or hardwood trowels, float surfaces to required planes and shapes; work just sufficient to bring surfaces . .i7 to a uniform condition. • (4) Work no more than necessary to achieve uniform texture free from irregularities and screed marks, except where receiving fills or mortar beds leave surfaces in roughened, granular condition for good mechanica- bond. (5) Cut and fill surfaces as necessary to true up. (6j When followed by other finishes, floating shall leave small amount of mortar on surfaces without excess of water. (7) Do not proceed with subsequent finishes until surface water has absorbed or dried off and concrete has set sufficient to prevent fines or water from being worked to the surface. c. Steel Trowel Finish: (1 ) Extent: For interior surfaces permanently exposed or receiving resilient flooring and carpet; and interior unformed surfaces not otherwise shown or specified. (2) Using approved finishing machines or steel trowels, trowel surfaces as necessary to produce a dense, hard, smooth steel trowel finish. (3) Commence troweling in one pass just sufficient to flatten floated surfece. • 1033-67 36-4 6. c. (4) Again wait until concrete has set sufficiently; then resume steel troweling; continue and repeat as required to obtain a hard steel trowel finish free from blemishes, ripples and trowel marks . (5) Do Not: (a) Use cement or sand dusting to agsorb or otherwise remove surface water; (b) Commence troweling too soon on freshly placed concrete; (c) Over-work surfaces by exessive troweling at any area in any one pass. (6) Lips, uneven levels and other irregularities shall be worked out prior to final troweling. (7) Exposed edges, expansion joints, curbs, arrises and other details shall be neatly tooled. (8) Surfaces across joints shall be level , free from offsets. E d. Applied Topping Stair Finish - over existing concrete: (1 ) Extent: For treads and risers of concrete stairs where shown including kick plates and other details as indicated. (2) Also for related intermediate landings and floor level landings where within the same stair wells. (3) Topping: 4 parts Portland cement, 7 parts sand, 1 part no. 12-3- abrasive aggregate, integral color as required to achieve approved color, and just sufficient water to produce freely workable mixture. (4) Throughly clean receiving surfaces free from loose or foreign matter by brushing or as necessary; apply approved bonding agent in strict accordance with manufacturer's instructions . (5) Finish as specified for Steel Trowel Finish. (6) Immediately following, apply topping to 1" min. thickness, throughly compacted in place and strike to required line and level . (7) Accurately and neatly tool coves and nosing to radii shown. (8) On treads, apply additional No. 6-12 abrasive aggregate at 1/4 lb. per square foot and finish as for Finish u6, including hand sprinkling at nosings as specified. e. Dust-On Color-Hardener Finish: (1 )Extent: For interior surfaces where shown or scheduled. (2) Color Shake Coat: (a) Prepare surfaces as specified for Wood Float Finish. (b) Uniformly shake on color at 30 lbs. per 100 square feet. (c Throughly float to uniform condition; do not over-work. • idi Shake on uniform second coat at 10 lbs. per 100 square feet. eFinish as for Steel Trowel Finish. f) Do not apply water before, during or after finishing operations. 1033-67 3B-5 6. e. (3) Color Wax Curing: When surface has-set sufficiently, using a mixture of 4 parts of color wax to 3 parts mineral spirits , apply curing coat at one gallon of unthinned color was to 800 square feet of surface. (4) Color Wax Finish: Just prior to acceptance, apply color wax and buff "tin surfaces per manufacturer's instructions. NO; f. Miscellaneous: ffA*Rbw"* VM (1 ) Intermediate joint and score marks and edges shall be tooled smooth where indicated or as directed. (2) Use steel radius tools of standard patterns or as required to achieve details shown or specified. (3) Joints and marks shall be tooled 112" deep and 1/4" wide with rounded corners; and edges tooled 112" radius; unlesotherwise shown or directed. 7. CURING a. General : Curing is intended to maintain water for proper hydration and minimize temperature ranges. Procedures shall be consistent therewith as far as practical and within scope of work specified. Cure surfaces continuous for seven days immediately following finishing. b. Water Curing: MMIE, (1 ) For all slabs and flatwork not otherwise sD!:?cified, except owit watering operations at surfaces with integral or applied colors. (2) Following finishing and as soon as possible without damaging surfaces, throughly dampen with cool , fresh water . (3) While in throughly damp condition, cover with curing paper; lap seams 611 min. and extend beyond slab or paving perimeters 6" min. ; seal all laps and edges with continuous reinforced plastic tape. (4) Cover traffic areas with plywood sheets; maintain paper and plywood in place and in good repair for as long as necessary to protect against damage by any or all other construction operations. (5) Keep special finished areas free from all traffic 7 days, min. : elsewhere, as necessary until surfaces have set sufficiently to prevent damage. c. Other curing procedures may be proposed and will be considered but shall not be effected until reviewed and approved by Architect. 8. PROTECTION OF SLABS AND FINISHES Finished or exposed slabs, stairs and like conditions shall be protected, using paper and plywood as specified under PROTECTION WORK-1H, during construction of forms, placement of concrete, plastering or other operations above the work finished under this Section. Keep in place and maintain during periods when other haevy operations are in progress, or passage is required. Also refer to CONCRETE Section for additional requirements. 1033-67 38-6 9. LIQUID HARDENER a. Extent: For interior concrete floors exposed and not otherwise treated or covered, except exclude areas with integral color or applied color finishes. b. Apply in water-mixed solution in strict accordance with manufacturer's instruction at rate of 1 gallon of factory mixed solution per 100 square feet of surface, or more as necessary to achieve maximim absorption. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 38"7 1033-67 4 7 n .yq _.r'�;,a+u a{•*,�''.:`.'�'�t�'"�.���u"�:�i`:��}�t$'rA"h::,A Sw,�S�r.�.!`�Y'i;i����pn }"^h:a:!.�i,"6v�Gt,re„ .;vuc3di�.;r'b t„ i14�...,�,{,r uy„'. ..: t't�:�ti-h'a','�,a..''ii....:.1�t{"��s _;�;;ny iJ 7c.'.:'S. , t,,,v<< �..,. a_1:.. CONCRETE - X 1. Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes: (1) Concrete work required throughout project; except as particularly included under other Sections; (2) Reinforcing steel ; (3) Grouting under metal bearing on concrete base plates and miscellaneous pockets where shown; (4) And related work. b. Other Sections include: (1 ) Formwork per FORMWORK Section. (2) Toppings and finishing per SLAB FINISHES Section. (3) Concrete equipment bases and other work not shown or required to be integral with structural concrete. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS-1C, include: (1 ) Manufacturer's certification of compliance with specified requirements for Portland cement. No concrete shall be placed until certification of cement has been received by Architect. (2) Sources of aggregate materials and plant-mix concrete. (3) Description of concrete batching when methods proposed differ from those specified. (4) Description and data of proprietary type products . 4. CODES AND STANDARDS: Refer to CODES & STANDARDS Section, Div. 1 . 5. TESTS AND INSPECTIONS: Refer to TESTS & INSPECTIONS Section, Div. 1 . 6. CONCRETE MATERIALS a. Portland Cement: ASTM C 150, Type II; supplied from same mill for all work under this Section. b. Aggregates for Type I - Standard Concrete: (1) General : ASTM C 33, supplied from established sources with proven history of successful use. (2) Fine Aggregate: (a) Clean, hard, durable natural sand. (b) Clay, shale, mica or other deleterious material contents shall not exceed a total of one percent by weight. (c) No. 4 to No. 100 grading range. 1033-67 3C-1 of 7 6. b. (3) Coarse Aggregate: (a) Clean, hard, durable fine grain, sound crushed rock or washed gravel . (b) Flat and elongated pieces - any piece with a major dimension 2-1/2 times or more than its average thickness - shall not exceed ten percent by weight. (c) Shale or cherty material shall not exceed one percent by weight..,. c. Aggregate for Type 2 - Lightweight Concrete: (1 ) Sand: As specified for Type 1 concrete. (2) Lightweight: ASTM C 330, supplied from established sources with proven history of successful use. d. Admixtures: (1) Water Reducing: USDI Designation 41 , as approved. (2) Air Entraining: Type recommended by lightweight aggregate manufacturer; and in quantities as established by Contractor's mix design. e. Water: Clean, potable, from domestic source. f. Reinforcing: (1 ) Bars: ASTM A 615, Grade 40, deformed type, in sizes shown. (2) Wire Fabric: ASTM A 185; uncoated; mesh and wire gauge as shown. (3) Tie Wire: 16 A.W.G. or heavier, black annealed. g. And other materials specified herein and under SLAB FINISHES Section. 7. REINFORCING STEEL a. Concrete shall be reinforced, unless particularly shown otherwise. b. Conform with Standard ACI 318, except as shown. c. Clean and maintain reinforcing free from rust and dirt. d. Space and secure reinforcing as shown; support bars using metal chairs; work wire fabric into place as noted; maintain positions during concreting. 8. CONCRETE a. Proportions: (1) Final proportions shall be in accordance with mix designs determined by Contractor's testing agency and approved by Architect. Adjustments to approved proportions, for whatever reason, shall be approved by Architect. (2) Adjustments necessary for improved workability shall be made in the mix gradings. Unauthorized additions or adjustments in water-cement ratios established will not be permitted. (3) Owner reserves the right to vary mix proportions based on test results. • 1033-67 3C-2 8. b. Type 1 Concrete - Class A: ® (1 ) Compressive Strength: 3000 psi at 28 days. (2) Cement and Aggregate: 6.0 sacks; 3/4" max. size. (3) Slump: 4" maximum. A (4) Admixtures: Water reducing at Contractor's option. (5) Use for all structural concrete required other than grouting and fill slab work. or c. Type 2 Concrete: (1 ) Compressive Strength: 3000 psi at 28 days. Weight: 110 pounds per cubic foot when cured and dry. M2) Slump: 4" maximum. (4) Use for fill slab work over metal decking. 9. BATCHING AND MIXING a. Batch and mix concrete per ASTM C 94, Alternate Method No. 1 , except as specified, at an established plant with measuring devices certitied by County Sealer's Office, using approved mix proportions. b. Batch proportions shall be in strict accordance with mix designs £ � established by Contractor and approved by Architect. c. Furnish valid batch tickets for each delivery indicating batch date, Y.TL time, ingredient quantities, water added at plant and jobsite and number of mixer revolutions up to start of placing. 10. PLACING Refer to SLAB FINISHES Section for slabs and flatwork. a. Preparation prior to placing concrete: (1 ) Remove loose dirt and foreign matter from forms or decks to be filled; remove any standing water from form cavities or decking flutes. (2) Thoroughly clean reinforcement and other embedded items free from rust and other objectionable matter. (3) Thoroughly wet wood forms, except coated plywood, and adjacent concrete at least one hour in advance of placing concrete; repeat wetting as necessary to keep forms damp. (4) Equipment shall be maintained clean and of sufficient quantity and capacity to efficiently execute the work required. (5) Formwork, reinforcing and other work at each location shall have been inspected and approved by Architect prior to placing concrete. b. Maintain at jobsite accurate records of date, time, quantity and location of each placement. Upon completion, deliver copies to Architect as directed. c. No concrete shall be deposited in the work which has been mixed or agitated for a period longer than one hour or which has started to • set or stiffen. Remixing of concrete which has started to set will not be permitted. 1033-67 3C-3 10. d. When concreting is once started, it shall be carried on as a continuous operation until the placing of the section or panel is completed. Construction joints shall be made at approved locations only. e. Concrete shall be handled from mixer to place of final deposit as rapidly as practicable by methods which shall prevent the separation or loss of the ingredients. Deposit concrete as nearly as practicable in its final position to avoid rehandling and to maintain, until the completion of the unit, a plastic surface approximately horizontal . f. Slabs shall be placed in alternating or staggered patterns between r construction joints indicated or as approved; place, compact and rough screed to required levels. 11 . CONSOLIDATION a. Consolidate formed concrete using mechanical vibrators , commencing immediately with first placements. (1) Vibrators: Electric or pneumatic power-driven, immersion-type, operating at 7000 RPM for vibrating heads less than 4" dia. and 6000 RPM for vibrating heads 4" or more; all with sufficient amplitude to produce adequate consolidation. (2) Spare vibrators shall be kept on the site for stand-by services. (3) operators shall be experienced or trained in proper use of vibrators. b. Consolidate each layer of concrete as placed. Insert vibrators vertically at points 18" to 30" apart; work down into top area of previously placed layer to reconsolidate and slowly withdraw to surface. Keep vibrator heads free from form surfaces. c. Systematically double back vibrator work to consolidate all concrete to maximum density and reconsolidate wherever possible but do not overwork in any one pass. 12. CONSTRUCTION JOINTS Construction joints will not be required, except at Contractor's option. If provided, locations and details of their construction shall be only as approved by Architect. 13. REPAIRS a. General: (1) Structurally unsound concrete and imperfections and irregularities exceeding required tolerances or limitations shall be repaired as necessary to meet specified requirements. (2 Inspect concrete immediately as forms are removed. (fl Concrete not capable of being properly repaired shall be entirely removed to extent necessary and replaced with work in compliance. (4) Repairs shall be made at no added cost to Owner. 1033-67 3C-4 13. b. Methods and Procedures: (1 ) Repair methods , procedures and materials shall be Contractor's responsibility to determine, provide and perform as necessary to achieve and intend results, except shall be within general guide 4WVM lines set forth herein and shall be approved by Architect. (2) USDI "Concrete Manual" shall be the basic guide for concrete repair work, using methods described under "Chapter VII - Repair and ROM Maintenance of Concrete" , including related detail instructions therein as applicable. Repair methods described as Dry-Pack Method, Concrete Replacement Method, Mortar Replacement Method, and Epoxy r Repair Method shall be used as applicable. (3) In addition, sandblasting, machine sanding, hand rubbing, chipping or other work shall be provided as necessary to correct surfaces or prepare the work for replacements. (4) When within 24 hours after form removal , repairs may be made using approved method appropriate for the conditions and locations. When later, only Epoxy Method shall be used for either mortar or concrete, unless otherwise approved by Architect. c. Curing and Protection: (1 ) Normal curing procedures shall be interrupted only in immediate area of repair work. WM (2) When using Epoxy Method, curing procedures may be eliminated if not otherwise required for completion of curing for adjacent work. tMt (3) Protect all repairs from physical damage or excessively rapid drying. 14. FINISHING FORMED SURFACES Refer to SLAB FINISHES Section for flatwork and stairs . a. Concrete surfaces shall be properly repaired and finished or prepared for other work to meet specified requirements. Work shall be performed by skilled workmen and sufficient time shall be spent to achieve intended results . b. Repairs referred to herein shall be understood to be as specified or approved by Architect. c. Form tie or bolt holes, pits, pockets, voids and like depressions or irregularities shall be repaired where the least dimension exceeds a diameter or depth of 1/2". d. Concealed Surfaces: Surface finish shall be as achieved by the formwork required; no other treatments required, except repairs. Fins and like projections need not be removed. e. All existing concrete walls remaining exposed shall be sacked using method described in USDI "Concrete Manual", Chapter VI, Section 120(g) . 1033-67 3C-5 15. CURING AND PROTECTION Refer to SLAB FINISHES Section for flatwork and stairs. aur a. General : (1) Curing is intended to maintain water for proper hydration and minimize temperature ranges. Procedures shall be consistent ,.ry,- therewith as far as practical and within scope of work specified. (2) Verify requirements for subsequent finishes or adhesives at each area before applying any curing type compound. Also refer to Article titled MISCELLANEOUS PROVISIONS. b. White Curing Compound: ASTM C 309, Type 2, white pigmented. Apply per manufacturer's instructions at 200 square feet per gallon. Use for concealed surfaces only. c. Concrete shall be protected from injurious action of the elements and defacement of any nature during construction operations. Concrete shall be kept covered as required. 16. CLEANING AND CLEAN-UP " a. Remove all debris from building and keep site and work areas as free from rubbish as possible during progress of the work. At completion, remove all material and apparatus from premises and scrape up all droppings and leave entire work clean and free from MEMO • debris. b. Concrete floors and subfloors shall be left broom clean. Remove all mortar, concrete, plaster and other solid debris down to a smooth surface at the conclusion of the work and before any subsequent work is installed or applied. Any irregularities shall be corrected to the satisfaction of the Floor Covering Contractors and/or Architect. 17. NON-SHRINK DRY PACKING a. Mortar: Using approved expanding type manufactured aggregate, prepare per manufacturer's instructions for producing a mortar of not less than 5000 psi compressive strength at 28 days. b. Use for setting all steel plates on concrete. Completely and solidly fill all spaces and voids; ram and compact mortar into place; bevel exposed edges and neatly point. 18. MISCELLANEOUS PROVISIONS a. Surplus, waste or rejected concrete shall not be deposited at site. b. Placing and other operations shall not damage vapor barrier work previously installed. Provide protection as necessary. • 1033-67 3C-6 18, c. Compliance of Concrete Work: Refer to FORMWORK Section, for certain specified tolerances; completed concrete work shall be within said tolerances. d. Concrete materials shall be stored separately and in facilities approved by Architect. e. Contractor shall keep Architect advised of current concrete placement schedules; and with not less than 24 hours notice prior to start of placing at major sections or units of work, to permit inspection of reinforcing. f. Form coatings and curing compounds are specified as a guide to work required. Contractor shall be responsible for any and all coatings and compounds used on forms or concrete surfaces, as follows: (1) No coating or compound shall be used which will in any way impair installation, adhesion or color of any subsequent applied materials. Now Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 3C-7 GALVANIZING 6 PRIMING - SA 1 . Refer to SPECIAL CONDITIONS Article SC 1 for General and technical specifications applicable to this Section. 2. GENERAL a. This Section sets forth requirements for galvanizing and prime painting of fabricated ferrous metal work. b. Where manufacturer's standard factory processes are specified or approved, such standards shall take precedence; otherwise, these requirements shall be minimum standards for the work required. c. Surfaces to be coated shall be cleaned free from grease, dirt, rust, and scale and otherwise prepared as necessary to achieve acceptable work. Unless otherwise specified or required, the following publications shall be minimum guides for preparatory work: (1 ) Galvanizing: American Hot Dip Galvanizers Association, Inc. (AHDGA) , Recommendations for Proper Preparation of Material Prior to Hot Dip Galvanizing. (2) Prime Painting: Structural Steel Painting Council (SSPC) , Surface Preparation Specification Number as applicable to the work required. d. Touch-up for minor repairs after welding or other work: (1 ) Galvanized Items: Thoroughly brush and apply one coat of an approved zinc alloy stick repair material , applied in accordance with manufac- turer's instructions; (2) Prime Painted Items: Thoroughly brush and clean and apply one coat of prime paint. e. Surfaces found improperly prepared or with substandard galvanizing or priming shall be removed and replaced with qualifying work or repaired or retreated as directed by Architect. 4. GALVANIZING a . Galvanizing not otherwise specified or approved shall be hot-dip process conforming to: (1 ) ASTM A123 for fabricated and forged steel shapes 1/8" and thicker. O1 (2) ASTM A153, Class as applicable, for iron and steel hardware, includ- ing threaded fastenings. a (s) ASTM A385 and A386, Class as applicable, for assembled steel «� products, including related threaded fastenings. (4) ASTM A525, Commercial Class, for sheet steel . b. Coating weights and uniformity shall indicate compliance when tested per ASTM A90 and A239. o c. Galvanizing required to be electrodeposit process shall conform to applicable standards under ASTM compilation of standards titled i Electrodeposited Metallic Coatings. 5. PRIME PAINTING : Refer to PAINTING Section, Division 9. Refer to Division 1-GENERAL REQUIREMENTS for additional requirawtents. 1033-61 1 of t MISCELLANEOUS METAL - 5B 1 . Refer to SPECIAL CONDITIONS Article SC I for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes : (1 ) Miscellaneous metal work as shown or specified. (2) Supplying to jobsite as specified items embedded in concrete; (3) Galvanizing and prime painting for work under this Section: (4) And related work. b. Other Sections include: (1 ) Grouting and dry packing under metal base plates: (2) Railings as included under METAL RAILINGS-5C. (3) Metal work and equipment particularly included under Division 2 and Divisions 6-16 inclusive. (4) Drilling and tapping for screwed connections where work under other Sections is secured to work under this Section. (5) Field painting, second prime coat paintinq for certain metal members , and finish painting as included under PAINTING-91 . 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-IC. 1). Codes and Standards : (1) In addition to requirements under CODES & STANDARDS-1D, work under this Section shall conform to applicable requirements of: (a) AISC Code of Standard Practice for Steel Buildings and Bridges ; (b) AISC Specifications for Design, Fabrication and Erection of Structural Steel Buildinqs; (c) AWS DIC-63 Code for Welding in Building Construction. (2) In case of conflict between referenced standards and specifications, the requirements achieving the greatest protection or highest quality shall govern the work. C. Metal items built into or embedded in concrete, connections and bolts for woodwork, base and leveling plates, and like items required shall be furnished for installation under other Sections; deliver to job- site at times required and complete with necessary setting plans, details and templates. d. Before Fabrication or Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-IF. e. Fabricate members or assemblies as required to receive work of other Sections by providing necessary cut-outs, coping, holes and similar work as necessary. 1033-67 5B-I of 5 3. f. Deliver, unload, store and install materials and assemblies by methods to avoid damage or deterioration to the various surfaces, shapes and connections. 4. TESTS AND INSPECTIONS As specified under TESTS AND INSPECTIONS-H. 5. MATERIALS a. Structural Steel : ASTM A 36; for all rolled steel members, unless otherwise shown or specified. b. Mild Steel : ASTM A 283, or better; for secondary non-structural miscellaneous metal parts where approved by Architect. C. Standard Bolts: ASTM A 307, Brade A; for all bolted connections. d. Welding Electrodes: ASTM A 233, E60 or E70 series. e. Integral Anchors: Nelson; KSM; or equal ; welded studs or headed bolts; as shown for attached anchors embedded in concrete. MOU f. Anchors for securing work to hardened concrete: Standard bolts with two or more Cinch Anchor units set into drilled holes; Phillips Red- head anchors; or similar devices achieving equivalent strucutral values. g. Gratings: Type P-19-4 (1-1/2 x 3/16) steel per NAAMM Metal Bar Grating Manual , fabricated from steel conforming to ASTM A 425. h. Steel Pipe: ASTM A 120 or A 53, Type E or Type S, Grade B, as most suitable for the work required; galvanized unless otherwise shown. i . Structural Tubing: Cold formed, electrical resistance welded hollow structural sections meeting or exceeding minimum tensile and bending requirements or ASTM A 36. Indicated sizes are nominal outside dimensions. 6. WELDING a. Welding shall be performed by certified welders, pre-qualified by tests prescribed in AWS "Qualification Procedures". Any welder not doing satisfactory work shall be dismissed from the work or requalified as specified. Defective welds shall be cut out and replaced. b. Welds shall be made using electrical welding machines of approved type. Weldment surfaces shall be free from loose scale, slag, grease, paint and any other foreign material . Members shall be rigidly held together while being welded, and weld joints shall be prepared to proper detail as required. C. Welds shall be types only as particularly shown or approved. 1033-67 5B-2 7. BOLTING a. Holes for bolts shall be punched to not more than bolt diameter plus 1/16 inch. When punching would distort metal , sub-punch holes and . ream to required size. Burned holes and drifting to improve or en- large holes will not be permitted. b. Bolts shall be in sizes noted, in sufficient lengths for full shank bearing between threads and nuts. Provide flat or beveled washers where required to achieve full bearing under heads and nuts. 8. CONNECTIONS Connections shall be welded or bolted and in types and arrangements detailed, noted and approved. Connections not shown shall be equal to similar or like connections shown and as approved by Architect. 9. FABRICATION AND WORKMANSHIP a. Discrepancies and misfits due to errors in fabrication, to poor workmanship or which prevent proper erection shall be corrected as required by Architect, at no added cost to the Owner. b. When complete, metal work shall be straight, true to line, smooth, securely anchored and free from twists and bends , nicks, scars or other irregularities. • C. Workmanship shall be equal to the best of standard modern shop and trade pratcices as applicable to the type of work required; fabrica- tion shall be performed by mechanics skilled in the various operations required. d. Shop fabricate, pre-fit, assemble and connect steel work where pos- sible and within practical limits. e. Joints shall be well fitted, accurately aligned and made smooth and free from burrs or projections. Joints in frames exposed to weather shall be made watertight by the welding. f. Bearing ends of columns or posts shall be machined to achieve full and uniform bearing upon the supporting surfaces. g. Exposed steel work at locations other than utilitarian spaces shall receive particular attention as to finished appearance. Where within ten feet of finished floors or grades, joint porosities, cracks, blowholes, pits and like irregularities shall be draw filled and ground; and splatters, ridges, burrs and the like projections shall be ground flush. 10. CLEANING, PRIME PAINTING AND GALVANIZING a. GALVANIZING & PRIMING-5A applies to this Section. 1033-67 56-3 10. b. Miscellaneous metal work shall be galvanized or prime painted as shown or specified. C. In any case, work at the exterior shall be galvanized. VVW �. d. Related fastenings and connections shall be treated the same as required for main members with which used. 11 . ERECTION a. Correctly locate, properly position, and securely anchor all items for full bearing of members upon supporting elements. b. Bracing shall be installed as the work progresses as necessary to stay the assemblies and assume any loads or forces on the work caused by equipment transport, erection operations or other work. Bracing shall consist of temporary or permanent members , temporary guys , shoring or other members or items of work as may be necessary. Bracing shall remain in place until the permanent work is properly connected and other construction installed which is necessary for support of the metalwork. C. Erection and bracing operations and procedures shall not cause damage to any work previously placed nor overstressing of any building part or component. d. Damage caused by operations under this Section shall be repaired as directed by Architect. e. Upon completion, remove surplus and waste materials and leave work areas in a clean conditions. 12. MISCELLANEOUS METAL a. Paragraphslisted hereinafter outline principal items of work to be included. However, said list is general and is not to be construed as being complete. Refer to the drawings and other Sections of the Specifications to determine quantities, unlisted items and types and kinds of work and detail layouts, sizes and arrangements required to complete the work. b. Framing for Metal Deck Sub-floors: (1 ) Include ledger angles, intermediate embedded bearing plates and framing for penetrations through metal decking where 12 gauge and heavier; and anchors, bolts, and related accessories; as shown; prime painted. (2) Where embedded in new concrete, furnish for setting by others; else- where, install as approved. C. Steel Ladders: Fabricate as shown; all-welded construction; galvanized. Install plumb and rigidly secure to structure with fastenings as shown or approved. • 1033-67 5B-4 12. d. Support for Folding Partition: Include rail support channel , hangers and and braces as shown; prime painted. Install striaght, level , plumb and rigidly attached to structure with fastenings as shown or approved. - e. Not used. f. Metal Gratings: Type as specified, arranged as shown, fabricated in panels reasonably easy to handle, panel ends bonded; gaivanized. Install using saddle anchors and bolts as necessary to securely hold in place. When complete, each panel shall be flat and resting full bearing on the supports. g. Abrasive Nosings: Wooster Products, Inc. or equivalent to Style No. 101 , cast aluminum with abrasive grit surface; size as shown; complete with anchors suitable for casting nosings integral with cement topping; one each nosing each stair where shown; supplied to jobsite. Refer to Division -1-GENERAL REQUIREMENTS for additional requirements. 1033-67 * * * * * 58-5 ��'„ `-raR^'F`o ; �� �.���»s�:a,��r:,.r svn �,a kr,.,•,v.+ d�1.,�.,- ,r` Jl.�t id��^-:. a t { 1 � �: .. t..�t e � t { ,... }' _ .., .. . _ . ,. ... �".7' 1 +.' e r"i � ,,i,R,ta.�';v, i„R, M f... ..f't,r v-4F t r„F.rt<L t r A'.s.-�'.r. l R i•. METAL RAILINGS - 5C 1. Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes exterior and interior free-standing and wall supported metal railings; and related work. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS-1C: (1) Shop Drawings required as scheduled shall include complete layouts, fabrication details and erection diagrams. b. Metal work, welding, welding procedures and qualifications of welders shall conform to MISCELLANEOUS METAL-5B, as applicable to the work required. , C. Fastenings: Include as required for work under this Section. Fastener work and materials shall conform to ROUGH CARPENTRY-6A, except as shown or specified. d. Galvanizing: Conform to requirements under GALVANIZING & PRIMING-5A. e. Coordinate the work with adjacent related work of other Sections; verify dimensions at jobsite before fabrication. 4. MATERIALS a. Steel : ASTM A 36; shapes and sites shown. b. Pipe: ASTM A 120 or A 53, Type E or S, Grade A; sizes and weights shown. C. Wire Mesh: Size as shown, electric welded type, galvanized; each panel in one piece and flattened before installation. d. Post Plates: Steel plates as shown; galvanized after fabrication. e. Fastenings to Concrete: Machine screws or bolts with expansion shields, or with similar devices of equivalent values, set into drilled holes; type and values subject to approval by Architect. f. Wall Brackets: Cast metal; types as shown; as approved. 1033-67 5C-1 of 2 5. CONSTRUCTION AND-FABRICATION a. Construct metal railings to designs , dimensions and arrangements shown, or approved. Layouts and spacings for railing shall be uniform and consistent throughout the work. b. Railings shall be galvanized, fabricated using galvanized stock or uncoated stock and galvanized after fabrication. C. All welds continuous ; concealed or obscure locations where possible; ground smooth where exposed. All sides of hand railings shall be free from burrs, ridges, offsets or other undesirable characteristics. d. .lot used. e. Railing Details: (1 ) All joints made flush by welding or use of flush type fittings . Provide aligning devices at intermediate joints in running metal railings. (2) Railing posts and newels plumb; all rails parallel at any given section; rails parallet to slope of ramp or to line of nosings at stairs; rails level elsewhere; unless otherwise shown or specified. (3) Close railing ends with caps and make watertight by welding. f. Pipe Railing: Cope tops of intermediate posts to fit top rail , cope intermediate rails to fit posts. 6. ERECTION a. install railings and handrail in locations shown or approved and to meet specified requirements. b. Set posts plumb and anchor securely. C. Railings shall be complete, rigidly anchored and free from defects upon completion of the work. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 5C-2 METAL DECKING - 5 D 1 . Refer to SPECIAL CONDITIONS SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes cellular and non-cellular metal floor decking; and related work. b. Other Sections include: (1) Concrete or steel construction supporting metal decking. (2) Embedded or applied metal members to which metal decking is secured. (3) Concrete fills and reinforcing supported by metal decking. (4) Reinforcing for penetrations as specified. (5) Electrical trench header duct ; sealing tape for cellular decking end ,points; Div. 16. c. Contractor is advised that, due to limited access to the interior work areas, long-length materials must enter the building via an existing exterior areaway. Cartage and lifting work and facilities shall be provided as necessary. zwWwr 3. GENERAL PROVISIONS a. qualification: (1) This work shall be produced by a manufacturer having not less than five years experience in the type of work required. (2) This installation shalt be performed only by personnel trained and experienced in the respective types of work required and who are in the employ of an installation company licensed or approved by the metal decking manufacturer. b. Submittals - In addition to requirements of SUBMITTALS -1C: (1 ) Shop Drawings required as are scheduled shall include design and test data for metal decking proposed for use. (2) Certificate of Materials required as scheduled shall be certified test reports indicating compliance of metal decking with specified requirements for composite action. c. Codes and Standards: As specified under CODES 6 STANDARDS - 1D. d. Tests and Inspections: As specified under TESTS A INSPECTIONS -lE. e. Refer to drawings for locations, details and full extent of work required; furnish and install all materials necessary to complete the work included. 1033-67 5D-1 of 4 3. f. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instructions in advance of adjacent work or installations as necessary. g. Welding and qualification of welders shall comply with requirements specified under STEEL WORK Section, Div. 5. _ h. Galvanizing and repair after welding shall comply with requirements specified under GALVANIZING 6 PRIMING Section, Div. 5. i. Requirements specified shall apply to all types of metal decking •- except as particularly shown or specified. 4. MATERIALS a. General : (1 ) Refer to requirements under MATERIALS -18. (2) Materials shall be manufacturer's standard types and components and complete with all standard features regularly included, except shall be as shown or specified. b. Design Requirements: (1) Metal decking units shall have integral shear and hold-down lugs to achieve composite action between metal decking and concrete fill by mechanical means only. Allowance for chemical or adhesive bond will not be permitted. (2) Design of composite action shall be substantiated by actual load tests performed by an independent testing agency, paid for by the manufacturer. (3) Decking shall have the following minimum properties as determined by AISI "Specification for the Design of Light Gage Cold-Formed Steel Structural Members". Depth of Moment of Section Tyne - Style Gauge Section Inertia - I0 Modulus - In 3 A- Non-cellular 16 1-1/2" 0.422 8.506 B- Cellular 18 top 1-1/2" 0.603 0.481 18 bottom c. Metal Decking: (1) Roll-farmed or brake shape formed from steel sheets conforming to ASTM A 245, galvanized per referenced standards. r (2) Panels: 24" wide; continuous lengths between bearings shown. Joints not over bearings will not be permitted. 1033-67 5D-2 4. c. T (3) Flutes: 6" on center. (4) Long Edges: Mated for interlocking with adjacent panels. 5 Ends: Plain type for butt joints. (6) Robertson QL-UKX 18/18; Inland-Ryerson; or equal . d. Type B-Cellular, in addition, shall be as follows: (1 ) U. L. approved and listed for use as electrical raceway. (2) When individual cellular, units are formed using separate pieces, adjacent elements shall be overlapped and secured together along each vertical leg with 1/4" diameter resistance welds at not over 5" on center. e. Accessories: (1 ) Cell and end closures and other flashing necessary to prevent leak- age of concrete. (2) Items for Type B-Cellular shall meet applicable U.L. requirements. 5. PENETRATIONS THROUGH METAL DECKING ° a. Holes necessary to pass or install work under other Sections shall be provided as work under this Section and regardless of size or number required. b. When holes and reinforcing are particularly shown on Structural Drawings, reinforcing is included under STEEL WORK Section, Div. 5. c. When holes are not shown but are required and arranged for as work under other Sections, cutting shall be provided as work under this Section and reinforced as work under STEEL WORK Section, Div.5. d. At penetrating columns or other structural elements, edges of panels or edges of holes shall be reinforced or otherwise supported where decking span is 6" or more. e. Holes 5" and smaller in greatest dimension need not be reinforced. I f. Holes through decking shall be approved by Architect before cutting. 6. INSTALLATION a. General : (1) Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. (2) Protect adjacent work as necessary; exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost to Owner. (3) No decking shall be placed in such a manner that it cannot bear full weight of loads or workmen at any time throughout unloading and erection operations. 1033-67 6D-3 .k lift 6. a. (4) Welds not directly covered by concrete shall be cleaned and prime painted per referenced standards. b. Metal Decking: --- (1) Ends: Secure decking ends to framing using 3/4" diameter penetration plug welds; not less than three at each end and each intermediate bearing of each 24" wide(nominally) decking unit. (2) Side Bearings: Secure to framing using 3/4" penetration plug welds at 24" on center. (3) Side Laps: Mechanically fasten adjacent panels at 24".on center, as approved. c. Install all closures, stops, and other accessories directly related to metal decking work. d. Leave decks clean and ready for subsequent work. g M e. Completion: As specified under COMPLETION OF WORK-1J. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 50-4 1033-67 * * * * P'xC t x V 3%t31.•�+�'+YXc..,rs,t.,:i,....L .Y. t S � ¢t�c .: xr • i.rs fx,.. ., r r Z. t - x r J r v wfl:F. ,.z . _. >a•:,r,., »�n F1:u.e to �r...,..,x a. . . ... _ ,. . 'a ., ., ._ ... _ ... .. ROUGH CARPENTRY - 6A 1. Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE , a. This Section includes: (1 ) Wood framing for partitions and vertical furring; (2) Wood framing for platform floor; (3) Installation of metal connections for wood framing and other items as specified, as furnished under MISCELLANEOUS METAL-5B; (4) Sound isolation strips for wood framed partitions, as specified; (5) And related work. b. This Section sets forth general requirements for fastener work required throughout project. C. Other Sections include: (1 ) Overhead metal sub-frame grid assemblies to which top plates of full height partitions are attached. (2) Installations and materials under other Division 6 Sections. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements under SUBMITTALS-1C: (1 ) Certification of Materials required as scheduled shall be furnished indicating compliance with specified requirements for pressure-treated lumber. b. Details of the work shall be subject to review and approval by Architect prior to milling, cutting or erection. C. Carpentry and woodwork shall conform to applicable Building Code requirements, except as shown or specified. d. Verify all conditions at project site affecting the work; work to field dimensions as required. e. Protect materials against damage by handling or weather. 4. QUALITY STANDARDS governing work under Division 6: WCLIB West Coast Lumber Inspection Bureau, Standard Grading and Dressing Rules No. 15, as amended. CRA California Redwood Association, Standard Spec. for Grades of Redwood, 1969, incl . supplements. APA American Plywood Association, Published Standards, incl . PS 1-66. WIC Woodwork Institute of California, Manual of Millwork, 1962, incl . • Technical Bulletins and Supplements No. 1 and 2. 1033-67 6A-1 of 4 5. MATERIALS a. Lumber and plywood specified shall be graded in accordance with Quality Standards specified. b. Lumber - General : (1) All members grademarked; all sides surfaced; sized per industry standards for nominal sizes shown. (2) Members 4" and wider: FOHC (Free of Heart Centers). (3) Moisture content of framing: 19% maximum when installed. C. Pressure-treated Lumber: (1) Framing lumber larger than I" x 2" nominal shall be WCLIB Construction grade or better and shall be pressure treated by a factory process and listed and labeled per U.L. Fire Hazard Classification File No. 40 U8.12 for Treated Lumber. (2) Unnecessary cutting and trimming of treated pieces or members shall be avoided. However, cutting and boring at jobsite as necessary for erection and fitting will be permitted. Upon completion of fitting and before final setting, all cuts and holes shall be treated using an approved coating as specified. Damaged surfaces and any damage repairs shall be similarly treated. .ram (3) Material for field treatment of cuts and damaged surfaces shall be the same as used for the pressure treating work. d. Stripping and Furring - not over 1" x 2" nominal : D.F. , well dried, selected straight and sound, milled to net sizes required. e. Plywood: (1 ) All pieces grademarked; sanded where exposed; 48" x 96" min. sheet size unless otherwise shown. (2) Floor Sheathing: D.F. , APA exterior type, Structural 1 , C-D grade, 5 ply, thicknesses as shown. (3) Underlayment: APA interior type, Group 1 , Underlayment grade, Plugged C-D veneers , touch sanded, L-lR, 3/8" min. thickness. f. Sound Isolation Strips, where shown "Fiberboard": Kinetic Partition Isolation Panels Type NAFP-10, as distributed by Tempco Equipment Co. , Inc. , San Francisco, tel 467-8680; partition width strips x 96" min. lengths. Provide in continuous runs under sill plates for wood framed sound partitions; as shown. g. Building Paper: F.S. UU-B790a, Type 1 , Grade A, B, or C; for sheathing over wood and miscellaneous work shown or required. h. Metal connectors , bolts, nails, fastenings and other specialties as may be required; in types, kinds, sizes and capacities shown or required. 1033-67 6A-2 6. GENERAL REQUIREMENTS FOR FASTENINGS a. General : (1 ) Fastenings shall be of adequate size, spacing and number to resist design loads under intended use; types shall be appropriate for the materials or conditions for which used. (2) Include washers, pre-drilling, etc. required for proper installation. (3) For exterior work, fastenings shall be galvanized, non-ferrous, or made rust-resistant by approved method. (4) For connections between ferrous and non-ferrous metals, use Type 18-8 stainless steel fastenings. b. Nailing: Comply with code requirements, except as noted. C. Nails, where not otherwise noted or specified: (1) For securing sheet metal or other thin materials to hardened concrete or masonry: Hardened steel masonry nails. (2) For framing and general woodwork: Common wire nails for concealed work; finish nails for exposed work. d. Bolts: ASTM A 307, standard semi-finished machine bolts as shown. Use standard malleable iron washers under bolt heads and nuts bearing on wood. Washers not required under bolt heads and nuts bearing on steel . Bolt Holes: In steel , bolt diameter plus 1/16"; in wood, bolt diameter plus 1/32". Tighten nuts on installation; retighten prior to closing in the work. Bolts in concrete or masonry: Set in drilled holes , using Philips Red-Head anchors, Cinch Anchors or other type with equivalent values. e. Powder-Activated Fastenings: Use shall be limited to attachments to concrete floors only. Types as shown or approved; of sizes adequate for the work required. Refer to schedule on Drawings. f. Screws or other fastenings shall be provided as noted or required to properly install the work. Provide with lead shields where set into concrete or masonry. Refer to GENERAL TECHNICAL PROVISIONS-IF. 7. GENERAL REQUIREMENTS FOR FRAMING a. Refer to drawings for layouts, notes and details; provide framing as required for the work shown. b. Carefully lay out, cut, fit and erect all framing, sheathing, sub- flooring, bridging, blocking and other items of carpentry. Provide cutting and carpentry work required for installing or attaching work under other Sections. Size all lumber to achieve true surfaces for applied finish materials. Assemble members so as to minimize the effects of shrinkage. C. Maximum spacings of repeated members, unless shown: 16" on center. 1033-67 6A-3 7. d. Horizontal Members: Crowned edges up; full bearing over entire plate width. Splice only over plates; lap and nail overlapping ends together. e. Studs: Cut square ends; to uniform lengths; erect plubb. f. Plates: Sill plates single, secured as noted; top plates double; set one at a time. Provide continuous insulation strips under sill plates at sound control partitions.- g. Brace, plumb and level all members and secure with sufficient nails, spikes and bolts to insure rigidity. h. Cutting holes or notches in woodwork shall be only as approved by Architect. i . Sheathed surfaces shall be free from wraps and offsets at joints. j. Provide furred spaces as indicated or as necessary to conceal pipe, conduit or ducts. k. Fireblock all stuc and furred spaced to limit any concealed spaces to 96" maximum. 1 . Provide blocking or wood grounds of thicknesses and sizes as indicated u. or required to secure work or equipment attached to or supported by wood construction. Provide 2" x 12" blocking where attachment of wall supported accessories is required. M. Provide wood backing behind all joints, ends and wherever else necessary to properly install finish materials. n. Furnish and install wood grounds, nailer strips and blocks, blocking and other like members or pieces required to secure and complete the work. 8. METAL CONNECTIONS Install various metal connections and accompanying fastenings furnished under MISCELLANEOUS METAL-58. Provide all additional bolts and fastenings required to complete the work, Provide cutting, trimming, recessed, boring and other work to properly fit and secure said items. 9. ALTERNATES Refer to requirements under ALTERNATES-FF. Refer to Division I-GENERAL REQUIREMENTS for additional requirements. 1033-67 6A-4 -- FINISH CARPENTRY - 6B 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applible to this Section. 2. SCOPE a. This Section includes: (1) Installation of materials furnished under: MISCELLANEOUS METAL-5B, except as specified. HOLLOW METALWORK-8A FINISH HARDWARE-8C DIRECTORY-10D ROOM SIGNS-l0E SPECIAL ACCESSORIES-10G (2) And related work. b. Refer to other Division 6 Sections for related work. 3. GENERAL PROVISIONS a. General Provisions under ROUGH CARPENTRY-6A shall apply to this Section. b. Finish carpentry shall be done by competent workmen well experienced in the types of work required. All work shall be completed in accord- ance with best standards of practices for finish carpentry work. When complete, exposed surfaces shall be free from dents and tool marks, unsanded rough or torn faces and corners, and other defects. C. Furnish all nails, screws, adhesives and other installation accessories as necessary for proper application and installation of the work. d. Corner joints in finish woodwork shall be neatly mitered and fitted; joints in running trim scarfed or fingered. Standing trim shall be single lengths with no intermediate joints. At exterior joints, if required, prime all trim ends after cutting and before setting. 4. MISCELLANEOUS METAL WORK Except as otherwise specified under MISCELLANEOUS METAL-5B and ROUGH CARPENTRY-6A, install angles, frames, bolts and other required items in accordance with shop drawings, templates and layouts as approved for the work. 5. HOLLOW METAL FRAMES a. Install metal frames per approved schedules; erect square, plumb and level ; shim and adjust as necessary. Upon completion, remove temporary spreaders, bracing, etc. b. Erect and provide temporary bracing to stay until connecting framing has been secured; secure floor angles using approved fastenings. • C. Arrange for plaster fill for frames at times required, as included under PLASTERING-96. d. Relocate existing frames where shown. 1033-67 68-1 of 3 6. HOLLOW METAL DOORS a. Storage and Handling: (1 ) Store doors at interior locations only, in well protected dry spaces; (2) Store upright with bottom edges resting on two 3-1/2" high blocks; stack using 1/4" min. spacers between each unit. (3) Do not slide or scrape doors or wrapping otherwise handle to cause y, .. damage to finished surfaces. (4) When wrapping is paper or cardboard and it becomes wet, immediately remove wrapping and throughly dry door surfaces by wiping with dry rags; restack per above requirements and cover as necessary. b. Install doors using specified butts; leave protective wrapping where provided; chock doors in open position against adjacent walls. Hang doors plumb and true and with not more than 1/8" clearance between door edges and face of frame rabbets. When complete, doors shall be plumb and level in all positions and operate, close, open and latch smoothly and freely. 7. FINISH HARDWARE a. Store hardware in enclosed, locked space. Do not install hardware until operations causing excessive dampness have been completed. b. Installation: (1) Hinge leaves or other recessed items shall be set flush and uniformly aligned with the finished jamb or door surface. (2) Screws shall be set perpendicular for full bearing on the head; turn into place and set tight. (3) Drill and tap for surface mounted hardware items per approved templates. (4) Center door knobs and panic bars 36" above finish floor; push/pull plates 42" above finish floor. (5 Adjust closers, locksets, etc. for proper operation. (6 Set and adjust weatherstripping to achieve effective seals. 8. MISCELLANEOUS CAULKING Using caulking specified under CAULKING & SEALANTS-7A, fill and .seal all miscellaneous interior concealed joints as may be necessary for any mis- cellaneous or odd conditions omitted from or not otherwise included under GYPSUM WALLBOARD-9D. 9. MISCELLANEOUS ITEMS a. Install items furnished under other Sections; all in accordance with the respective approved shop drawings and instructions. b. Room Signs: Place in positions as directed by Architect; secure using approved adhesive; apply plastic adhesive tape as necessary to hold in place until adhesive sets. 1033-67 6B-2 9. c. Accessories; Install directory and all special accessories after completion of finish painting work and in locations shown or directed by Architect. Set plumb, level and secure using proper fastenings. Refer to Division 1-GENERAL REQUIRNMENTS for additional requirements. 1Q33-67 * *;*,.* 60'3 -.,h•Y 4 ,. �. 5 ),. it t. -C F 5 Z � { � v �. � j L yt } 1 l '� i �3 4 . l f; f2�4�i; ;'{a.f�t 5.a��s c },� :t-, #.s �=9,k< ,Y,' .keV.:}ss,.r'�i a4�. d`�'��F„*��r'�'�c �...,xi eta�'�a� r`YY?ru`.�•'$,s�s a:y.. i`�7 d�,} Fa.y�.y;.a � ,. CUSTOM MILLWORK - 6C 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes fabrication, finishing and installation of custom millwork; and related work. b. Custom millwork shall include all finished woodwork items not identified as manufactured types as specified and included under PREFABRICATED WOOD CABINETS-IOF. 3. GENERAL PROVISIONS a. General Provisions specified under ROUGH CARPENTRY-6A shall apply to this Section. . b. Submittals - In addition to requirements of SUBMITTALS-1C: (1 ) Material/Color Samples required as scheduled shall show all wood finishes , prepared in accordance with W. I.C. Bulletin 409, and shall include selections available for laminated plastic proposed for use under this Section. (2) Shop Drawings required as scheduled shall include complete layouts, details and connections to structure. Y; C. Custom millwork shall conform to WIC Manual of Millwork and Technical Bulletins , including Supplements No. 2, as referred to by Section or Bulletin No. and as applicable to the grades required. d. Sizes, details and arrangements shall be based on the work shown or specified and fabricated exactly as approved. All work shall be designed and arranged for concealed fastening only, except for miscellaneous brackets and similar where in obscure locations. e. Pre-fit and preassemble the work to greatest extent possible; protect against damage; deliver in covered vans and do not deliver during rainy weather. f. Verify all conditions at project site affecting the work; work to field dimensions as required; coordinate with adjoining prefabricated wood cabinet work. g. In addition to major parts described herein, include all matching miscellaneous or accessory parts necessary for complete, first quality installations as intended under these specifications. h. Solid stock shall be kiln dried. i. Where exposed or semi-exposed, mixed species and glued laminated members in lieu of solid stock will not be permitted, unless particularly shown, • specified or approved by Architect. 1033-67 6C-1 of 3 4. MATERIALS a. Plywoods: a (1 ) Backing for Laminated Plastic: W.I.C. Section 17, Premium grade, 3/4" minimum thickness. (2) Semi-exposed at Cabinets and Open Utility Shelving: D.F. , rotary F . cut, Custom grade per W.I.C._ Section 3. b. Solid Stock: (1 ) Semi-exposed and Edge Banding: Selected to closely match adjoining plywood species color and quality. (2) Concealed: Sound, dry lumber as required. C. Laminated Plastic: NEMA Standard LD 1-1964, as follows: (1 ) Self-edge Counter Tops and Splash: Type 1-General Purpose, 1/16" (2) Formed-edge Counter Tops and Splash: Type 3-Post Forming, 0.050" . (3) Class 2 for use at Laboratory B 136; Class 1 elsewhere. (4) Vertical Surfaces other than self-edge tops: Type 2-Vertical Surfacing, Class k. 0.035". (5) Semi-exposed Surfaces: Cabinet liner grade, 1/32" , vellum finish. (6) Concealed Backing: Backing sheet grade, 0.020". (7) Gloss finish throughout, except as specified. ems" (8) Colors as selected from manufacturer's full range of plain colors and patterns. (9) Adhesives as recommended by Plastic manufacturer as best for the various plastic types and conditions required for the work, except shall be waterproof type only for counter top and splash work. d. And other materials and accessories necessary to provide complete, first quality work as intended under these specifications. 5. CUSTOM MILLWORK a. Construction: (1 ) W.I.C. Section 14, Conventional Construction Premium Grade, except as shown or specified. (2) Tops removable; secured with concealed screws set through underside of sub-frames. (3) Edge band exposed or semi-exposed plywood edges not otherwise faced, trimmed or edged, except drawer edges and edge band shelves one long side only. b. Laminated Plastic: (1) W.I.C. Section 17, Premium Grade. (2) Corners coved or radius types only where shown; square elsewhere. (3) Square Inside Corners: Butt type; machined square and smooth for neat fit and tight joints. (4) Square Outside Corners: Self-edge type, running edges overlapped and machine beveled smooth. (5) Secure surfacing to cores using adhesive and bonded under pressure. 1033-67 6C-2 5. c. Finishes: (1 ) W.I.C. Bulletin 409, Premium Grade, except as specified. (2) Exposed Surfaces: Laminated plastic veneered. (3) Semi-exposed Surfaces : One coat sealer and two coats gloss varnish or lacquer. --_ (4) Concealed surfaces against walls or floors and not otherwise finished or covered: Seal per W. I.C. Section 8. d. Installation: (1 ) W. I.C. Bulletin 410, Premium Grade. (2) Provide all required connections and anchoring devices to secure cabinetwork to supporting structures. Anchors shall be in sizes, capacities and quantities necessary to prevent displacement or over- turning of cabinets due to seismic forces when under full capacity loading of paper and office supplies . (3) Clean all surfaces free from dust, shavings , dirt and leave clean and free from scratches , dents, adhesives , fingerprints or other defects. e. Bottle Drying Rack: Premium grade, glued laminated Red Birch, 2-1/4" wide stock, waterproof glue; as detailed; polyurethane bar top finish, waterproof and stainproof, applied at the mill . it�,7u Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. • 1033-67 rr * * * * 6C-3 r , t rt .t t CAULKING 6 SEALANTS - 7A 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. to 2. SCOPE r� W1, a. This Section includes caulking and sealant work and materials for joints at interior of building where exposed to view in the finish work. b. This Section sets forth requirements for caulking and sealant work and materials required under other Sections. C. Other Sections include concealed caulking for sound control partitions; concealed sealing work for gypsum wallboard work; sealing for mechanical and electrical work; and sealant for sheet metal lining work. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS-1C: (1 ) Material List required as scheduled shall include complete manufac- turer's technical data, specifications and installation instructions applicable to the materials required. 71"M (2) Material/Color Samples required as scheduled shall include samples of colors as selected by Architect. (3) Certification of Materials required as scheduled shall include certified test reports or other evidence acceptable to Architect indicating com- pliance with specified requirements for all caulking and sealing materials. (4) Special Guarantee required as scheduled shall warranty work under this Section against defective materials and workmanship. Duration of special guarantee shall be five years from date of completion. b. This installation shall be made only by experienced personnel employed by a company which has been regularly performing work of the type required. 4. GENERAL REQUIREMENTS FOR CAULKING AND SEALANT WORK a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. b. Procedures and techniques used in handling sealant materials, including surface preparation, shall be in strict accordance with manufacturer's instructions to achieve effective adhesion and secure the work against penetration by water. C. Liquid or mastic materials extruded into place shall be accurately applied in one continuous operation; shall fill to the full depths and widths of the joints or pockets shown or provided; and shall be • continuous throughout in every detail ; and shall have a throughly neat and smooth appearance when complete. 1033-67 7A-1 of 2 4. d. Caulking and sealant work shall precede installation of painting or other work which may contaminate the receiving surfaces. e. Preparation: (1 ) Primers , thinners and cleaners shall be only materials made or approved ,r_. by manufacturer of sealant material used for the work. (2) Metal surfaces in contact with sealant material shall be cleaned free from all prime paint, grease, oil , flux and other coatings, except galvanizing, prior to any other sealant work. (3) Other surfaces receiving caulking or sealant shall be throughly cleaned free from films and other matter and primed, using approved primers only; all immediately prior to the actual sealant application. f. Exposed surfaces adjacent to this work shall be kept free from caulking and sealant materials; surfaces stained or damaged by this work shall be repaired and restored to original condition as directed by Architect. 5. MATERIALS a. Sealant - for all exposed work, whether noted caulking, sealant or otherwise: One-part polysulfide base, factory prepared compound conforming to F.S. TT-S-002308; Products Reasearch & Chemical Corp. 5000 series; Gibson-Hamans; or equal ; in colors as selected form manufacturer's series available. b. Caulking - for concealed work only: One part polysulphide polymer base factory prepared compound conforming to F.S. TT-S-002306; Products Research & Chemical Corp. ; 7000 series; OAP, Inc. ; or equal . Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 7A-2 BUILT-UP WATERPROOFING - 7B 1 . Refer to SPECIAL CONDITIONS Article SC 1 � for general and technical specifications applicable to this Section. 2. SCOPE w r,.A. . a. This Section includes built-up waterproofing; and related work. b. Metal clamping rings, flashing collars and similar devices for pipe and conduit penetrating membranes are included in other Sections; final setting and sealing of said items is included as work under this Section. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS -1C. 4. MATERIALS a. General : (1 ) Refer to requirements under MATERIALS -1B. (2) Waterproofing assemblies shall consist of material components made or approved by one manufacturer. (3) Materials shall be as manufactured or approved by Johns-Manville Corp; Pioneer Division of the Flintkote Co. ; or equal ; and shall conform to the published standard specifications of the manufacturer approved for the work. For convenience only, Johns-Manville numbers are used herein. b. Felts: ASTM D 250, 15 lb. asbestos type, unperforated. c. Asphalt: ASTM D 312, Type III, 180-200 S.P. d. Plastic Cement: F.S. SS-C-153, Type I, for all sealing and cementing required at asphaltic assemblies. 5. INSTALLATION - GENERAL a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-IF. b. Protect adjacent work as necessary; exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architectq without added cost to Owner. c. Completion: As specified under COMPLETION OF WORK-1J. d. Substrata surfaces shall be thoroughly dried out and shall be thoroughly cleaned free from loose or foreign materials before priming or application of waterproofing materials. 1033-67 78- 1 of 2 5. e. General Provisions or Requirements published by the manufacturer ' approved for the work shall apply and in addition to the specific requirements of the manufacturer's detailed assembly specifications. E f. Floor Drains: (1) Before placing membrane fill base of ring type drains or seal other types as necessary using plastic cement. (2) After placing membrane and while asphalt is warm, set and tighten rings or collars. (3) Plug weep holes in drains during membrane installation and, without fail, remove plugs upon completion of membrane work. g. Each membrane installation shall have been inspected and any required corrections properly made and approved prior to placing any materials over membrane. c. Materials per 100 square feet: - Felts 2 layers @ 15 lbs. 30 lbs. Asphalt 2 coats @ 25 lbs. 50 lbs. d. Application: (1 ) Prime concrete per manufacturer's instructions and as required by surface condition, except do apply within 4" to each side of any crack or construction joint or other penetration through concrete subfloors. 6. HORIZONTAL MEMBRANE a. Extent: Over suspended subfloor construction; under floor finishes at wet-room areas. b. Assembly: J-M Spec. No. MP-1 , or equal , except as specified. (2) Apply felts in separate layers and broom into place, each bedded in hot asphalt. (3) Lap felts 2 inches at sides and 4 inches at ends. Keep end joints to a minimum with no end joint occuring less than 2 feet from a joint in adjacent sheet. Stagger all joints in successive layers. (4) Extend all layers 6 inches up perimeter or intermediate walls. Embed the first layer in plastic cement on the vertical surfaces. (5) Carefully and completely seal membrane around penetrations through membrane similar to requirements specified for sealing floor drains. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 * * * * * 78-2 BUILDING INSULATION - 7C 1. Refer to SPECIAL CONDITIONS Article SC 1 . for general and technical specifications applicable to this Section. 2. SCOPE: ter- a. This Section includes furnishing and installing sound insulation where shown and related work. b. Other Sections include piping insulation. 3. GENERAL PROVISIONS: a. Submittals: As specified and scheduled under SUBMITTALS-1C. b. Refer to drawings for locations , details and full extent of work required; furnish and install all materials necessary to complete the work. c. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instructions in advance of adjacent work or installations , as necessary. d. Protect adjacent work as necessary; exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost to Owner. e. Completion: As specified under COMPLETION OF WORK-1J. 4. SOUND INSULATION a, Insulation: F.S. HH-I-521c (Amend. 1) , Type 1 , Class B, glass fiber blankets, kraft faced one side, with stapling tabs; thickness 3" min. , in widths to suit framing spaces. (1) At single studs, or furring, secure using staples through tabs at 12" centers. (2) At double studs install horizontally; secure using staples through tabs at each stud at tab side. (3) Tightly butt all edges, pack around all blocking, pipes and penetrations, and fill all odd voids and irregular conditions. Close all insulation tight to plates forming a complete seal at entire wall . b. Insulation Panel : 2" thick Mat-Faced Duct Liner, PF 615, 6 lb. per cu. ft. density; flame spread rating 25, conforming to NFPA Pamphlet 90 A; Owens- Corning Fiberglas; Gustin-Bacon Uitralite No. 300; or equal ; vinyl coated wall panels. c. Speed Clips: Gemco Pronged Hangers No. PH-A2, 2" x 2" plate x 2-7/8" prong; Goodloe E. Moore, Inc. ; Stik-Klip pronged fastener; S/K Div.- Eckel Industries, Inc. ; or equal ; applied with adhesive recommended by manufacturer. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 7C-1 of 1 CUSTOM SHEET METAL WORK - 7D I . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes sheet metal wall and ceiling lining, metal bench and metal base as shown for Holding Room B 163; and related work. b. Other Sections include drywall partitions and ceiling supporting this sheet metal work. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS-1C: (1 ) Shop Drawings required as scheduled shall include complete layouts and all details. b. In advance of related supporting or connecting work included under other Sections, supply layouts or instructions as necessary for proper preparation and support for this work. 4. MATERIALS . a. Sheet Metal : ASTM A 525, plain galvanized, Commercial class coating weighing not less than 1 .25 ounces per square foot, treated in process to minimize galvanizing spangle; gauges as shown. b. Fastenings: Screws of types as required; of corrosion-resistant alloy or treated by approved method; theft-proof heads only where exposed. c. Adhesive: Miracle Adhesive Co. Construction Adhesive; or equal ; high initial bond type construction adhesive conforming to F.S. MIL-A-18065A, Class I. d. Sealant: General Electric Co.Translucent SE-1201 ; Dow-Corning 780 Building Sealant; or equal ; clear type one component silicone rubber sealant conforming to F.S. TT-S-002308. 5. WALL AND CEILING LINING a. Sheet metal lining (covering) shall be in layouts most suitable for economical use of available stock materials, except shall be arranged for uniformity and regular joint spacing as shown or approved. b. Wall lining shall be installed with sheets vertical , in single lengths without intermediate cross joints; and ceiling lining shall be installed with sheets parallel to short wall of the room, in single lengths without intermediate cross joints; unless otherwise shown or approved. 1033-67 7D-1 of 3 5. c. Each wail and ceiling sheet metal panel shall be set and sealed as follows: (1 ) Around entire perimeter, apply continuous 1/4" min. bead of sealant centered approximately on center line of perimeter fastenings. (2) Over entire field area inside of but not closer than 2" from the perimeter sealant bead, apply full coverage of construction adhesive applied using 1/4" notched trowel . '£ (3) Immediately set panels in place; set fastenings required; and between lines of fastenings, block and brace panel areas. (4) Bracing shall be set under pressure sufficient to develop overall bond of the -panels as intended; and retained until adhesive has set and cured. (5) Fastenings shall be turned into place but just sufficiently to spread the sealant bead to a width approximately 1-1/2 times the required bead size. d. Running corner and field joints at walls and ceiling shall be covered with seam covers as shown; each unit in single length without inter- mediate cross joints , unless otherwise shown or approved. Secure using fastenings as shown and specified. e. Where shown, provide continuous soldering for joints; wiped smooth and flush in progress with the work. f. At ceiling only, provide additional fastenings between joints with seam covers; at approximately one fastener per two square feet of area ; arranged in uniform and regular layouts as approved. 6. METAL BENCH a. Fabricate as shown; all-welded construction and galvanized throughout. b. Exposed or semi-exposed sheet metal edges shall be filed free from burrs, hemmed 1/2" min. and continuously soldered, with exposed edge of solder wiped smooth and flush. c. Intermediate cross joints in seat cover shall be in uniform and regular layouts as approved; each end or intermediate joint over and secured to a support; each joint soldered full and continuous and wiped and filed flush and smooth as the work progresses. d. Set bench straight and level , securely anchored to structure as indicated. 7. METAL BASE a. Type: Inland-Ryerson Co. Milcor No. 675; or equal ; prefabricated applied metal base as indicated; galvanized. b. Install with joints tight and flush across the exposed surfaces; and secured as shown with fastenings uniformly aligned and spaced. 1033-67 7D-2 8. COMPLETION a. Refer to COMPLETION OF WORK-1J. b. When complete, all parts shall be tight and secure and free from -- dents, scratches or other imperfections; all joints shall be flush .� and smooth; and allsurfromany redges pdges or other dsexposed eaccessible conditions -� be smooth and free Y burs which might cause injury. Refer to Division 17GENERAL REQUIREMENTSforadditional requirements. 70-3 1033-67 i {,.,a ..t. h._: ' •;.Y;r., e yti .is 'ff cta?; _k. -r-yYyi'_ < .a �+�'i""S�a r-r,'^'r 4a ati t'i=iak�."` § t :at q,+ .`�.'• ...a-. �Y2', ,,ii.�4,,,a_,�1 k 9t,s.. f ii,'t a L; .,t d '; v,.:...R j'ls`f, R}}U.`M1y k ':'!?at ,>,�"',tai"'S. irs..q``f air �.,bat:5 p afF : G a 1{r;�t.,.`•al"ei� i5f'��' "„�4"F'L}a:1.: ri, .� .•R7, ,.L..... •i• v �F '+ ��.,i�Yx tt` l .5'' r`���eaii'"{, r” 1 L'` $,?i.,if j';;t,,��v.�a;er,'A }�..` �,�n` r.;a •G�4�Et t�'��SwK?:,r;aie�.3'`¢4,�F.'s ,. ..t,.t�,.,.,. . °a�, �� y .ia!, n:Y�"'. 'g'�. +tea a f ` 'xF'.�r4�. e °' "Tr�' .• � Y -h�.s, HOLLOW METAL WORK - 8A 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes pressed metal frames for communicating doors and hollow metal doors; all delivered to jobsite for installation as specified under FINISH CARPENTRY Section Div. 6; and related work. b. Other Sections include plaster till in pressed metal frames where indicated; fastenings for connections between pressed metal frames and adjacent construction; finish hardware; finish painting; and glasswork. 3. GENERAL PROVISIONS a. Submittals - In addition to reouirements of SUBMITTALS-IC: (1 ) Shop Drawings required as scheduled shall include door and frame details and location mark schedules. , (2) Material/Color Samples required as scheduled shall include one set of full size corner-section samples demonstrating all door and frame construction and fabrication features proposed for the work. Samples shall be sufficient size and extent to fully observe typical joints, connections, welding, seam treatments, etc. b. Fire-rated doors and frames shall be constructed and labeled for the ratings required per U.L. Classification File No. 's 120 IDo for doors and No. 120ID12 for frames. 4. MANUFACTURER AND MATERIALS a. General : (1 ) Hollow metal doors, frames and other hollow metal items where possible shall be the product of a single manufacturer throunhout the work. (2) Construction and fabrication shall conform to published specifi- cations and factory standards established by the manufacturers approved for the work; exception shall be only as shown or specified, unless otherwise approved by Architect. 1033-67 8A-1 of 4 4. (3) Manufacturer shall be an experienced and established company regularly producing work of the type required herein; Forderer Cornice Works; Overly Mfg. Co. ; Republic Steel Products Co. ; or equal . b. Sheet Steel : Prime quality cold rolled, stretcher leveled, pickled furniture steel ; U.S. Standard gauges specified; surfaces ha free from defects. c. Insulation: Mineral wool , 3 lb./CF min. density, or equivalent incombustible moisture resistant, chemically inert material approved by Architect; for insulating cores of hollow metal doors. 5. CONSTRUCTION AND FABRICATION a. Dimensions: (1 ) Per schedules, profiles and details shown. (2) Size doors for uniform 1/8" max. clearance between door edge and from rabbet at heads and jambs. (3) (Not Used) (4) (Not Used) (5) Recess door face into door frame per manufacturer's standards but not less than 1/8". (6) Site frame widths to wall or partition thicknesses; size frame trim for uniform width throughout, unless otherwise shown or approved. (7) Locate finish hardware per manufacturer's standards where so established; otherwise, locate per requirements under FINISH CARPENTRY Section, Div. 6, or as approved by Architect. b. Prepare doors and frames for mortised hardware; provide factory cutouts, mortises, drilling and tapping per templates furnished therefor, except: (1 ) Do not cut through door edge for hinge mortise. (2) Drilling and tapping for surface hardware shall be field prepared. c. Reinforcing: (1 ) Reinforce doors and frames for all finish hardware items, except may be omitted for push plates and kick plates. 1033-67 8A-2 5. (2) Reinforce at all points of bearing and fastening for all surface, mortised and concealed items (i .e. ; closers and door stops, butts and hinges, saddles or guides for rods for panic devices, etc. ) (3) Reinforce using steel plate or sheet; 3/8" for hinges , 7 gauge for butts and brackets; 15 gauge for cylinder lock reinforcing units; 10 gauge for other locks; 14 gauge for other items. Provide 7 gauge box or channel type reinforcement for closer bases and closer arm shoes. (4) Reinforcing units for cylinder locks shall be suitable for lock types particularly approved and used in the work. (5) Securely attach reinforcing per manufacturer's standards, except all mechanical and welded connections shall be sufficient to resist all anticipated operating and shock loads and shall be subject to approval by Architect. d. Stops: (1 ) Door, glass and other stops removable where required only; integral with frame elsewhere; 18 gauge min. (2) Size all Stops to properly receive and fit doors, class or other items required, including allowance for glazing gaskets or other accessories. (3) Size stops to achieve equal rabbet depths on both sides of frame, unless otherwise shown or required, (4) Factory fit removable stops to respective openings; corners mitered at glass stops, butt elsewhere; set loose with fastenings spaced 611 min. from ends and not over 1611 centers between. e. Fastenings: Phillips OHSM screws where necessarily exposed; set in holes factory punched and countersunk. f. Priming: After fabrication, clean all surfaces free from oil , grease, and other foreign matter; sand exposed surfaces smooth; apply one shop coat of rust-inhibitive metal primer to all surfaces and bake dry; all inaccordancewith manufacturer's standard process. Priming not reouired for internal faces of doors. g. Finished work shall be free from dents, warps and buckles; with all edges, miters and mouldings accurately formed and in true alignment. Exposed welds shall be ground smooth and free from weld and grinding marks. 6. HOLLOW METALWORK a. Unit Pressed Metal Frames: (1 ) 16 gauge throughout, each unit fabricated with corners mitered, continuously welded through the joint and ground smooth. (2) Each jamb with 14 gauge min. angle floor anchor punched to suit fastenings to floor as shown; each jamb with 16 gauge min, wall 1033-67 8A-3 6. (2) anchors of type suitable for adjacent construction, spaced 6" min. from top and bottom and not over 24" centers between. (3) Each head 42" and wider with continuous reinforcing angle welded in place. (4) Interior door frames punched for silencers; 3 at lock jamb for single doors; 4 at head for pair doors. MAW WMA W&AW&W2­ (5) Each unit with temporary sill spreader; internal 26 gauge galvan- ized sheet metal guards for reinforcing where frames are plaster- filled or installed at concrete or plastered construction. b, Hollow Metal Doors: (1 ) Flush type, 1-3/4" thick thrnuqhout; edges bevelled for latch stile at single doors and meeting stiles at pair doors; other edges square. (2) Glass or other openings where shown, in sizes indicated with appropriate and substantial mitered and welded moulding units. (3) 18 gauge face panels without intermediate seams; panels mated at long edges, welded at 211 centers and exposed joints continuously mww"l filled. (4) Top and bottom edges reinforced with continuous 16 oauqe channels welded to faces; top edge flush and made watertight for exterior locations. (5) Internally reinforce using continuous 18 gauge interlocking chan- nels spot welded to each face at 4" centers, spaced not over 7" centers, (6) Furnish and install factory made reinforcing units for and in types to suit locks and latches furnished for the work. (7) Sound deaden all internal voids using approved insulation bonded to face panels. (8) Factory wrap each door using heavy plastic sheeting or water- resistant kraft paper. 7. DELIVERY Deliver hollow metalwork to jobsite at times required for installation; avoid extended jobsite storage where possible; maintain wrapping dry and in good repair during transport and storing operations. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 8A-4 ROLL-UP DOOR - 8B 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE: This Section includes furnishing and installing steel roll-up door in existing opening, and related work. b. Other Sections include finish painting after erection. 3. GENRRAL PROVISIONS a. Submittals: Refer to SUBMITTALS-1C. b. This installation shall be made only by personnel trained and experienced in the type of work required and who are authorized representatives of the manufacturer of the approved assemblies. c. Materials, fabrication and installation shall conform to the published standard specifications of the approved manufacturer. d. Verify all dimensions and conditions at jobsite; commencement of fabrication or installation shall signify acceptance of conditions. 4. ROLL-UP DOOR - GENERAL: a. Manufacturer: The Cookson Co, ; Kinnear Mfg. Co. ; or equal . b. Type JP, Under lintel mounted. c. Operation: Push-up 5. MATERIALS: a. Curtain: (1) Cookson No. 5 or similar flat face interlocking slats, fabricated from 22 gauge copper bearing steel strips, galvanized. (2) Bottom edge reinforced with two galvanized angles. b. Guides: Continuous rolled steel guide and wall angles, rigidly assembled and securely attached to structure, with guide angles flared at top and provided with cast iron stops. c. Barrel : Steel tube designed not to exceed a deflection of 0.03" per foot of opening width when under full dead load of door. d. Counterbalance: Oil-tempered coil springs. • e. Coil Brackets: Steel plate, with suitable. bearings, all designed to properly house coil springs and support barrel ends. 1033-67 W-1 of 2 5. f. Hoods: Formed form 18 gauge galvanized sheet steel , size as required to house specified door. g. Bolts and Fastenings shall be galvanized or cadmium plated. h. All door parts, except curtain, geared mechanisms, chain drives, etc. , shall be factory cleaned and treated to achieve proper paint bond and o . -� shop painted one coat of prime paint in accordance with manufacturer's standard process. 6. INSTALLATION: a. Install roll-up door in the location shown and as detailed; plumb, level and accurately aligned. Adjust all operating mechanisms to function easily and quietly, b. Upon completion, clean up work area and leave free from debris. Clean door free from grease, oil and dirt and touch un abraded spots as required. Refer to 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 * * * * * 8B-2 FINISH HARDWARE - 8C I. Refer to SPECIAL CONDITIONS Article SC I for general and technical specifications applicable to this Section. 2. SCOPE 7611—Mm a. This Section includes furnishing finish hardware required throughout ON' project, except as specified; delivered to jobsite and other locations as required for installation under FINISH CARPENTRY-6B and other Sections; and related work. b. Other Sections include: (1 ) Cabinet hardware for custom cabinetwork and prefabricated wood cabinets. (2) Lock reinforcing units for hollow metal doors. (3) Locks for panelboards and similar items where required and receiving masterkeyed lock cylinders supplied under this Section. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS-IC: (1 ) Material List required as scheduled shall include complete hardware group schedule indicating all items , type, locations and other data pertinent to hardware proposed. Required: 2 sets for preliminary; 6 sets for final . (2) Material/Color Samples and catalog and technical data shall be furnished to substantiate compliance with specified requirements as may be required and when requested by Architect. (3) Extra Materials: Refer to Article 8. , herein. b. Codes and Standards - In addition to requirements under CODES & STANDARDS-lD, finish hardware for fire-rated doors shall be listed and labeled per U.L. Fire Door Accessories Classification File No. 120 ID16 for Hardware, as applicable to the ratings required. C. Doors from any room or closet shall be operable from inside, at all times, by merely pressing a panic bar or turning a knob. d. Finish hardware shall be furnished as necessary to completely equip each door to achieve the operation, function and protection intended and each item shall be of specific type or modification most appropriate for the intended function or material conditions. e. Hardware sizes shall be adequate for the services required. Where size, shape or location of the work prevents use of an item specified or scheduled, hardware shall be furnished of suitable types having as nearly as practicable the same operation and quality as the type specified. f. Separately and substantially package, label and mark each item with intended use and location; per approved hardware schedule. Include key number with locks. 1033-67 8C-1 of 7 3. g. Items requiring factory or shop installation shall be delivered in quantities, to places, and at times required; deliver all other items to jobsite when required and store where directed. h. All conditions relative to finish hardware, including function, design, appearance, attachment, operation and other characteristics, shall be subject to approval by Architect. Finish hardware not approved shall be replaced as directed by Architect. i . Finish hardware shall be installed in strict accordance with manufac- turer's instructions; supply instructions as necessary for proper pre- paration and installations required under other Sections. 4. CONSTRUCTION LOCK SERVICE a. Provide a construction Master Key System for all locks. Furnish a total of ten construction Master Keys for use by the Contractor. 5. MATERIALS a. General : (1 ) Finish hardware specified by manufacturer's catalog numbers shall establish the operation, function, quality, weight, size, pattern, t� design, material and finish required. Hardware furnished shall conform thereto, except and only as necessary to comply with more restrictive requirements. (2) Items shall be standard catalog types, unless specifically modified by notation; items of like type or kind shall be products of the same manufacturer throughout; items shall match existing kinds as specified. (3) Hardware items required but not scheduled or specified shall be furnished in types similar to Chose required herein, subject to approval by Architect. (4) Items described are typical for each location where scheduled or used; special types or features shall be provided as specified or scheduled. (5) Gauges and finishes shall be U.S. Standard. b. Template Hardware: (1) Finish hardware shall be template type throughout, where available, whether specifically scheduled or not. (2) Furnish templates therefor as necessary for related preparatory work required under various other Sections; deliver in quantities, to places and at times required. (3) When requested, supply on loan to door and frame fabricators one physical sample of each type and size of recessed or mortised item. C. Metals and Finishes: (1 ) Base metals shall be stainless steel for specified natural and steel or bronze for plated finishes except where otherwise required or permitted. • (2) Painted finishes not permitted unless particularly specified. 1033-67 BC-2 5. c. (3) Exit Devices, Push and Pull Plates and Bars, Kick Plates: Stainless r steel , satin finish, US 32D. (4) Thresholds: Aluminum, US 27 or 28. (5) Elsewhere: Dull chrome, US 26D. d. Fastenings: Furnish all necessary screws, bolts, and other fastenings of types and sizes best suited to secure the hardware in place and w withstand heavy usage over a long life. Include expansion shield, through bolts, toggle bolts and other types as required, as recommended by manufacturer and approved by Architect. Material and finish shall be compatible with related hardware. e. Keying and Keys: (1) An authorized representative of the lock manufacturer shall be available for consultation and shall meet with an Owner's rep- resentative to assist in the preparation of the key schedule when requested. (2) All keyed locks shall be passed by the existing Great Grand Master Key. All lock cylinders shall be factory deyed and shall be Grand Mastered, Sub-Mastered, Building-Mastered, and set keyed in accordance with Key Scheduled which will be determined by Owner and supplied to Contractor at a later date. (3) All locks to have visual key control . Allow for future expansion awl, under each Master or Set. (4) Stamp all keys and key blanks "PROPERTY OF CONTRA COSTA COUNTY- DO NOT DUPLICATE. " (5) Tag all keys with approved tag showing hardware item number and door number or room number shown on the drawings. (6) Furnish three keys per lock; ten keys each Building Master; and 150 stamped key blanks. (7) Upon receipt of locksets and cylinders from factory, hardware supplier shall notify Inspector that the keyed locks and cylinders are ready to be checked for the keying requirements set forth in the keying schedule. After locks and cylinders have been checked against keying schedule and corrections made, deliver keys directly to the Inspector. 6. HARDWARE ITEMS a. Locks, Locksets and Latchsets: (1 ) Keyways shall match the existing building master system. (2) Lockset and latchset designs shall match the existing, except in functions as scheduled. (3) Existing locks are Sargent and Co. b. Butts: �1 ) Stanley Hardware; Hager Hinge Co. ; McKinney Mfg. Co. ; or equal . 2) Base Metals: Bronze or stainless steel for exterior outswing doors ; bronze or plated steel elsewhere. (3) Button tips throughout; set screw NRP types where scheduled. 1033-67 8C-3 6. b. (4) Ball bearing types for doors with closers. (5) 4-1/2" length; widths sufficient to clear trim. (6) Basic types and special features as scheduled. C. Door Closers: ±,awe Gema_.. (1 ) Sargent and Co. , to match existing; types as scheduled. (2) Full rack and pinion; with regulators for back checking, closing and latching speeds, all adjustable without removing from door. (3) Cast housing; forged steel arms. (4) Special arm or other features only as scheduled. (5) Exposed parts factory spray painted to match other hardware. (6) Locate away from corridor or major space, unless otherwise scheduled. (7) Brackets will not be permitted; provide arrangements as necessary. 9MPositionto allow full door swing possible. Size in accordance with manufacturers standards as applicable to door sizes and locations. d. Panic Devices: (1 ) Sargent and Co. , to match existing types as scheduled. (2) Cross bars shall be stainless steel only. (3 Moving parts easily removable for repair; pot metal or riveted or swaged moving parts will not be permitted. ,,r (4) With strikes for adjacent frames as necessary. e. Silencers: Glynn-Johnson Co. , or equal ; No GJ64 for metal frames ; 3 each single door; 4 each pair doors. f. Weatherstripping: Pemko Mfg. Co. ; Zero; Chamberlain; or equal ; as follows: ( 1) Door B10: 1 each Threshold No. ?05A; single length across opening; ends shaped to jamb profile. 1 sets Head and Jamb Seals No. 316A; single lengths each side and head. (2) Door B7: 1 each Threshold; as for B10, except cut and reinforce to set dustproof strike flush. 2 sets Head and Jamb Seals; as for B10. • 1033-67 8C-4 7. GROUP SCHEDULE a. It is intended that the following schedule be the complete coverage of all required hardware items to the extent practicable. However, it is a responsibility under this Section to carefully examine the -�- drawings and specifications and furnish all hardware necessary to RW complete installation. b. Each single door or pair of doors shall have: Group 1 1-1/2 pair Butts FBB179 1 each Lockset 8G04 1 each Stop 3380 Group 2 1-1/2 pair Butts FBB179 1 each Lockset 8GO5 1 each Stop 3380 Group 3 1-1/2 pair Butts BB179 1 each Deadlock 4823 1 each Closer 60-S series 1 each Push Plate 3011 MAE Engraved 1 each Pull Plate 3142 SLL Engraved 1 each Kick Plate 3816 1 each Stop & Holder 3378 Ha Group 4 1-1/2 pair Butts FBB179 1 each Deadlock 4823 1 each Closer 50-E1 series 1 each Push Plate 3012 MAE Engraved 1 each Pull Plate 3141 SLL Engraved 1 each Kick Plate 3816 1 each Stop & Holder 1312 Group 5 1-1/2 pair Butts FBB179 1 each Closer 60-S series 1 each Push Plate 3015 MAE Engraved 1 each Pull Plate 3140 SSL Engraved 1 each Kick Plate 3816 1 each Stop & Holder 3378 Group 6 1-1/2 pair Butts FBB179 1 each Lock 4979 x 618 - No. 1 Key 1 each Pull 8U93-3 1 each Stop 3380 Group 7 1-1/2 pair Butts HTFBB 168 1 each Lock 4979 x 618 - No. 1 Key 1 each Pull 8U93-3 (corridor side) 1 each Stop 3380 • 1033-67 8C-5 Group 8 1-1/2 pair Butts FBB179 1 each Lockset 8GO5 1 each Closer 50-E1 series 1 each Stop 3380 Group 9 1-1/2 pair Butts FB8179 1 each Lockset 8G05 _ 1 each Closer 60-S series 1 each Stop 3380 Group 10 1-1/2 pair Butts FBB179 1 each Latchset 8U15 1 each Closer 60-S series 1 each Stop 3380 Group 11 1-1/2 pair Butts FBB179 1 each Latchset BU15 1 each Stop 3382 Group 12 1-1/2 pair Butts FB8179 1 each Privacy Set BU65 1 each Stop 3380 Group 13 1-1/2 pair Butts F179 1 each Deadlock 4823 Group 14 1-1/2 pair Butts FBB168 1 each Exit Device 12-9963 x 898 SLL 1 each closer 60-S series 1 each Kick Plate 3816 1 each Stop 3380 Group 15 3 pair Butts F86179 1 each Lockset 8G25 x 805 2 each Closer 60-S series 2 each Flush Bolt 3450-12" 2 each Stop 3380 1 each Dummy Trim 8494 1 each Dustproof Strike3474 Group 16 2 each Cylinder To Suit Lock Provided by Others. Group 17 3 pair Butts FBB179 1 each Lockset 41-8604 1 each Closer 60-S series 2 each Flush Bolts 3450-12" 1 each Dustproof Strike3474 2 each Stops 3380 1033-67 8C-6 .. -.... ,. .. .. 't .. ,-• ..,..,s.S s..... _:;x,. . _.., ,N;tt<.:n c..,.< <:i.A°..., :z.,rai`�',x ti:+,F"+a,i3ka7a�is t,, ... {,.'! .n?_ 8. RE-KEYING EXISTING LOCKS a. Furnish 6 lock cylinders for 8-line series Sargent locks. b. Furnish 7 lock cylinders No. 41 . The above locks shall be RB keyway and in US 26 0 finish; and keyed WJ per schedule to be furnished by Owner. 9. EXTRA MATERIALS a. In addition to materials required to complete the work, the following types. identical to those used in the work shall be individually packaged, identified, and furnished to Owner as directed: 5 each Cylinder Units 13-2194 9 each Mortise Cylinders 41 6 each Closer Arms EN 60-R-FS x 125 degree FL. 5 each Closer Arms EN 60-L-FS x 125 degree FL. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-6T * * * * � 8C-7 i"i ',.' c3.}.•n s }sE nlr ; 7r,�. .q.�J rtJ ,'• t r ✓ cr hit 5 > k l i t h* .ii v+�_..'.L 4 Fx. rY.a.Y 3».MSG, -;::fit-f.; .✓«.j�ti,i .iea,��:...x}�Y e.X•L Sss .¢S '+,� t^FL•4.�.,,.4 i� ri7'l K�`,.L, i Ka,}x.,nf•�?.:.7.� pl r�.A�..:�s-.trvc.:'� % x°3.y{M .a~rna,.<.3x.c.cs�,y= ,:??�+:�ta9Sk�x ��.. rs'�.:ru'�: ....r'�^�1,......1„:8_�. `;z".?......,,..n,t a.,.t. ._r •.. � ... _. GLASSWORK - 8D 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. ,,. 2. SCOPE a. This Section includes interior glass and glazing work required throughout project, except as specified; insulation of glazing accessories or stops furnished with frames and doors; and related work. b. Other Sections include: (1 ) Frames, doors and windows receiving glasswork, all complete with glazing bead and stops as specified. (2) Glass for fire hose cabinets and prefabricated cabinets. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-1C. b. Deliver each light to jobsite bearing manufacturer's labels clearly identifying type, grade, thickness and brand. c. Glass showing excessive waviness, bubbles, discoloration or other • imperfections will be rejected. d. Locations not specifically denoted shall be glazed the same as indicated for similar or like conditions. e. Factory or prefinished materials adjacent to glass installations shall be protected as necessary. 4. MATERIALS a. ,Refer to requirements under MATERIALS-lB. b. Glass shall be PPG Industries; Libbey-Owens-Ford; Mississippi; or equal ; of domestic manufacture and complying with F.S. DD-G-00451b. as applicable to types required. c. Clear Sheet Glass: (1) Clear, B quality, produced by vertical draw process. (2) Double strength for lights not over 27 square feet; 3/16" elsewhere, unless particularly shown otherwise. (3) For glasswork not otherwise shown or specified. 1033-67 8D-1 of 2 4. d. wire Glass: (1 ) Clear, glazing quality, faces polished smooth and parallel , with ,,, embedded square pattern straight-wire welded mesh, 114" thick. # (2) U.L. labeled and listed under U.L. Glazing for Fire Windows and Doors Classification File No. 120 IW8. sit-- (3) For locations shown or scheduled for wire glass. e. Gaskets: At interior doors and windows use heavy black felt. 5. PREPARATION a. Shop or factory cut to sizes required to maintain edge clearances and edge grips not less than the dimensions determined proper by glass manufacturer. Clean-cut all edges of the condition required by glass manufacturer. All glass grains shall be horizontal . b. Field alteration of sizes, niooinq to remove flares and like treatments, and glass with fissured or damaged edges, will not be permitted. i c. Recesses, pockets and glazing bead surfaces shall be clean and free from dust, dirt, grease, oil coatings or other foreign matter. 6. INSTALLATION a. This installation shall be made only by personnel skilled and exper- ienced in this type work; and in accordance with applicable sections of "Glazing Manual", Flat Glass Jobbers Association, except that the work shall be as shown or specified. b. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. c. Install glass at building in final locations; set, support, space and position in strict accordance with manufacturer's instructions as applicable to each glass type and size and installation condition. d. Weight of glass lites 3116" and thicker shall uniformly rest on two setting blocks, each located at quarter point in board from glass vertical edge. e. Set interior glass using felt; in continuous strips each edge, wrapped around edqe and onto both faces of glass; with edges of felt aligned with elposed surface of adJoining stops or frames. f. Immediately after setting each lite, rough clean free from compounds and identify by applying diagonal corner to corner strips of one inch wide common cellulose masking tape. g. Identifying labels and tape shall remain in place until removal is approved by Architect. i h. Completion: Refer to COMPLETION OF WORK-1J. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 8D-2 LATHING - 9A. 1 1 . Refer to SPECIAL CONDITIONS SC 1 for general and technical specifications applicable to this Section. Are 2. SCOPE a. This Section includes: (1) Special overhead metal grid framing systems attached to existing metal decking, necessary for work under this and other Sections, as specified; (2) Horizontal metal framing for suspended plaster ceilings; (3) Sound control resilient clip and pencil rod assemblies over wood or metal framing, where shown; (4) Lath and lath accessories for plaster; (5) Installation of access panels, plaster rings and other items furn- ished under other Sections where supported by lathing work; (6) And related work. b. Other Sections include: (1 ) Wood framed partitions and furring supporting vertical lath and plaster. (2) Suspended ceiling systems other than those supporting plaster. (3 Metal framing for drywall assemblies. ZMT-Im_ (4 Plaster. (5 Base screed for cast-in-place terrazzo. (6) Caulking or sealant for exposed gapped Joints shown at casing bead. (7) Furnishing white metal base screed for stairs as shown. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-1C. b. Codes and Standards - In addition to requirements of CODES b STANDARDS-1D: (1 ) Lathing work and materials shall conform to applicable requirements of California Lathing and Plastering Contractors Association "Reference Specifications, 1965", referred to herein as "CLPCA", except as shown or specified. (2) Fire-rated work shall conform to U.L. Fire Resistance Classification File No. 40 U18 as applicable to designs and ratings required for this work. C. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instructions in advance of adjacent work or installations as necessary. 4. MATERIALS a. General: • (1) Refer to requirements under MATERIALS-1B. 1033-67 9A.1-1 of 5 4. a. (2) Materials shall be standard types and components of manufacturers regularly producing items of the types required; U.S. Gypsum Co. ; Penn Metal Co. ; Soule Steel Co. ; Inland Steel Products Co. ;. or eaual ; V except as specified. b. Channels - for framing and furring as shown or required; Cold rolled Rm solid channel type per CLPCA Article 2.3.3 and Detail No. 1 ; 1-1/2" 4;` for carrier channels, 3/4" for furring. C. Wire: CLPCA Article 2.2.2; No. 8 gauge for hangers , No. 18 gauge for lath ties, No. 16 gauge elsewhere. d. Sound Control Accessories - for vertical assemblies where shown: (1 ) Resilient Clips: Fabricated from sheet steel , factory painted, in types necessary for the framing methods provided: Penn Metal Co. No. 400 A or B; U.S. Gypsum Co. No. 200; or equal . (2) Pencil Rods: Plain round steel bars, 1/4" diameter, in single lengths for full wall height where required. (3) Fastenings: Nails, bolts or ties as required for the framing methods provided; in accordance with the manufacturer's instructions. e. Metal Lath: Type F - flat base per CLPCA Article 2.6.2 and Detail 9-A; 3.4 lbs, per square yard; galvanized where backing ceramic tile, factory painted elsewhere. ;77 f. Reinforcing - as required: Cornerite or strips per CLPCA Articles 2.8. 10 and 2.8. 11 and Details No. 20-A and 21-A. g. Mechanical Fastenings: Standard types per CLPCA Sections 2,3,4 and 5, as approved and as appropriate for materials with which used , except as scheduled on Drawings for fastenings at floors. h. Weld Fastenings : As specified under Article 6. , herein. i . Accessories: CLPCA Articles 2.3.2 and 2.8; small nose or sharp corner types with expanded wings; galvanized throughout; in longest lengths possible to minimize intermediate joints; and as follows: Corner Beads: CLPCA Detail No. 13-A. 2 Casing Bead: CLPCA Detail No. 14-A. (3) Base Screed: CLPCA Detail No. 12. 5. INSTALLATION - GENERAL a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-IF. b. The provisions specified hereinafter shall supplement the referenced CLPCA Standards and together shall form a general standard for this lathing work. C. Lathing work and materials shall be provided as necessary to complete the work required; for the proper support of plaster, plaster rings, frames, panels, fixtures and other items occurring within or supported by lathing assemblies; and to achieve structurally sound, first guality workmanship. 1033-67 9A.1-2 4 5. d. Protect adjacent work as necessary. Exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost Kamm to Owner. e. Electrical , plumbing and other work and inspections at inaccessible "4 locations shall have been completed before the work is inclosed. Coordinate the work and verify conditions before proceeding and as the work progresses. f. Workmanship shall comply with CLPCA Articles 3.17 and 4.6. g. Completion: As specified under COMPLETION OF WORK-1J. 6. WORK AT EXISTING METAL DECKING a. Existing overhead metal decking has existing spray-on type fireproofing. Unnecessary removal of or damage to the fireproofing shall be avoided. b. Overhead attachments shall be made utilizing the existing metal deck q hanger tabs where possible; otherwise, provide additional welded f attachments to the existing metal decking as necessary and in strict compliance with requirements specified herein. a a C. Where weld attachments are necessary, the fireproofing material shall be carefully removed and cleaned down to the metal but just to the extent necessary at each attachment location. The cleaning shall include removal of any prime paint or other matter on the metal sub- strate when necessary to develope proper, structurally sound and durable welds. d. Attachments to metal decking for anchoring hanger wires shall be Contractors responsibility to determine and provide, except shall be approved prior to use in the work. e. Weld fittings shall be a weld-ferrule and stud unit; Nelson; KLM; or equal ; complying with the following: (1 ) Each unit shall be capable of safely supporting a vertical dead load of not less than 640 pounds when installed. (2) Weld ferrule shall be sufficient size to provide adequate weld area and permit welding without weakening or destruction of the receiving sheet metal. (3) Stud shall be sufficient size and shall have a hole of sufficient size for the hanger wire required. e. Screws or other fastenings projecting into the metal deck cells will not be permitted. 7. METAL FRAMING AND LATHING a. Metal framing and lathing work shall conform to CLPCA Sections 3,4, and 5 as applicable to materials specified, arrangements shown or required, and conditions encountered in the work. b. Extend lathing above finish ceiling lines where shown. 1033-67 9A.1-3 8. OVERHEAD METAL SUB-FRAMING a. Extent: Channel grid systems of framing where wood or metal framed partition top plates are required to be supported at a level just under the existing overhead metal decking. This includes all such y� sub-framing required throughout the project. R.TM- . b. Provide 3/4" cross channels at each pair of hanger tabs in the rows parallel and immediately adjacent to the partition; extended 3" min. beyond and securely wire tied to each hanger tab. C. Provide 3/4" stiffener channels along each row of hanger tabs carrying the cross channels; securely wire tie at each tab and channel inter- section. 9. SUSPENDED CEILINGS a. Erect per CLPCA Articles 3. 14, 3. 15 and 3. 16 as applicable to condi- tions shown or encountered. b. Runner Channels: Space 12" maximum from parallel walls and not over , 48" on center in between. C. Furring Channels: Space 6" maximum from parallel walls and not over 16" on center in between. ru"- d. Hanger Wires - for all runner channels: Snace 6" maximun from terminal ends or intermediate joints and not over 36" on center in between. Arrange for one hanger wire at each corner of light fixtures larger than 12" x 12" or provide additional wires as necessary. e. Suspended ceilings shall float between and free from direct connections or attachments to adjacent walls or partitions. 10. SOUND CONTROL PARTITIONS a. Provide resilient clips and pencil rods for support of lath and plaster at partitions where shown. b. Clips: Provide in rows along each stud, spaced 6" maximun from plane of intersecting floor or finish ceiling and not less than 12" nor more than 16" on center in between; set with clip shoulder firm against stud face; securely anchor each unit per manufacturer's instructions. Where required on two sides of a partition, stagger by not less than 411 intermediate clips on opposite sides of the same stud. C. Rods: One vertical rod at each stud, with bottom end not less than 1/4" nor more than 1/2" clear of floor line; securely engaged into each clip. 11 . LATH AND ACCESSORIES a. Erect and secure per CLPCA Sections 4 and 5 as applicable to lath used and conditions encountered. 1033-67 4A. 1-4 11 . b. Install piaster rings and like items square, plumb, level and in proper alignments and securely attach to lath and framing as necessary. C. Accessories: (1) Install accessories and secure to true, straight lines and to proper ground depths. Accurately align intermediate joints. At terminal ends, extend to fully butt intersecting surface. Secure at 16" centers and near ends, staggered at 8" centers for double wing type accessories. (2) Corner Bead: Provide for all salient (outside) corners. (3) Base Screed - Provide for: (a) All plaster base where backing applied wall base, at 3" above floor line, except omit at ceramic tile; (h) All plaster walls at 1" above the adjacent finish ceiling line, except omit only where full piaster corners are shown. (4) Casing Bead: Provide for all piaster perimeter edges not other- wise screeded or trimmed; also for perimeters of suspended plaster ceilings as shown. Where caulked joints as indicated, set edge of casing bead a uniformly spaced 1/8" minimum, 3/16" maximum clear of adjacent finished surface. Elsewhere, set trim edge neatly abutting the adjacent intersecting surface. (5) White Metal Base Bead: Install projecting base bead, furnished under TERRAllO-9G, at stairs as shown. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 2.t kn_. {,��_..,rn,;,;.... <.v sSrn.',i.�...,';i.4�,.�,�:� .,�it'�.'slfta{'s:'x`.Y'a�tF°'...:�t 3u� 1 ALTERNATE FOR LATHING - 9A.2 • 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section sets forth requirements for metal framing supporting vertical lath and plaster. b. Refer to ALTERNATES-FF for related requirements. C. Upon acceptance of alternate for metal framing in lieu of wood framing provide: (1 ) Standard metal lath stud framing for partitions supporting plaster on one or both sides; (2) Special metal stud framing for partitions supporting plaster one side and gypsum wallboard on opposite side; (3) Vertical metal furring where supporting plaster; (4) And related work. s. � d. Other Sections include metal framing for drywall partitions and furring, except for certain conditions as specified. 3. GENERAL PROVISIONS a. General Provisions, general installation requirements and general metal framing requirements specified under LATHING-9A.1 shall apply to work under this Section. 4. MATERIALS a. General : Refer to requirements under LATHING-9A.1 . b. Standard Metal Studs: CLPCA Article 2.4.1 and Detail No. 4 pre- fabricated pressed metal , punched web type, 18 gauge, factory painted; in sizes shown; in single lengths for full partition heights required. C. Special Metal Studs: As for standard metal studs, except with 1-1/4" flanges. d. Furring and Bracing Channels and Wire: As specified under LATHING-9A. 1 . e. Partition and Furring Accessories: Include all standard type channel runner track, shoes, partition runners and other items necessary to provide complete, rigid and well secured installation. f. Furring Brackets: Adjustable, serrated type; 20 gauge galvanized steel especially designed for securing furring to concrete or masonry. 1033-67 9A.2-1 of 3 4. g. Fastenings to Concrete: Powder-activated fasteners or hardened masonry nails per CLPCA Article 3.4.2, as approved, except as scheduled on Drawings for fastenings at floors. h. Sound Isolation Strips, where shown "Fiberboard": Kinetic Partition Isolation Panels Type NAFP-10, as distributed by Tempco Equipment Co. , Inc. , San Francisco, tel . 467-8680; partition width strips x 96" min. lengths; for sound partitions. 5. METAL STUD PARTITIONS a. Erect, secure and brace per CLPCA Article 3.4, except as shown or specified. b. Where framing is required to extend full height, top runner track shall bear against and attach to the specified overhead sub-framing. Attachment shall be not less than two ties each top track each bear- ing; each tie double wrapped, tightened, with ends locked together by at least 3 full twists. C. Space studs 16" on center, unless otherwise shown. d. Frame for small openings as required using full length studs at jambs, cut-stud headers at top and bottom, and intermediate jack studs above and below the opening. £ e. Frame for door openings using double full length studs at jambs and cut-stud headers. Secure to door frames or frame anchors by approved methods and as necessary to achieve completely rigid interconnections. f. Extend partition bracing channels to meet with and tie to jamb studs at door and other openings. g. Provide special metal studs where supporting drywall on one side opposite plaster side; arranged as necessary for proper support of the gypsum wallboard and trim. h. At sound control partitions, provide continuous sound isolation strips between bottom runner track and subfloor. i . Where required, tie in wood nailers provided by others; and provide other miscellaneous detail construction as necessary to properly complete the work. J. Provide and arrange framing to float past and free from direct lath connections or attachments to existing concrete columns, where possible. 6. VERTICAL FURRING a. Free-standing or braced types as shown or required. Erect, secure and brace per CLPCA Article 3.12 and Detail No's. 37-A as applicable or modified to suit conditions encountered. 1033-67 9A.2-2 6. b. Free-standing standing furring may be constructed using studs and bracing as for partitions where space permits; otherwise, provide braced furring using channel studs and furring. C. Braced furring shall be stud type. 7. MISCELLANEOUS -- a. Metal Blocking: Provide in stud partitions and metal furring for wall support of accessories or construction items where backing plates or other means of support have not been specifically shown or furnished under other Sections. This includes electrical outlets, small mirrors, toilet accessories, equipment rings and like items. b. Backing plates furnished by others shall be set where required and fastened at each bearing with at least two fasteners or ties at each bearing. Refer to Division l-GENERAL REQUIREMENTS for additional requirements. • 1033-67 * * * * 9A.2-3 tt V ,w `_�L.�ftY r�r.." r•t y;4i. 4:Kn�Ysz,,�y tY.Y� %Y 3S ,z;.3 ' t.t rt � ;sl 3r 4 '� . .t 1`:i S ti�x r..�, q ,, r.i` r t�Y��:1 err.: t td.. . J.,,.,. PLASTERING 9B 1 . Refer to SPECIAL CONDITIONS Article SC I for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes: (1 ) Preparation for plastering as specified; (2) Interior base coat plaster backing wall tilework; (3) Interior gypsum plaster, with finishes as specified; (4) Plaster fill for pressed metal door frames ; (5) And related work. b. Other Sections include lath supportinq plaster; finish painting and other surface applied materials ; and caulking or sealant for exposed gapped joints shown at casing bead. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-1C. YAM b. General Provisions specified under LATHING-9A. 1 shall apply to this Section in addition to those specified herein. C. Work required at existing finished areas shall be performed carefully and as necessary to avoid unnecessary damage. d. Protect adjacent work as necessary. Exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost to Owner. 4. MATERIALS a. Refer to requirements under MATERIALS-1B. b. Portland Cement: CLPCA Article 6.5. 1 ; ASTM C 150, Type 1 . C. Plastic Cement: CLPCA Article 6.4. d. Lime: CLPCA Article 6.4. e. Aggregates: CLPCA Article 6.6, as applicable, except as specified for Keene's Cement type finishes. f. Gypsum Plasters: CLPCA Article 6.3, mill-mixed, types as required, 9. Keene's Cement: ASTM C 61 . h. Keene's Cement Finish: Mill-mixed; California Stucco Products Co. "KeenKote"; Peerless; or equal . 1033-67 9B-1 of 4 4. i . Liquid Bonding Agent: CLPCA Article 6.10. 5. INSTALLATION - GENERAL a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-IF. b. The provisions specified hereinafter shall supplement the referenced CLPCA Standards and together shall form a general standard for the work required. C. Plastering work and materials shall be provided as necessary to complete the work required; to achieve structurally sound, first quality workmanship; and shall conform to CLPCA Sections 7, 8, and 10 as applicable to materials specified and conditions shown or encountered. d. The accuracy and neatness of work under this Section is important to the design appearance and strict compliance with details and good work- manship will be required. Plaster surfaces shall be accurately troweled to achieve flat, regular planes . e. Mill-mixed and proprietary type materials shall be mixed using clean, fresh, potable water only and in strict accordance with the manufacturers instructions. f. Arrangements for adequate lighting, ventilation and temperature and humidity control shall be made as necessary. Recommended standard procedures shall be observed. g. Exposed joints required to receive caulking shall be maintained or cleaned free from plaster. h. Once started, scratch, brown and finish coat work shall be carried over the entire area up to a natural corner, break or transition before quitting operations. Mid-way joints will not be permitted unless metal control joints have been provided. i . When complete, finish surfaces shall be of uniform color and texture throughout; free from scaffold marks, crazing, cracks, hot spots, joint lines and other undesirable effects; and all plaster surfaces shall present uniform, flat, clean planes and within a tolerance of 1/81' from a 10 foot straightedge laid against the surface in any direction. 1033-67 9B-2 6. PREPARATION a. Surfaces receiving plaster shall be cleaned free from all dirt, grease, laitance , dust, loose particles and other foreign matter. b. Metal grounds, corner beads, screeds, and other accessories shall be �. checked carefully for proper alignment and attachment. C. Concrete surfaces receiving plaster, shall be free from dust, dirt, loose particles and any coatings inhibitive to permanent bonding. Apply liquid bonding agent to concrete surfaces according to manufacturer's instructions. 7. INTERIOR PLASTERING SCHEDULE a. Base Coat for Wall Tilework: (1 ) Over galvanized lath on wood or metal framing or furring. (2) Proportions and Thicknesses: Coat Mix Thickness Scratch 1 part Portland Cement, 1/4 part 3/8" max, total . and Hydrated Lime, 3-1/2 parts Sand Brown (3) Texture: Wire scratch in two directions to provide good mechanical keying. b. Gypsum Plaster - Type 1 : (1 ) Over metal lath on wood or metal framing or furring. (2) For locations not otherwise scheduled, shown, or specified. (3) Proportions: Scratch 1 part Hardwall G.P. , 2 parts Sand, 1/4" Sufficiently fibered Brown 1 part Hardwall G.P. , 3 parts Sand, 3/8" Sufficiently fibered. Keene's 100 lbs. Keene's Cement 36 quarts Lime 1/8" Cement Putty, 10 lbs. of No.30 Mesh Del Monte Finish White Sand; or Keen Kote. TOTAL: 3/411 (4) finish: (a) Apply over a throuqhly set, partially dry base coat. Scratch on tightly and double back to a true, even surface, then trowel smooth and free from blemishes. (b) Texture: Smooth steel trowel finish. 1033-67 96-3 7. c. Gypsum Plaster - Type 2: (1) Over metal lath on wood or metal framing or furring. (2) For entire wall surfaces receiving wall covering; and for mechanical room ceilings. (3) Proportions and Thicknesses: Scratch As for 7.b. (3) above 1/411 . Brown As for 7.b. (3) above, 3/811 Finish 2 parts, max. , dry hydrated lime, 1 1/8" part gauging plaster i TOTAL: 3/4" (4) Texture: Smooth steel trowel finish. d. Gypsum Plaster - Type 3: (1) Over existing concrete construction. (2) For walls and soffits where shown. (3) Apply plaster over liquid bonding agent according to bonding agent manufacturer's instructions; finish to match Type l gypsum plaster. (4) Thickness: As shown and/or necessary to provide surfaces within the tolerances specified for other plaster finishes. (5) Texture: Smooth steel trowel finish. 8. PLASTER FILL FOR METAL DOOR FRAMES a. At times required, provide piaster fill for pressed metal door frames, including jambs and heads. Thoroughly work in and compact to completely fill all corners and voids. b. Plaster: 1 part Nardwall Gypsum Plaster to 2 to 3 parts Sand; mixed with just sufficient water for proper hydration and for a stiff but workable mixture. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 ,► * * * 9B-4 DRYWALL FRAMING - 9C.1 1 . Refer to SPECIAL CONDITIONS SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes: (1 ) Horizontal metal framing for suspended gypsum wallboard ceilings, including appurtenant vertical returns or offsets; (2) Sound control resilient clips supporting gypsum wallboard over wood or metal framing, where shown; (3) Special drywall closures above existing ceilings at Second Floor; (4) Installation of access panels, drywall (plaster) rings and other items furnished under other Sections where supported by this metal framing work; (5) And related work. b. Other Sections include: (1 ) Wood framed partitions and furring supporting vertical gypsum wall- board. VMS (2) Suspended ceiling systems other than those supporting gypsum wall- board. (3) Metal framing supporting lath and plaster. • (4) Gypsum wallboard and finishing. (5) Caulking or sealant for exposed gapped joints at drywall trim. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-1C. b. Codes and Standards - In addition to requirements of CODES & STANDARDS-1D: (1 ) Fire-rated work shall conform to U.L. Fire Resistance Classification File No. 40 U18 as applicable to designs and ratings required for this work. C. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instructions in advance of adjacent work or installations as necessary. d. Work required at existing finished areas shall be performed carefully and as necessary to avoid unnecessary damage. e. Protect adjacent work as necessary. Exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost to Owner. 1033-67 9C.1-1 of 4 4. MATERIALS a. General : (l ) Refer to requirements under MATERIALS-16. r4 (2) Materials shall roducin standard oftthestand escomponents �fSmaufu�eors 9 y p 9 yp q Gypsum Penn Metal Co. ; Soule Steel Co. ; or equal ; except as specified. b. Carrier and Furring Channels: Cold rolled steel , solid channel type, 16 gauge, factory painted; 1-1/2" x 19/32" for carrier channels; 3/4" x 1/2" for furring channel's. C. Drywall Furring Channels: Modified channel sections, 7/8" deep, roll-formed from 25 gauge galvanized steel strip conforming to ASTM A 446, Grade A. d. Drywall Channel Clips: Galvanized steel wire especially formed to securely hold drywall furring channels to carrier and furring channels; or may be wire ties. e. Drywall Resilient Channels: Modified and offset channel sections, 7/8" deep, roll-formed from 25 gauge galvanized steel strip con- forming to ASTM A 446, Grade A. f. Fasteners: _ (1 ) Fastenings interconnecting metal framing shall be screws as specified or approved; and installed using an electric screw-gun equipped with magnetic bit. (2) Screws shall be self-drilling, self-tapping type; corrosion-resistant oxidized; and shall be especially designed for use with the particular materials to which the attachments are to be made. Thread and head types and screw lengths shall be as recommended by the manufacturer of the framing materials used in the work. (3) Screws for fastening to metals 20 gage and heavier shall be hardened steel . (4) Fastenings for securing metals to concrete or masonry shall be either standard hardened steel masonry nails in 5/8" minimum length, or powder- actuated headed fasteners with at least equivalent structural values. Refer to schedule on Drawings for fasteners to floors. g. Wire: Galvanized annealed steel conforming to F.S. QQ-W-561 , Finish 5, Class 1 , as applicable; 8 gage for hangers, 16 gage for ties. h. Welding Fastenings: As specified under Article 6. , herein. 5. INSTALLATION - GENERAL a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. b. The provisions specified hereinafter shall form general standards for the metal framing required; and shall be applied as necessary for or applicable to the various conditions encountered in the work. 1033-67 9C.1-2 5. c. Drywall framing shall be provided as necessary to complete the work required; for the proper support of gypsum wallboard, dry- wall (plaster) rings, frames, panels , fixtures and other items occuring within or supported by drywall framing assemblies; and to achieve structurally sound, first guality workmanship. Make all layouts and arrange the work as necessary. d. Completion: As specified under COMPLETION OF WORK-1J. 6. WORK AT EXISTING METAL DECKING a. Existing overhead metal decking has existing spray-on type fire- proofing. Unnecessary removal of or damage to the fireproofing shall be avoided. b. Overhead attachments shall be made utilizing the existing metal deck hanger tabs where possible; otherwise, {provide additional welded attachments to the existing metal decking as necessary and in strict compliance with requirements specified herein. C. Where weld attachments are necessary, the fireproofing material shall be carefully removed and cleaned down to the metal but just to the extent necessary at each attachment location. The cleaning shall include removal of any prime paint or other matter on the metal sub- strate when necessary to develope proper, structurally sound and durable welds . d. Attachments to metal decking for anchoring hanger wires shall be Contractors responsibility to determine and provide, except shall be approved prior to use in the work. e. Weld fittings shall be a weld-ferrule and stud unit; Nelson; KLM; or equal ; complying with the following: (1 ) Each unit shall be capable of safely supporting a vertical dead load of not less than 640 pounds when installed. (2) Weld ferrule shall be sufficient size to provide adeouate weld area and permit welding without weakening or destruction of the receiving sheet metal. (3) Stud shall be sufficient size and shall have a hole of sufficient size for the hanger wire required. e. Screws or other fastenings projecting into the metal deck cells will not be permitted. 7. SUSPENDED CEILINGS a. Hanger Wires: (1) Install plumb at all locations. Where obstructions are encountered, additional hanger wires and metal framing shall be provided as necessary to meet this requirements. • 1033-67 9C.1-3 7. a. (2) Space hanger wires along each carrier channel at not over 48" centers and not more than 12" from any end or intermediate joint. After tying, lock hanger wire ends with at least 3 twists around the vertical wire section. (3) Arrange for one hanger wire at each corner of light fixtures larger than 12" x 12" or provide additional wires as necessary. ••.••r v_➢ ' v . b. Carrier Channels: Space at not over 48" centers and not more than C 12" from an adjacent parallel wall or partition. C. Drywall Furring Channels: Position at right angles to the carrier channels; space at not over 24" centers and not more than 6" from an adjacent parallel wall or partition. Wire clip furring channels at each crossing carrier channel , set from alternating sides ; or secure using wire ties. d. Suspended ceilings shall float between and free from direct connections or attachments to adjacent walls or partitions. e. Each metal assembly shall be water leveled before the gypsum wall- board is installed. 8. SOUND CONTROL PARTITIONS a. Provide drywall resilient channels at partitions where shown. r~'r1kT b. Run horizontally; spaced not over 6" away from an adjacent parallel floor or ceiling line and not over 24" on center in between; with terminal ends within 1" of but not in contact with intersecting walls or partitions. 9. WORK AT EXISTING SECOND FLOOR CEILINGS a. Provide metal framing for special drywall closures above existing second floor ceilings, where shown. b. Removal and resetting of existing ceiling panels and back-up insulation is included under another Section. Radiant heating panels and ceiling framing will not be removed. C. This work shall include preparation of surfaces for welding, framing metals, welding, attachments and other work necessary. d. Preparation of structural steel surfaces with fireproofing shall be prepared the same as specified under Article 6. , herein. e. Framing methods other than as shown may be proposed subject to approval in advance. The framing shall be set as necessary for support of the gypsum wallboard in the alignments shown and to achieve the full closure intended. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. • 1033-67 * * * * * 9C.1-4 ALTERNATE FOR DRYWALL FRAMING 9C.2 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section sets forth requirements for metal framing supporting vertical gypsum wallboard. b. Refer to ALTERNATES-FF for related reauirements. C. Upon acceptance of alternate for metal framing in lieu of wood framing, provide: (1 ) Drywall type metal stud framing for oartitions sunporting gypsum wallboard, except certain conditions as specified; (2) Vertical metal furring where supporting gypsum wallboard: (3) Installation of access panels, drywall (plaster) rings and other items furnished under other Sections where supported by this metal framing work; (4) And related work. b. Other Sections include: (1) Overhead metal sub-frame grid assemblies to which top drywall runner tracks are attached. (2) Metal framing supporting lath and plaster, including studs supporting plaster on one side and gypsum wallboard on opposite side. (3) Metal framed suspended ceiling systems. (4) Horizontal metal furring assemblies. 3. GENERAL PROVISIONS a. Submittals, General Provisions and general installation requirements specified under DRYWALL FRAMING-9C. 1 shall apply to work under this Section. 4. MATERIALS a. General : Refer to requirements under DRYWALL FRAMING-9C. 1 . b. Drywall Studs: Channel type roll-formed from 25 gauge galvanized steel, strip conforming to ASTM A 446, Grade A; webs punched at 24" centers in patterns designed to positively engage bracing channels ; in standard sizes shown. C. Partition and Furring Accessories: Include standard 1-1/4" flange type partition runner tracks and other items necessary to provide complete, rigid and well secured installation. d. Bracing and furring channels, drywall furring channels, fasteners and wire: As specified under DRYWALL FRAMING-9C. 1 . 1033-67 9C.2- 1 Of 4 4. e. Furring Brackets: Adjustable, serrated type; 20 gauge galvanized steel especially designed for securing furring to concrete or masonry. f. Sound Isolation Strips, where shown "Fiberboard": Kinetic Partition Isolation Panels Type NAFP-10, as distributed by Tempco Equipment Co. , inc. , San Francisco, tel . 467-8680; partition width strips x 96" min. tea. lengths. y� 5. METAL STUD PARTITIONS a. Track: (1 ) Provide continuous at top and bottom of stud partitions. (2) Secure to subfloor with fastenings spaced not more than 6" from ends of each piece and not over 24" on center in between; two minimum per any one piece. (3) Where framing is required to extend full height, top runner track shall bear against and attach to the specified overhead sub-framing. Attachment shall be not less than two ties each top track each bear- ing; each tie double wrapped, tightened, with ends locked together by at least 3 full twists. (4) At sound control partitions , provide continuous sound isolation strips between bottom runner track and subfloor. b. Studs : (1 ) Space studs 24" on center at sound control partitions , 16" on center elsewhere, unless otherwise shown. ® (2) Use in lengths equal to distance between track webs , less 1/2 inch. Set plumb; full bearing in bottom track and fasten through flanges on each side. Float top of stud in track and hold in position by crimping each track flange on each side of each stud flange (4 crimps per stud) . (3) Provide studs for terminal ends of partitions: doubled where free- standing; and multiple studs for corners and returns. C. Framing for Small Openings: Set full-height stud each jamb; header top and bottom using cut stud sections clipped to overlap the stud flanges; securely fasten at each corner. Provide intermediate cut studs above and below the opening as necessary. d. Framing for Doors and Other Large Openings: (1) Set double full-height studs each jamb and provide header, intermediate studs and fastenings as specified above. In addition, provide bracing channel not more than 6" above header and extended to engage first typical stud beyond the double studs. (2) Rigidly secure metal framing to door or other frames as required. • 1033-67 9C.2-2 5. e. Partition Bracing: (1 ) For partitions up to 10 feet high between track, provide one channel ; at mid-height. (2) For partitions over 10 feet high, provide channels at one-third a.; points. (3) For partitions higher, than 14 feet between track and longer than Mme,, 1-1/2 times the height, use 1-1/2" channels for bracing. Elsewhere, use 3/4" channels for bracing. (4) Engage and secure bracing to each stud, including all jambs , corners and terminal ends. f. Double Framed Partitions : (1 ) Provide where shown or required for utility spaces . (2) Frame and brace each side as specified above, except with the addition of cross bracing to interconnect the two lines of studs. (3) Cross bracing shall be either cut lenghts of drywall studs or cold- rolled channels or 12inch minimum width pieces of 5/8" thick gypsum wallboard. (4) Provide three lines of cross bracing to interconnect studs on each side of utility space; one line each within 12 inches from top and bottom tracks and one line at midway between. &EEW (5) Secure each end of each cross brace to studs by tying or with fasteners as necessary to rigidly interconnect the studs. 6. VERTICAL FURRING ia. Provide for support of gypsum wallboard where shown or reouired over or passing concrete construction; in free-standing or braced types as shown or applicable to conditions encountered. b. Furring Against Concrete: (1) Provide systems of either vertical or horizontal drywall furring channels arranged to best suit the work required and conditions encountered. (2) Set channels in parallel lines spaced not over 24" on center and not over 4" away from an adjacent parallel floor, wail or ceiling, with terminal ends within one inch from an intersecting floor, wall , ceiling, or furring channel . (3) Secure channels to structure with fastenings at not over 6" from ends of individual pieces and not over 48" on center in between. Two fastenings minimum per piece. (4) Where a surface-applied base is required, provide a continuous channel parallel to the adjacent floor. C. Furring Not Directly Against Concrete: (1) Provide horizontal cold-rolled channels in parallel lines not over 48" on center and not more than 6" away from an adjacent parallel floor, wall or ceiling, with terminal ends within 3" from an intersecting floor, wall or ceiling, unless otherwise required for support of drywall • channels. 1033-61 9C.2-3 6. c. (2) Support cold-rolled channels using furring brackets spaced along each channel at not over 36" on center and not over 4" from each end of ® individual pieces. Secure each bracket to structure with at least one fastener; and secure each furring channel to each bracket using wire ties. �. (3) Position drywall furring channels at right angles to the cold-rolled l .N. -�- channels and spaced as specified for furring against concrete. Wire -� clip each drywall furring channel to each cold-rolled channel bearing , set on alternating sides of the drywall channels ; or provide wire ties. (4) Where space permits , furring may be erected using studs or other arrangements, subject to approval in advance. 7. MISCELLANEOUS a. Where possible, provide and arrange framing to float past and free from direct gypsum wallboard connections or attachments to existing concrete columns. b. Metal Blockinq: Provide in stud partitions and metal furring for wall support of accessories or construction items where backing plates or other means of support have not been specifically shown or furnished under other Sections. This includes electrical outlets , small mirrors , toilet accessories , equipment rings and like items. C. Backing plates furnished by others shall be set where required and fastened at each bearing with at least two fasteners or ties at each bearing. • d. Where required, tie in wood nailers provided by others ; and provide other miscellaneous detail construction as necessary to properly complete the work. Refer to Division -1-GENERAL REQUIREMENTS for additional requirements. • 1033-67 * * * * * 9C.2-4 GYPSUM WALLBOARD - 9D 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes: (1 ) Gypsum wallboard finish over wood or metal framing and furring assemblies, including backing for acoustical tile, vinyl wall covering and other finishes where shown. (2) Metal trim accessories for gypsum wallboard; (3) Caulking and sealing for concealed joints around gypsum wallboard; (4) And related work. b. Other Sections include: (1 ) Metal framing and furring and resilient accessories supporting gypsum wallboard. (2) Gypsum wallboard finishing; acoustical tile; wall covering; prime painting and finish painting . (3) Caulking or sealant for exposed gapped joints shown at casing bead. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-1C. ib. Codes and Standards - In addition to requirements of CODES b STANDARDS-1D: (1 ) Gypsum wallboard work shall conform to applicable requirements of: (a) ASA A69. 1 , including appendices; (b) ASA A97.1 , including appendices; and (c) Specifications of manufacturer of the gypsum wallboard used in the work. (2) In cases of conflict between requirements, the reference, standard or specifications achieving the greatest protection or highest quality shall govern. (3) Scheduled or noted fire-rated assemblies shall be erected in strict compliance with U.L. Fire Resistance Classification File No. 40 U18 as applicable to designs and ratings required for this work. C. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instructions in advance of adjacent work or installations as necessary. d. Extend work above finiah ceiling lines where shown. • 1033-67 9D-1 of 4 4. MATERIALS a. General : (1) Refer to requirements under MATERIALS-1B. (2) Materials shall be standard types as produced or approved by a , single manufacturer regularly producing gypsum wallboard; U.S. Gypsum Co. ; National Gypsum; Kaiser;' or equal ; except as specified. b. Gypsum Wallboard - Referred to hereinafter by "GWB": (1 ) Type X core, 1-hour, U.L. rated and labeled. (2) 5/8" thick; 48" minimum sheet widths. (3) Where exposed in the finished work: (a) ASTM C 36. (b) Long edges tapered, rounded and paper wrapped. (c) Short edges square cut. (d) Single lengths for full wall height without intermediate cross joints between floors and finished ceiling lines. (4) Where backing surface applied materials other than paint; inside mechanical rooms or spaces; and above finish ceiling lines: (a) ASTM C 442; or maybe as specified above, except one type only throughout any one space. (b Long edges T & G and paper wrapped. (c Short edge square cut. • (d 96" min. sheet lengths. (5) Where on furring over exterior concrete walls: ASTM C 36 or C 442 As applicable to location required, except with factory applied aluminum foil on back face. C. Fastenings: (1) Fastenings securing gypsum wallboard to framing or furring or interconnecting gypsum wallboard shall be screws as specified or approved; and installed using an electric screw-gun equipped with magnetic bit and depth locator. (2) Screws shall be Phillips flat head, self-drilling, self-tapping type; with bugle heads where set into gypsum wallboard; corrosion- resistant oxidized; and shall be especially designed for use with the particular materials to which the attachments are to be made and as recommended by the gypsum wallboard manufacturer. (3) Screw lengths shall be not less than 1-1/4" for securing gypsum wall- board to metal framing nor less than 1-5/8" for interconnecting double layers of gypsum wallboard. (4) Screws for fastening to metals 20 gauge and heavier shall be hardened steel. d. Staples: 16 gage galvanized wire, flat, 7/16" outside width of crown with legs not less than 1-1/4" long with divergent points. Use only for securing metal trim to gypsum wallboard. 1033-67 9D-2 4. e. Accessories: 1) Provide for exposed GWB; metal parts galvanized. 2) Types specified refer to Figure 1 under USAS A 97.1. (3) Use in single lengths without intermediate joints, where possible. (4) Corner Bead: Type USAS CB-114. (5) Casing Bead: Type USAS LS-58. f. Sealing Compound: Water-resistant mastic compound especially made for drywall work and as recommended or approved by the GWB manufacturer. Use for sealing. g. Caulking: Interchemical Corp. , Presstite Div. , Presstite No. 579.64 or 421.7; Tremco Manufacturing Co. Drywall Sealant; Valspar Corp. Valco Drywall Sealant; or equal . 5. INSTALLATION a. General : (1) Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. (2) The provisions specified hereinafter shall supplement the referenced USAS standards and together shall form a general standard for this work. (3) GWB work and materials shall be provided as necessary to complete the work required. � (4) Electrical , plumbing and other work and inspections at inaccessible locations shall have been completed before the work is enclosed. Coordinate the work and verify conditions before proceeding and as the work progresses. (5) Completion: As specified under COMPLETION OF WORK-lJ. b. Gypsum Wallboard: (1) Single layer type installation with GWB secured to framing by single fastener method using screws as specified and approved. (2) Where painted, GWB for walls at rooms other than mechanical and utility spaces shall be applied vertically. (3) Space fasteners not over 12" on center along each bearing. (4) At floors throughout the work, set bottom edges of GWB uniformly spaced not less than 1/8" nor more than 1/4" clear above floor surfaces or tops of curbs. (5) Cut-outs in GWB shall be die-cut or sawed; punching will not be permitted. Cut edges shall be not more than 114" from surfaces of penetrating items. (6) At sound control partitions, side and top perimeter edges shall be spaced not less than 1/8" nor more than 1/4" clear from intersecting walls or partitions. C. Accessories: (1) Install accessories and secure to true, straight lines. Accurately align intermediate joints. At terminal ends, extend to fully butt intersecting surface. Secure at 16" centers and near ends, staggered at 8" centers for double wing type accessories. 1033-67 9D-3 5. c. (2) Corner Bead: Provide for all salient (outside) corners. (3) Casing Bead: Provide for all GWB perimeter edges not otherwise covered or trimmed; also for perimeters of suspended GMB ceilings as shown. Where caulked joints as indicated, set edge of casing bead a uniformly spaced 1/8" minimum, 3/16" maximum clear of adjacent finished surface. Elsewhere, set trim edge neatly abutting the .t,., adjacent intersecting surface. d. Caulking and Sealing: (1 ) At sound control partitions, openings around pipes, outlet boxes or other items penetrating through the GWB, all edge joints at floors, intersecting walls and partitions and at ceilings shall be filled with caulking as specified. (2) At custodial and mechanical spaces, the GWB-to-floor joint shall be filled with sealing compound. (3) Joint spaces required to be filled shall be throughly dry and brushed free from loose particles or dust inhibitive to proper adhesion of the mastic materials. (4) Sealing and caulking shall be continuous and through and as necessary to completely fill the full extent of the joints, gaps and spaces required to be filled. Sound control partitions shall be throughly examined in detail to insure caulking is provided to fill all openings, however minute and wherever located. e. When complete, GWB shall be true to plane, free from offsets, wavey surfaces and excessively wide joints. Leave clean and ready for • finishing work or applications of other finish materials. 6. WORK AT EXISTING SECOND FLOOR CEILING a. Provide special drywall closures above existing second floor ceilings, where shown. Metal framing therefore is included under another Section. b. Removal and resetting of existing ceiling panels and back-up insulation is included under another Section. Radiant heating panels and ceiling framing will not be removed. C. This work includes GWB, fastenings, cutting, insulation packing, caulking and other work as necessary. d. Install GWB in longest lengths practical to minimize intermediate joints. Secure at 12" centers along each bearing. e. Set GWB to provide gapped joints indicated; and set over strips of insulation or stuff with insulation to serve as back-up for caulking. f. Caulk all perimeter joints and around all penetrations through the GWB the same as specified herein for other work. g. Insulation shall be glass fiber batt or blanket stock, 1" thick,1 .5 lb. minimum density, cut in strips as necessary. • Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 * * * * * 9D-4 GYPSUM WALLBOARD FINISHING - 9E 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. - 2. SCOPE a. This Section includes finishing of all gypsum wallboard, referred to herein as GWB; and related work. b. Other Sections include caulking or sealant for exposed gapped joints shown at metal trim. 3. GENERAL PROVISIONS a. This installation shall be made only by experienced personnel . Application methods shall achieve first quality workmanship and appearance. Surfaces found not in perfect condition shall be repaired or retreated as directed by Architect. b. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. C. Completion: Refer to COMPLETION OF WORK-1J. 4. MATERIALS: Reinforcing tape, joint cement and topping compound shall be standard types conforming to ASTM C 475 and as produced or approved by manufacturer of gypsum wallboard used in the work. 5. FINISHING WORK a. Treatments and Extent: (1) Tape reinforcing and first cementing: (a Recessed tapered) and T&G joints at walls and ceilings, throughout. b) Interior inside) horizontal and vertical GWB corners, throughout. c) GWB joints and corners above finish ceiling lines, throughout. (d) Metal trim edges, throughout. (2) First cementing: (a� Square edge joints, throughout. (b Fastener heads, throughout. (c) Gouges, dents or other damage, throughout. (3MSecondcementing: All first cementing throughout. Toping compound: (a� All cementing at wall surfaces below finish ceiling lines and receiving paint or wall covering. (b) All cementing at ceilings receiving paint. (5) Surfaces smooth throughout; no textures. b. Exposed joints required to receive caulking shall be maintained or cleaned free from cement or topping compounds. C. Arrangements for adequate lighting, ventilation and temperature and humidity control shall be made as necessary. Recommended standard procedures shall be observed. 1033-67 9E-1 of 2 5. d. Mix and apply cement and topping in strict accordance with manu- facturer's instructions. e. Each coat of cement shall be well feathered out and free from ridges or trowel marks before next coat is applied. f. Topping coat shall be well feathered out and free from trowel marks, cracks, ridges, bubbles and other imperfections. . g. When complete, reinspect all surfaces; remove all compound splatters; irregularities; leave free from imperfections and ready for finish painting. Refer to Division I-GENERAL REQUIREMENTS for additional requirements. 1033-67 * rr w * 9E-2 z r t , �'''"t ' '+•'•:"'�4,:,K.N..L ��>.++:"�,. ,1.;tF4 5 .'y t a.•:."',{a. . ss.,:, xaeG�F .-" '' xs 't jr '4 r�t� " ' " ,5 { - " t ` >i. ,L,.. tit' ; 4,•s� hi �.�,�-'�F� .8cr<,..�',+,t�i.��s.�:k�._�t..�t?aXt..L,: :,?.%,�- n"..t,r .. ,,�ut. ..,h!dt3a,. ir. ...,"+ln�>...,".f,...ti.;. . :.�.."..§..:rtr t�.,ut.,r-ru",..r.k:h,nr,.-z{. °),-.,.,,_. t. 3.< s.t,.:,,a .'-. TILEWORK - 9F 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes ceramic wall tile; and related work. b. Other Sections include metal lath and scratch coat supporting wall tile; and metal trim dividing tile and terrazzo work. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements under SUBMITTALS -1C: (1 ) Certifications of Materials required as scheduled shall include T.C.A. Master Grade Certificates for all tile used in the work. (2) Extra Materials required as specified and scheduled shall include one standard package for each tile color or color pattern used in the work. b. Standards: (1 ) Tilework materials, installation and workmanship shall be in accord- ance with Tile Council of America, Inc. (T.C.A. ) "Handbook for Ceramic Tile Installation, 1969", including USAS, ASTM and other Standards referred to therein; as applicable to the work required. (2) This Section shall supplement said standards; exceptions thereto shall be only as shown or specified. c. Refer to drawings for locations, details and full extent of tilework required; furnish and install all materials necessary for complete installation. d. Prior to start of work, examine surfaces receiving tilework; start of work shall signify acceptance of surfaces as satisfactory to achieve proper installation as intended herein. 4. MATERIALS a. General : (1 ) Refer to requirements under Materials- 18. (2) Ceramic Tile shall conform to F.S. SS-T-308b. (3) Colors shall be as selected by Architect. Allow for different colors at different spaces, except only one color or color pattern will be required for each tile type at any one room. • (4) Include all trim shapes necessary to complete the work shown and specified. 1033-67 9F-1 of 3 4. a. (5) Horizontal edges and corners and vertical salient (outside) corners shall be radius or bullnose units; and inside vertical corners and returns square; unless otherwise shown. b. Glazed Tile: American - Olean; Interpace; Mosaic; or equal ; 5" x 4-114" typical field size, square edge with integral spacing lugs, satin glaze series ceramic tile; with trim units as required. c. Portland Cement: ASTM C 150, Type II, grey. d. Sand: ASTM C 144, well graded from No. 4 and No. 200 sieves. , e. Lime: ASTM C 206 or C 207, Type S. f. Water: Clean, potable, from domestic supply. g. Admixture: Berylex, Horn, Sonneborn, or approved equal waterproofing agent; for all cement mortar beds. h. Pigment: Finely ground mineral oxide, guaranteed non-fading and unaffected by lime, cement or weather; in hues and quantities re- quired to match approved color samples. i. Cleaner: Scotchway Wax Products Co. , Scotchway Cleaner, or approved equal . 5. INSTALLATION - GENERAL a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS- 1F. b. Contractor shall be wholly responsible for all handling, mixing, proportioning, curing and other operations necessary to achieve complete, sound and durable work. c. Proprietary Materials: Store, handle and apply only in strict accordance with manufacturer's instructions. d. Cut the edges shall be ground and rubbed smooth. e. At penetrations, neatly cut tile to avoid irregular appearances; completely seal around all exposed and concealed penetrations. f. Patterns: All tilework shall be in checker board, through-joint patterns with joints normal to building lines, unless otherwise specified. g. Exposed surfaces adjacent to this work shall be kept free from tile- work materials; surfaces stained or damaged by this work shall be repaired and restored to original condition as directed by Architect. 6. WALL TILE a. Tile: Glazed wall tile. b. Mortar: Cement type. c. Grout: Cement type. d. Installation: T.C.A. Spec, No. 207. ; ,.1033-67 4F-2 7. COMPLETION a. Completion: Refer to COMPLETION OF WORK -1J. b. Clean all tile. Inspect all joints and repoint or regrout as necessary. Discolored or improperly made joints shall be re- paired as directed. Reclean as necessary. -� c. After completion, tilework shall be in perfect condition. Tile found chipped, cracked, stained, hollow sounding when tapped, loose or otherwise damaged or improperly set shall be removed and replaced, using new matching material as directed by Architect. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 9F-3 st3 }t` ?;:°��� TERRAllO - 9G 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE '! a. This Section includes terrazzo floor and base finish where w� scheduled; and related work. b. Other Sections include construction of surfaces receiving or supporting this work; waterproofing membrane; and plumbing work. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements under SUBMITTALS-1C. (1 ) Material/Color Samples required as scheduled shall be 8" x 8" minimum panels showing colors and finishes for terrazzo work, based on selections as directed by Architect. b. Standards: (1 ) Terrazzo materials, installation and workmanship shall be in accord- ance with the latest specifications, details and technical data of The National Terrazzo a Mosaic Association, Inc. , referred to herein by NTMA, including ASTM and other standards refferred to therein, • as applicable to the work required. (2) This Section shall supplement said standards; exceptions thereto shall be only as shown or specified. c. Refer to drawings for locations, details and full extent of terrazzo required; furnish and install all materials necessary for complete installations. d. This installation shall be performed only by personnel trained and experienced in the respective types of work required. a e. Prior to Commencing Mork: Refer to GENERAL TECHNICAL PROVISIONS-1F. f. Protect adjacent work as necessary; exposed surfaces or finishes CL damaged by use of materials or operations under this Section shall A , be repaired or ,replaced as directed by Architect, without added cost to Owner. oc W F- W O► 1033-67 9G- 1 Of 3 4. MATERIALS a. Refer to requirements under MATERIALS-18. b. Portland Cement: ASTM C 150, Type I; white or gray as required to match approved samples. c. Sand: ASTM C 33. d. Water: Clean, potable, from domestic source. e. Marble Aggregates: Standard domestic quarry products; 1/2" max, sizes; colors and gradation as required to match approved samples. f. Pigment: Commercially prepared ground mineral oxide guaranteed color fast and unaffected by lime, alkali or weather; in color required to match approved sample panels. g. Divider Strips: (1 ) White metal alloy; Manhattan; American; or equal . (2) Field Dividers: Light Top style; 14 gunge by 1-1/4" depth. (3) Edging Strip - for transitions to resilient flooring: 1/8" top width with screed strip recessed 1/8". (4) Base Strip - below wall tile: One-leg style bead, Flush type: 14 gauge, in depths necessary for the work required. (5) Base Strip - elsewhere: One-piece style, Projecting Type, 14 gauge in depths necessary for the work required. (6) Base Dividers: Shaped to suit base designs shown or specified; 14 gauge, with 1" radius cove. N (7) Complete with aligning and anchoring devices and fastenings. h. Cleaner: Commercial neutral liquid type especially prepared for terrazzo work. i . Seater: Commerical penetrating type; free from harmful alkali or acid content; expecially.prepared for terrazzo work. ,CL J. Cleavage Membrane: 4 mil polyethylene; 15 lb. type roofing felt; x or standard building paper. k. Reinforcing: ASTM A 185, 16 gauge, 2" x 2" mesh, galvanized. oc }- 1033-67 9G_2 5. DIVIDER STRIPS ANIL a. Provide in layouts to meet specified requirements, except as shown; all joints fully butt and accurately aligned. b. Perimeter Strips: Continuous field divider strips around each space uniformly spaced at not over 6" from finish wall surfaces. c. Field Strips: Continuous and uniformly spaced between perimeter ' '' strips; not over 48" centers, each way. " ' ' d. Base Strip: Continuous for extent of base required; water-leveled with nose 6" above higest point of adjacent finish floor. e. Base Dividers: One unit each field divider strip location; set plumb. 6. PLACED TERRAllO FLOORS a. Installation shall be in strict accordance with NTMA Specification for Sand Cushion Terrazzo, Articles 1 .9 through 1 .16, inclusive, except as specified; and shall be guaranteed in accordance with Article 1 .19. (1 ) Provide clevage plane of sand and membrane over waterproof membrane installed by others. (2) Topping for floors shall be 1/2" thickness. (3) Finished surfaces shall be polished and shall match approved sample panel . 7• PLACED TERAllO BASE a. Installation shall be in strict accordance with NTMA Specifications for Poured In-Place Terrazzo Base, Articles 1 .1 through 1.6, inclusive. (1 ) Base shall be 6" high, with 1" radius cove to floor, unless other- wise shown. (2) Finished surfaces shall match adjacent floor finish. 8. COMPLETION a. Clean, seal and protect terrazzo floors and bass per referenced standards. Do not wax terrazzo surfaces. b. Completion: As specified under COMPLETION OF WORK-1J. qr W F- ID► Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 9G-3 RESILIENT FLOORING - 9H 1 . Refer to SPECIAL CONDITIONS Article SCI a for general and technical specifications applicable to this Section. ,41 2. SCOPE a. This Section includes resilient flooring; top set base; and related work. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements under SUBMITTALS - 1C. (1 ) Extra Materials required as specified and scheduled shall include: (a) Two boxes for each pattern and color of tile used in the work. (b) One box for each color of straight base used in the work. (c One box for each color of premolded outside base corner units used in the work. b. This installation shall be made only by personnel trained and exper- ienced in this type work; and in consultation with and under supervision of the flooring manufacturer's. 4. MATERIALS R. = a. General : Refer to requirements under MATERIALS - 1B. b. Vinyl Asbestos Tile: F.S. SS-T-312, Type IV, except as follows: (1 ) Size: 12" x 12", with a manufacturing tolerance not exceeding plus or minus 0.016 inch per foot. (2) Thickness: 1/8", with a namufacturing tolerance not exceeding plus or minus 0.005 inch. (3) Stability: Changes in lineral dimensions of tile as installed shall not exceed 0.024 inch per foot when tested in accordance with Federal Test Method Standard 501 . (4) Patterns: Flintkote "Classic"; Azrock; or equal ; in full range colors selected from manufacturer's standard palett. Allow for selection of three colors for use throughout project. One color only will be used in any one space. c. Top-Set Cove Base: F.S. SS-W-40a, except as follows: (1) Type II, Molded vinyl, top-set style B, premolded. outside corners and premolded end stops for trimless openings. (2) Size: 0.125" min. thickness; 4" high, unless otherwise indicated; 48" min. cut lengths or standard roll lengths. (3) Color: As selected from manufacturer's standard full range palette. 1033-67 9H - 1 of 2 4. e. Floor Fillers, Cleaners: Type specifically designed for use and condition, and as produced or approved by tile and base manufacturer. I� f. Metal Edge Strips: Extruded aluminum of suitable standard pattern; with concealed fastenings; in single lengths without intermediate Joints where possible. 5. PREPARATION Fill , patch or treat receiving surfaces as necessary to provide smooth, level and clean substrata for the work. 6. TILE FLOORING AND TOP-SET BASE a. Prior to Commencing Work: (1 ) Refer to GENERAL TECHNICAL PROVISIONS - 1F. (2) Building shall be enclosed and heated; install work only when ambient temperatures are within extremes permitted by manufacturer. b. Set floor the in a pattern centered on both axes of room, all joints parallel or perpendicular to such axes, and such that periphery tiles shall be larger than half-width. Tile grain patterns shall be as directed by Architect. t = c. Set each the in a full bed of adhesive, all joints tightly butted and meeting at a point. Offsets in joint lines will not be permitted. Remove all excess adhesive as the work progresses. d. Set base with wall and floor joints firmly closed, end joints tightly butted and flush, inside corners accurately mitered, top edge of base perfectly straight and level. e. Install metal edge trim as all exposed edges of the flooring not otherwise received by other flooring, base or walls. Set to straight lines; joints neatly butted; securely fastened to subfloors. Locate centered on doors or door opening, unless otherwise shown. 7. COMPLETION a. Refer to COMPLETION OF WORK - 1J. b. Dry clean all floor, and base immediately after installation. Just prior to acceptance of the work, throughly clean all resilient flooring and base and mechanically polish. Refer to Division i-GENERAL REQUIREMENTS for additional requirements. - 1033-67 * * * * * 9H=2 PAINTING - 9 T 1 • Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE - �- a. This Section includes: (1 ) Finish painting of interior and exterior work as specified, shown or scheduled, except as specifically omitted. (2) Finish painting of existing surfaces damaged by work under this Contract, to extent specified; (3) Prime painting as specified, except as specifically omitted or furnished under other Sections of the work; (4) Piping identification; and (5) Preparation, cleaning and related work. b. Various other Sections include bright, anodized, natural or factory finishes which will not require finish painting; and various other Sections include or do not include prime painting of surfaces which require finish painting. Examine and explore all drawings and specifi- cations to determine exact extent of work under other Sections in relation to work required under this Section. gam. c. Other Sections include shop finishing of stain grade cabinetwork and factory finishes as specified. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS - 1C: (1 ) Material/Color Samples required as scheduled shall be as follows: (a) Before preparation of any finish materials required for this work, submit six (6) sets of samples for each color and texture required. (b) Samples for paints shall consist of 8-1/2" x 11" lightweight card- boards, sealed as required, and finished to the required colors and textures. (c) Samples for stain work shall be similarly prepared, except using wood of species matching that used in the work. (d) Sample colors shall be based on the color numbers, chips or descrip- tions furnished and scheduled by the Architect at a time following commencement of work under this Contract. (e) Colors selected may be of different hues for different spaces and different types of surfaces. (f) Additional samples shall be prepared and resubmitted as required until the colors and textures are approved by Architect. (2) Extra Materials required as scheduled shall include one (1) gallon of each color and type of paint used on finish coat in the work. Each unit shall be same color mix as used and shall match those materials in every respect. b. Final colors in the work shall exactly watch the color and texture samples as approved by Architect. 1033-67 9I 1 ,of 3. c. Approval of colors and textures shall in no way waive other require- ments of this Section. d. Before Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-IF. 4. INSPECTION a. An authorized representative of the manufacturers of the approved finish materials used shall inspect the work and materiels at the site at least twice during the progress of this work. Said represen- tative shall report his findings to the Architect. b. All painting shall be subject to inspection by Architect at all times and each coat at each location shall be approved by Architect prior to proceeding with subsequent coats. c. Surfaces found improperly prepared, primed or finished shall be refinished as directed by Architect. 5. STORAGE a. Paint materials and tools shall be received, stored, opened and mixed - only in the areas specifically designated by Architect. b. All precautions shall be taken to prevent fire; all as required by code and good judgment. Rags, waste and similar hazardous items shall be removed from the project at the end of each day's work, unless properly stored in metal containers with tight-fitting metal covers. Excessive accumulations of such materials will not be permitted. c. All areas used for paint storage of other painter's work shall be left in an absolutely clean condition when vacated. Paint or thinner spills or other damage to floors or walls shall be repaired as directed by the Architect. 6. PROTECTION AND CLEAN-UP a. Protective work required under FINISH CARPENTRY and ALUMINUM WORK Sections shall be in place prior to commencement of painting. b. Finished surfaces, hardware, glass and other work shall be protected against damage by painting work. Furnish and install all temporary drop cloths, wall coverings and other work as necessary. c. Any work installed under other Sections which is damaged by painting work shall be repaired or replaced as directed by Architect. d. In the event that a finish coat of paint or other finish - applied before other trades have completed their work - becomes marred, scratched or otherwise damaged, said surface of finish shall be refinished as work included under this Section. ie. Waste and debris caused by work under this Section shall be periodic- ally and regularly removed from the work areas as the work proceeds, 1033-67 9I-2 7. PREPARATION OF SURFACES a. Surfaces receiving prime or finish paint shall be in proper condition or properly perpared before commencing application work. b. Surface irregularities shall be repaired using: , v (1 } Hard-setting metallic filler for metal surfaces; 2 Tinted wood filler for stained woodwork; or (3) latex spackling compound for other interior surfaces. c. Rough or grainy surfaces and surface repairs shall be sanded as necessary for proper condition and appearance, excent where rough materials are called for. Stain and lacquer work shall be smoothed using fine garnet sandpaper or steel wool . d. Steel and Iron: Clean free from all grease, dirt, rust and scale as necessary to produce a satisfactory surface for painting. e. Galvanized Metals: Thoroughly clean free from grease, oil or other matter using mineral spirits and wiped dry. Thereafter, pretreat using Yosemite Chemical Co. "Galvanprime", or equal , galvanizing etch material approved by paint manufacturer and Architect, applied in strict accordance with manufacturer's instructions. Keep solu- tions free from hardware and other operating devices. t f. Ferrous Handrails, whether galvanized or not, excluding posts and intermediate rails, shall be sanded before applying any paint. g. Canvas, pipe insulation or other porous materials shall be sealed prior to painting using appropriate materials. h. Concrete surfaces shall be wire brushed and wiped as necessary to remove laitance and loose materials, or otherwise treated as necessary to achieve proper surface conditions. i. Sanded or dusty Surfaces shall be wiped free from loose particles. 8. APPLICATION a. Materials shall be applied by skilled and exoerienced painters and by methods and procedures which achieve first quality work- manship. Each coat of prime or finish paint shall be applied at proper consistency and brushed out evenly, free from sags, runs, drips, brush marks, thin spots or other irregularities. Textures and texture-like finishes shall be uniform in appearance throughout the work. b. Changes in colors or textures shall be made in neat, straight cut-off lines and shall occur only in corners or natural breaks, unless specifically indicated otherwise. c. Spray Painting shall be limited to lacquers and synthetic enamels, except such other work as may be allowed by trade agreements, provided that methods and procedures are specifically approved by Architect and that adequate protection of adjacent work is furnished. All cut- off lines at spray painting shall be as specified for brush work. 1033-67 9I-3 ..x ...... .. .� f'ri. .l ., .i .. .... :t..� a i e . R,. n .✓ ... w ... .. .'�f tur. t: +. x.... t. .t ,.r. . 8. d. Painting shall not proceed during weather which may be detrimental to the work nor when the prevailing temperature conditions exceed the extremes allowed by manufacturer of material being applied. A e. Wet or Damp Surfaces: Throughly dry out before applying any coat nn. of paint or finish, dry each coat before applying subsequant coats. f. Arrange for or provide adequate heating and ventilation as required. 9. PRIME PAINTING a. Surfaces shown, scheduled or specified for finish painting shall be prime painted work under this Section, except where priming is specifically included or provided under other Sections. b. Exception: Hollow metal work and ferrous railings shall be prime painted in addition to the factory priming. c. Prime painted surfaces found damaged, stained or with foreign matter shall be cleaned and touched up as necessary. d. Succeeding coats shall vary in shade from previous coats. 10. FINISH PAINTING a. Interior finish painting shall include, but is not limited to: (1 ) New surfaces erected under this Contract, except where pre-finished. (2) Finishing of custom cabinetwork. (3) Restoration of existing work as specified. (4) Wall surfaces behind tackboards, cabinets and like items as may occur in the work. Finish surfaces the same as for exposed adjacent surfaces, applied before installation of said items. b. At finish rooms, all exposed panels, cabinets, ducts, conduit, pipe and secondary items, whether factory finished or not, shall be finish painted as directed to achieve completely coordinated color schemes throughout each finished area. v+ c. Exposed heating and ventilating registers and grilles at walls and ceilings shall be finish painted as specified above and prior to installation. Receive and protect said items at jobsite until o, returned for installation under Division 15. A d. At storage rooms, janitor, mechanical and like utility areas, all exposed panels, cabinets, ducts, conduit, pipe and secondary items shall be finish painted, except where factory finished, plated or d otherwise protected with a permanent metallic coating. e. Brush applied wall finishes, except specified stipples, shall be immediately rolled, using fine rollers, sufficient to achieve a fine stipple-like finish free from brush marks. 1033-67 91-4 10. f. Specifically omitted from finish painting: (1 ) Plenum spaces above suspended ceilings, inside duct shafts and like permanently enclosed spaces, except priming as specified for concealed metals. Factory shop and prefinished materials and equipment, except as specified under Paragraph c. , above. 11 . MATERIALS - GENERAL a. Each paint system used shall comprise prime, intermediate and finish coats of specification grade materials which are products of a single primary manufacturer. b. Number of coats scheduled for the various systems are the minimum required for protection or service; additional material shall be applied when necessary to achieve a completely acceptable appearance. c. Primary manufacturer shall be one of the following: �.. Fuller-O'Brien Corp. DuPont de Nemours Martin-Senour Co. National Lead Co. Pratt & Lambert, Inc. Sinclair Paint Co. and others as may be scheduled or approved equals, as approved by Architect. d. Paint material numbers and descriptions used herein are those of W.P. Fuller Co. , and are used for convenience only, to designate the type, grade and quality of materials required for the work. Numbers- indicate finish types or series required; colors shall be as selected and approved by Architect. e. Thinners, driers and other subsidiary items shall be as manufactured or approved by primary paint system manufacturer. f. Deliver products to site in original containers as factory sealed and with labels intact. g. Paint, varnish and stain shall be used as manufactured; thinning will not be permitted only as allowed by manufacturer for a specific purpose. 12. PIPING a. Piping exposed at interior rooms or spaces shall be pointed to match adjacent surfaces as directed by Architect. b. Piping identification is included under another Section. 1033-67 9I-5 13. EXISTING WORK a. Existing walls, partitions, ceilings and other surfaces damaged and/or repaired by work under this Contract shall be completely re- finished as work under this Section. Paint systems used therefor shall be compatible with adjacent existing work and comparable to the systems specified herein for new work. This painting shall be carried over entire surface and up to a natural break line to achieve completely finished appearance at the existing areas. 14. INTERIOR FINISHES Material Coats Series No. Description a. For Toilet Rooms only: (1 ) Metal b Trim 1 121-00 Metal primer 1 211-xx Gloss Enamel (2) Plaster 1 220-06 Wall primer and sealer 1 220-06 Wall primer and sealer tinted 1 219-08 Gloss Stipple b. For Storage or Utility spaces, not otherwise scheduled: (1 ) Plaster b 1 220-06 Wall primer and sealer Concrete 1 209-01 Flat Stipple (2) Drywall 1 220-22 PVA Sealer 1 220-06 Wall primer and sealer 1 209-01 Flat Stipple c. Finish Spaces elsewhere: (1 ) Plaster b 1 220-06 Wall primer and sealer Concrete 1 220-06 Wall primer and sealer tinted 1 219-00 Semi-gloss Stipple (2) Drywall 1 220-06 Wall primer and sealer 1 220-07 Enamel Undercoater 1 211-XX Gloss Enamel d. Ferrous Metal Doors and Frames, not otherwise scheduled: 1 121-00 Metal Primer 1 220-07 Enamel undercoater tinted 1 213-XX Semi-gloss Enamel e. Galvanized Metal : ,■� 1 220-22 P.V.A. Sealer ! 1 220.07 Enamel undercoater tinted 1 214-00 Semi-gloss Enamel 1033.67 91-'6 a.r'm t Material Coats Series No. Description f. Stained Wood: 1 ------ Stain as selected 1 222-01 Clear Sanding Sealer 1 251-03 Gloss Lacquer 1 38-F-24 Clear flat lacquer g. Painted Wood: 1 220-07 Enamel Undercoater 1 Mixture of Undercoater and Finish , 1 213-XX Semi-gloss Enamel h. Drywall Surfaces Receiving Wall Covering: 1 220-22 P.V.A. Sealer 1. 48" High Painted Wainscot for Mechanical Room: (1 ) Plaster & 1 220-06 Wall primer and sealer Concrete 1 209-01 Flat Stipple j. Existing surfaces requiring refinishing as specified herein: 3 coat work as approved by Architect. 15. MECHANICAL & ELECTRICAL EQUIPMENT AND PIPING: a. Insulated piping and ducts: (1 ) Interior 1 263-XX Acrylic latex b. Galvanized piping and ducts: (1 ) Interior 1 220-22 P.V.A. Sealer I 262-XX Flat latex c. Equipment and Machinery: (1) Interior 1 121-00 Metal Primer I Mixture of primer and enamel I 112-XX Heavy Duty Enamel Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 , * * * 9I-7 - WALL COVERING - 9J I . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes wall covering; and related work. r b. Other Sections include construction of surfaces supporting this work; and prime painting of substrate surfaces. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS - 1C. b. This installation shall be performed only by personnel trained and experienced in the respective types of work required. c. Refer to drawings for locations, details and full extent of work required; furnish and install all materials necessary to complete the work. d. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instructions in advance of adjacent work or installa- tions as necessary. 4. MATERIALS a. General : Refer to requirements under MATERIALS - 18. b. Fabric: F.S. CCC-W-408, Class 1 , Type I, except as follows: (1 ) Frame Spread: Not exceeding 25, per Article titled Fire-rated Work under CODES 6 STANDARDS - 1D. (2) Weight: 24.0 ounces, min. per lin. yard, 54" wide. (3) Pattern: L.E. Carpenter Co., Vicrtex V 270 quality to match existing. (4) Colors: As selected; allow for three colors throughout project as selected from manufacturer's standard full color range. c. Adhesive shall comply with manufacturer's instructions applicable to the work required and conditions encountered. 5. INSTALLATION a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS -1F. b. General: i (1) Backing surfaces shill be clean and free from dirt, dust, hardened or sticky compounds or other debris and foreigh matter. 1033-67 9J - 1 of 2 5. b. (2) Examine substrata and prime painting; test any doubtful conditions ® as necessary to determine suitability for proper adhesion. (3) Sand, touch-up or otherwise treat as necessary to achieve smooth and durably bonded work; all as work under this Section. (4) Protect adjacent work as necessary; exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost to Owner. c. Installation Characteristics: (1 ) Wall covering vertical throughout, with all sheets in single length for full wall or panel heights and without intermediate corss joints and with joints laid out symectrical about center line of each wall or panel area and such that extreme end sheets are not less than one-half standard sheet width. (2) Intermediate joints shall be butt joints, flush and plumb throughout; edge joints accurately scribed to abutting trim or intersecting surfaces. (3) Joints at corners not permitted. Where wall covering turns either an inside or outside corner, locate joints 3" min. to one side "" of the corner. • (4) When complete, wall covering surfaces shall be smooth, flat, tightly bonded and free from air pockets, bumps, wrinkles, warps, sags or otherwise imperfect. (5) Finish surfaces shall be flush across intermediate joints; all joints shall be closed and free from gaps, overlaps, ragged cuts or other undesirable effects. d. Completion: As specified under COMPLETION OF WORK - 1J. • Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. Q 1033-67 * * * * * 9J-2 FIREPROOFING REPAIR - 9K 1. Refer to SPECIAL CONDITIONS Article SC l for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes repair of existing sprayed plaster fireproofing whereremoved or otherwise damaged by work under this Contract; and related work. b. Refer to Drawings and other Sections of these specifications for the extent of removal of existing sprayed fireproofing required and which is required to be repaired as work under this Section. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS-IC: (1 ) Material List required as scheduled shall include a statement from the Contractor certifying that the materials proposed for the repair work have been determined compatible with the existing aprayed fireproofing materials. Srr.F..'j b. Protection: (1 ) Work required at existing finished areas shall be performed carefully iand as necessary to avoid unnecessary damage. (2) Protect adjacent new or existing work as necessary. Exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost to Owner. 4. SPRAYED FIREPROOFING a. Material shall be an approved plaster meeting specified requirements and which has been determined by Contractor as compatible with the existing fireproofing materials. b. Sprayed fireproofing for this work shall conform to U.L. Fire Resistance Classification File No. 40 U18 as applicable to the type of material used and ratings required. c. Sprayed fireproofing shall be applied to the thicknesses and ratings equal to the existing like materials where the repairs are required to be made but not less than the following: If Required At: Total Thickness Rating Columns above ceiling lines: 1-7/8" 3 Hour Girders; main beams framing to columns: 1" 3 Hour All other- framing members: 3/401 2 Hour Underside of metal decking: 1/241 2 Hour 1033-61 9K-1 of 2 4. d. This work shall be installed at times required; after completion of the work required to receive fireproofing repair and prior to enclosure or concealment by ceilings or other construction. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. r 1033467 9K 2' \y F`4 t � zr4 C }F .. c ., ., � i t 1 Y y tr r{ ,i 7 " . 1 h; t��� x Zr, it � ^�2 u r T.•i i . �,•?:a.� „+.-t,�a. x. zi �F z �,.. (_i� v N s' 'ik�.� ',t'`°. Y. .�, ..r. 2- .=i 1ra� fe.. ,.a'xiK>C Fs.t t-_.s rr° f.._ � a i'k. t .� !,' �1{T�, _s,..s�' ? Y: �-2, t -s .^,<+ '-.t: -�.:.rt`°�i.Cr`{��,r .s-at'.'I� -1 ,.�1� t Y.:�-. y ,ny_ C.s r rh; f.•;i, F.: 1) �� t...ti��.ugh ri{ t r. ..W rw a ,, vy t�{ �� 5•. C 3 3 �.x� :.+i`f,e�,t s ..z1¢, '• � .. �✓t�,l� ;.d t-•..,•. si z4.Y.-;rx's r .� by •t.°•"" y Y �.ht�+1",r.,fie 1. iJi 9P ,fi. �, -��� ,� T+'��{� �� Y; �v":,r �"m r �"��Se�':atts ti.t: �mtr"%, .1'(��r� � r2�` .��` k �..•�-Sg� ' cL� "��,. r}j 'S��'"°5�riz 6 ', i a t,+�� �'M�l� H ;¢KFS!'!�``�"• 3a'�' '� �,ha [ ., 4,.,, F � x, ',�,'F i,;�''+!W o���' L'a' .� � � S{`.��",r:. �"'rS^ �'y ��+�u�77; '�8(iS-rY,�t�.[�.L{���.'4r+t��., METAL PARTITIONS - 10A lei 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE P. AMA a. This Section includes toilet compartments; and related work. b. Other Sections include special accessories, except as specified. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS - 1C. b. This installation shall be made only by authorized representatives of the approved manufacturer. 4. METAL PARTITIONS a. General : Refer to requirements under MATERIALS - IB. b. Toilet Compartments: (1 ) Type: Flush panel , floor supported, overhead braced; Global Embassy series; Sanymetal ; or equal . (2) Panel Faces: Stretcher leveled prime quality steel , galvanized. (3) Partitions: 1 inch thick, 20 gauge min. faces. (4) Pilasters: 1-1/4" thick, 20 gauge min. faces. (5) Doors: 1 inch thick, 22 gauge min. faces. (6) Match-mate face panels and weld together. (7) Sound deaden all panel cores and doors. (8) Trim partition and door nanel edges using 18 quage oval sections; reinforce corners using stainless steel matching sections; all secured with concealed fastenings or methods. (9) Internally reinforce for surface mounted accessories. c. Stirrup and Wing Brackets and Angles: Cast non-ferrous alloy US 26. d. Shoes: Stainless steel ; at each pilaster. e. Hardware: Standard types, including gravity or torsion hinges, bump- ers, keepers, and coat hooks: US 26. f. Fastenings: Theft-proof type, US 26. g. Equip pilasters with standard concealed anchor devices especially designed for leveling and achoring units to structure, with lock- nuts for threaded studs. 1033-67 IOA- 1 of 2 4. h. Panel Finish: Prime painted and two enamel finish coats; each sprayed and baked, all in accordance with manufacturer's standard process. i . Colors: Allow for two standard palette colors as selected. 5. INSTALLATION a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS -1F. b. Install per approved layouts. Doors shall be plumb in all positions with not more than 3/16" clearance from pilasters; adjust to stand open at approximately 30 degrees from pilaster face when unlocked, and all tops to same level when closed. c. When complete, all parts shall be in perfect condition; damaged work shall be removed and refinished or replaced with new materials to meet specified standards; job repainting will not be permitted. d. Completion: Refer to COMPLETION OF WORK -IJ. 6. PURSE SHELVES Provide one purse shelf each metal partition compartment at Women's toilet rooms; of manufacturer's standard type; shelf size approximately 5-1/2" x 13-1/4" ; with polished chrome plated, spring loaded, up-acting shelf supported by a cast metal bracket; mounted at front edge of divider partition at latch side of compartment. Refer to Division 1-GENERAL REQUIREMENTS for additional requirem6nts. • 1033-61 * * * * * 10A-2 .0 ypi MY� ,c_rs.P>Il,,..w,xa.�'jy"'t w.,__. P u.'. ..-z fi fs^.r..I�Y K.d,x.• �I�...x .,-*f,�+, t i .s.a,. ,. ,a 3. .,_L a ».p,+.d.�..,^...Ri .. �k ,. . .a - ,_ .. ..._. ,.. FOLDING PARTITION - 108 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. r 2. SCOPEfir_ a. This Section includes interior vinyl fabric, manually operated folding partition; and related work. b. Other Sections include framing supporting folding partition track; and adjacent trim. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements of SUBMITTALS - 1C. (1 ) Shop Drawings required as scheduled shall include complete details for installation of partition and requirements for supporting construction. b. This installation shall be made only by personnel trained and experienced in the types of work required and under direction and supervision of an authorized manufacturers representative. 4. FOLDING PARTITION a. Type: Newcastle Products Inc, Modernfold, Sound master 240 series • conforming to manufacturer's currently published catalog specifications Form No. 1520; Hufcor; or equal . (1 ) Fabric: Modernfold Cord Mesh 48, in color as selected from manufacturer's standard range. (2) Track: 14 gauge, as shown with ceiling contact guard. (3) Hardware: Natural anodized aluminum finish where exposed. (a) Standard latch b Standard lead post. b. Opening dimensions shall be as shown on drawings; verify at job site before proceeding. 5. INSTALLATION a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS -1F. b. Protect adjacent work as necessary; exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Contractor, without added cost to Company. c. Install in strict accordance with approved drawings and manufacturer's instructions; adjust all operating parts and hardware as necessary for smooth and easy opening. • d. Completion: Refer to COMPLETION OF WORK -1J. Refer to Divisional-GENERAL REQUIREMENTS FOR ADDITIONAL REQUIREMENTS. 1033-67 108 - 1 of 1 CHALKBOARDS & TACKBOARDS - 10C 1. Refer to SPECIAL CONDITIONS Article SC1 for general and technical specifications applibable to this Section. a 2. SCOPE a. This Section includes fixed, wall mounted chalkboard and tackboard ri , units; and related work. ° b. Other Sections include construction supporting chalkboard and tackboard units, including backing plates and finish painting of wall surfaces prior to installing chalkboards and tackboards. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements under SUBMITTALS -lC: (1 ) Shop Drawings required as scheduled shall include complete assembly and mounting details, elevations and location schedules. (2) Special Guarantee required as scheduled shall warranty chalkboards for life of installation against fading, glassing, warping, delamination k cracking or other defects in the surfaces other than due to misuse and normal wear and tear. b. This installation shall be made only by personnel trained and experienced in this type work and who are authorized representatives of the manufacturer's of the approved assemblies. c. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instructions in advance of adjacent work or installations as necessary. 4. MATERIALS a. General : Refer to requirements under MATERIALS 1B. b. Chalkboard: Nelson-Adams Co. , Naco Porcelain Steel , Series 550A with modifications; Son-nei ; or equal . (1) 1/4" tempered hardboard backing, in single piece without joints, and in standard colors as selected. (2) Extruded anodized aluminum frame, map rails and modified chalk tray CRC-4B. c. Tackboard: Nelson Adams Co. Naco; Sonnel ; or equal ; as follows: (1) Naco Nassau Vinylcork, 1/4" thick, with 1/4" tempered hardboard backing in single piece without joints, and in standard colors as selected. (2) Naco Type C-1 frame, extruded anodized aluminum finish. d. Sizes and location of units shall be as shown. 1033-67 10C- 1 of 2 5. FABRICATION & INSTALLATION a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. b. All frames shall be shop fabricated and assembled with tightly butted hairline joints; panels neatly fitted. c. Fastenings shall be non-ferrous or cadmium plated, flat head type "o" and countersunk, uniformly spaced at not more than 24" centers. d. Protect adjacent work as necessary; exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Constructor, without added cost to Company. e. Units shall be installed indicated and set plumb and level and rigidly secured to structure, all working parts adjusted to operate smoothly. f. Following installation, break-in chalkboard in strict accordance with manufacturer's instructions. g. Completion: As specified under COMPLETION OF WORK -1J. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 * * * * 0C- 2 hr i r tf 1 7 kt�xi'7 .'",a�ue+'f. `fit i,,.r#* ue, T 5 *, x Y2 #a F it'5'F •..k'-SSS` r!,}. .; Si f :. r -',.FS *r. s ',,{ t z s.r dx 7i ,S, +i P t. DIRECTORY - 10D 1. Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE AM a. This Section includes one interior directory as specified, delivered to jobsite for installation as included under FINISH CARPENTRY-6B; and related work. b. Plastic letters will not be required as work under this Section. 3. GENERAL RROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-1C. { 4. DIRECTORY a. Directory shall be a standard catalog type; shall be first quality materials and workmanship; and shall be factory fabricated, assembled and finished, in accordance with the manufacturer's standard and regular processes. b. Type: Surface mounted, non-illuminated, complete with glazed door, heading bar and letter background; Tablet & Ticket Co. ; or equal . RAVaTk C. Type: Style No. S-186, Delux Construction, single inset type door, with heading bar above door; 36" x 48" size. d. Frame and Door: (1) Combination type No. 353-E extruded aluminum sections, satin anodized finish in natural aluminum color. Outer Frame: 1-1/2" face, 1-1/2" return. f 3 Door: l" face; mounted on continuous stainless steel hinge; with clear, double strength, A quality glass panel ; and key lock keyed as directed. e. Heading Bar: White letters reading DIRECTORY on black card. f. Background: Removable type, one-piece black, grooved for 1/4" change- able plastic letters to match those used in existing directories on premises. g. Directory Letters: (1) Type: Molded plastic changeable letters with double flanges for 1/4" grooves, Gothic in character; (2) Furnish 10 of each letter of the alphabet and numbers 0 through 9 in each of o/4", 3/81', 1/2" and 3/4" sizes in the series S-200. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. r • 1033-67 * * * * * IOD-1 of 1 P, ROOM SIGNS - 10E 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes furnishing interior signs and numbers, delivered '"°`�` to jobsite at times required for installation as included under FINISH CARPENTRY Section, Division 6; and related work. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements under SUBMITTALS -1C: (1 ) Material/Color Samples required as scheduled shall include aluminum colors and letter and numeral styles, and colors. (2) Shop Drawings required as scheduled shall be a complete schedule, for all signs and numbers; which shall be approved by Architect prior to start of manufacture. b. Include all installation materials and devices as best suited to each condition. c. In order to achieve unity and consistency for work under this Section, all materials furnished shall be the products of a single manufacturer. 4. ROOM SIGNS a. General : Refer to requirements under MATERIALS -18. b. Type: Supersines Co. , to match existing materials, as follows: (1 ) Raised letters style aluminum signs fabricated from 102 alumilited aluminum. Backgrounds shall be finished in infra-red baked enamel in colors as selected. (2) Letter shall be 314" high ribbon gothic style; without borders. c. Allow for one 4-letter or 4-digit sign per door for all doors throughout project; and in addition, one 10-letter sign for one- half the above number of doors. d. Mounting heights shall be as directed. e. Attachments: (1) Supply toggle bolts as necessary for gypsum board; expansion anchors for concrete; wood screws for doors; all as approved by Architect. (2) Clutch head types in color to match sign body. Refer to Division -1GENERAL REQUIREMENTS for additional requirements. 10E - 1 of 1 PREFABRICATED WOOD CABINETS - 1OF 1 . Refer to SPECIAL CONDITIONS Article SC 1 r for general and technical specifications applicable to this Section. 2. SCOPE a. This Section includes: (1 ) Factory fabricated wood cabinets in various sizes, arrangements, quantities and locations shown, including against-the-wall and free-standing units; (2) Factory finishing and related cabinet hardware and accessories as specified; (3) And related work. b. Other Sections include: (1 ) Wall and soffit construction receiving recessed prefabricated cabi- nets and backing cabinets against walls. (2) Custom cabinetwork and millwork as included under Division 6. �- (3) Top-set base as included under Division 9. (4) Sinks and related fittings and rims , including rough-ins , setting MAA and service connections as included under Division 15. (5) Electrical devices , including youth-ins, installation and service connections as included under Division 16. . 3. GENERAL PROVISIONS a. Prefabricated wood cabinets are referred to hereinafter by "P.W.C. ". b. Submittals - In addition to requirements of SUBMITTALS-1C: (1 ) Material/Color Samples required as scheduled shall include colors available for selection from manufacturer's full range color palette for laminated plastics. (2) Shop Drawings required as scheduled shall include detailed layouts for each cabinet type and cabinet groups. C. This installation shall be made only by an authorized representative of the manufacturer of the approved P.W.C. ; and only by personnel well experienced in the type of work required. d. Verify all related dimensions at the building. Refer to drawings to determine quantities required for each type of installation. e. In advance of wood framing work under Division 6 and lathing and dry- wall framing work under Division 9, arrange for proper location of concealed backing plates or metal blocking necessary for securing this work to back-up walls. f. In advance of fabrication, coordinate details and incorporate modifi- cations, cut-outs or other preparatory work as may be necessary to properly receive adjoining work or work to be set into the P.W.C. work. 1033-67 10F-1 of 5 4. PREFABRICATED WOOD CABINETS a. Refer to requirements under MATERIALS-16. b. P.W.C. shall consist of components which: (1) Are especially designed as a completely coordinated and functional system of cabinets meeting or exceeding all requirements shown or specified. (2) Consist of base wall and island cabinets of essentially manufacturer's standard catalog types as scheduled, except all modifications or variations as shown shall be incorporated; and (3) Are factory fabricated and finished by a single manufacturer regu- larly producing work of the type required. C. Appearance Quality: (1) P.W.G. shall be first quality throughout as applicable to the grades required. Seconds and imperfecta will not be permitted. (2) P.W.C. shall be laminated plastic throughout, with all exposed and semi-exposed surfaces stained and finished in approved color; Tacoma Millwork Supply Co. , Monitor Series 110; Kent Mfg. Co. ; or equal . (3) Minor differences between construction and appearance details of P.W.C. ^ as shown and those of manufacturer's standard types will be permitted providing entire P.W.C. system is approved by Architect. d. Unit Types: (1 ) Unit types, styles and'combinations required are shown. Manufacturer's standard units may be used provided each unit is essentially the same size, type, function and capacity. (2) Each unit shall be complete with all standard major body parts, adjustable shelves, hardware, base levelers and accessory items and shall incorporate all special features shown or specified. e. Quantities: Refer to drawings; provide all P.W.C. and related items in quantities and arrangements as shown. f. Miscellaneous: Provide corner closures and other special items for any non-typical conditions encountered in the work and as necessary to provide completely finished installation. g. Materials, construction, fabrication, finishing and installation shall be in strict accordance with the published specifications and standard processes of the manufacturer of the P.W.C. approved for the work, except as shown or specified, unless otherwise approved by Architect. 1033-67 1OF-2 5. PRIMARY MATERIALS a. Laminated Plastic: NEMA Standard LD 1-1964, as follows: (1 ) Self-edge Counter Tops and Splash: Type 1-General Purpose, 1/16". (2) Formed-edge Counter Tops and Splash: Type 3-Post Forming, 0.050". (3) Class 2 for use at Laboratory B 136; Class I elsewhere. (4) Vertical Surfaces, other than self-edge tops: Type 2-Vertical MIMI, Surfacing, Class 1 , 0.035". (5) Semi-exposed Surfaces: Cabinet liner grade, 1/32", vellum finish. (6) Concealed Backing: Backing sheet grade, 0.020". (7) Gloss finish throughout, except as specified. ft� (8) Colors as selected from manufacturer's full range of plain colors and patterns. (9) Adhesives as recommended by plastic manufacturer as best for the various plastic types and conditions required for the work, except shall be waterproof type only for counter top and splash work. b. Plastic Edging: Eastman high-impact "Tenite"; or equal ; extruded barbed tee and oval edge type, in sizes to suit material thicknesses black throughout; for exposed edges as specified. C. Plywood and Particle Board: (1 ) Types and qualities in accordance with manufacturer's standards , except as specified. (2) 3/411 minimum thickness, unless otherwise shown or specified. (3) Backing for Laminated Plastic Counter Tops: Hardwood plywood only. (4) Surfaces with Plastic Film Finish: Closed grain hardwood plywood. (5) Elsewhere: Plywood or particle board. d. Hardboard Masonite; Georgia-Pacific; or equal ; wood fiber type, tempered, 1/4" minimum thickness. C. Hardware: (1 ) Manufacturer's standard items and types; standard US metallic finish types as selected. (2) Hinges: One pair each door. (3) Pulls: One each door and drawer; two for fume hood vertical sliding panel. (4) Magnetic Catches: One each single door and active leaf at pairs of doors. (5) Drawer Guides: One set each drawer. (6) Shelf Standards: 4 each tier of adjustable shelves. 7� Shelf Brackets: 4 each adjustable shelf. 8 Door Bolts: Surface type on inside face; one each door to 36"; one each at top and bottom each door 36" and higher. (9) Locks: National Lock Co. ; or equal ; No's. 68-053-CF, 68-6705 or 68-057 as required, 5 plate tumbler cylinder lock, one for each drawer,pair of doors or single door. Masterkey all locks and key alike or different in groups as directed by Architect. 1033-67 1OF-3 5. f. Fastenings: Rust-resistant alloy or metallic plated as approved; FH or recessed where exposed and subject to causing injury or damage; with lock washers where used with moving parts. Fastenings in ex- posed surfaces will not be permitted unless particularly approved. mm g. And other materials , fastenings, and accessories shown, specified or required for throughly complete and finished work as intended under these specifications. MW 6. CONSTRUCTION a. Bases: Unit bases , with skeleton frames for supporting counter tops and adjustable metal leveling feet at all corners of each floor mounted cabinet. b. Tops, bottoms, partitions, ends and shelves; Plywood or particle board exposed surfaces as specified, unless otherwise approved. C. Backs: Hardboard or veneered particle board per manufacturer's standard. d. Doors: Flush type unless otherwise shown; both faces veneered to match cabinet body. e. Drawers: "MM (1 ) Fronts: Flush type unless otherwise shown; face veneered to match cabinet body. (2) Sides and Backs: Plywood, 112" thick; sides dove-tailed into fronts ; back tenoned into sides; edged with extruded plastic edging. (3) Bottoms: Plywood, 1/4" minimum. f. Counter Tops , Splash and Rail Caps: (1) Plywood base as specified; with integral or separate coves, returns , splash, and other detail pieces as shown or required. (2) Laminated plastic surfacing in material types shown, specified or approved. (3) Ends, edges, splash and other exposed details surfaced using the same material as for top. (4) Surface tops splash and rail caps using materials in longest lengths practical to minimize imtemediate joints. Joint layouts and locations shall be subject to approval by Architect. g. Laminated Plastic: (1) Corners coved or radius types only where shown; square elsewhere, (2) Square Inside Corners: Butt type; machined square and smooth for neat fit and tight joints. (3) Square Outside Corners: Self-edge type, running edges overlapped and machine beveled smooth. (4) Secure surfacing to cores using adhesive and bond under pressure per manufacturer's standard process. 1033-67 IOF-4 6. h. Plastic Edging: Provide for exposed and semi-exposed edges of shelves , ® partitions and other conditions where laminated plastic veneered and not otherwise required to be radius or self-edged. i . Fume Hood Doors: (1 ) Combination fixed and vertical sliding panels as shown (2) Sliding panel mounted on one pair of stainless steel spring, double hung window type counterbalances in proper size for glazed panel weight. (3) Glass: Clear heavy sheet, B quality, 3/16" thick. j. Finishes: (1 ) Exposed Surfaces, including bottoms of wall cabinets: Laminated plastic veneered as shown or specified. (2) Semi-exposed Surfaces and Utility Shelving: Plastic overlay film conforming to manufacturer's standard process k. Factory or jobsite assembly or erection methods and procedures , protection of materials, and delivery, all shall be Contractor's responsibility and provided as necessary to achieve first quality ' installations as intended under these specifications. L51-7M f. 7. INSTALLATION a. Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-1F. b. Set units in place accurately located, aligned and leveled. Set counter tops water level and to exact heights shown. C. Scribe to floor or walls as necessary. Install fillers at side or between units as required. d. Provide all required connections and anchoring devices. Securely attached adjoining units to each other and anchor all units to floor and wall construction. (1 ) Anchors shall be in sizes, capacities and quantities necessary to pre- vent displacement or overturning of P.W.C. due to seismic forces when under full capacity loading of supplies. e. Each P.W.C. unit shall be complete in every respect; with hardware properly applied and adjusted to operate smoothly and quietly free- from binding, sticking or squeaks. f. Coordinate installations with related plumbing and electrical work. Provide cut-outs and reinforcing as required to receive such related work. g. Upon completion, throughly clean all exterior and interior surfaces and leave ready for use. • h. Completion: As specified under COMPLETION-1J. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-67 w * * * * 10F-5 4 SPECIAL ACCESSORIES - lOG ® 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE R_. a. This Section includes furnishing toilet accessories specified, delivered to 3obsite for installation under FINISH CARPENTRY Section, Div. 6; and related work. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS -1C. b. Supply layouts or templates to Jobsite as necessary for prepara- tory backing work under other Sections. c. Deliver each item to the building in protective packaging, clearly identified as to its usage, manufacture and location for installa- tion in the building. Include manufacturer's installation instruc- tions and all fastenings necessary for complete assembly and installa- tion. d. All keys keyed alike throughout, exeept as specified. 4. SPECIAL ACCESSORIES • a. General : (1 ) Refer to requirements under MATERIALS -1B. (2) Each item shall be designed, constructed, finished and complete with all work and features, per standards of manufacturer's catalog specifications, except as specified. (3) Catalog numbers of certain manufacturer's are given to establish the type and quality required for the particular item. (4) Locations shall be as shown. b. Framed Mirrors: Miami-Carey No. 9016; or equal ; 1/4" polished plate glass mirror; silvered, copper plate backed and painted, type 302, .025 guage satin stainless steel frame with rounded corners; complete with concealed hangers with theftproof fasteners. c. Mirror Shelf: Gershenson Model 401 ; or equal 16 gauge satin stainless steel ; in sizes shown; with holes for fastening to wall . d. Paper Towel Dispenser: Crown Zellerback Model 102; or equal ; polished chrome plated; surface mounted. e. Toilet Tissue Dispenser: Crown Zellerback Model 702; or equal ; • polished chrome plated; surface mounted. f. Feminine Napkin Disposal: Mipro No. 811 ; or equal; polished chrome plated; surface mounted. 1033-67 10G l of 2 4. g. Toilet Seat Cover Dispenser: Protecto Executive Model; Chrome plated; surface mounted. h. Liquid Soap Dispenser: American Dispenser Co. Model "Likwidurn"; polished chrome plated; surface mounted. No. 11 i. Feminine Napkin Vendor: Kotex No. R-74; 10t dispenser for 707 pads. ^ Cabinets with No. 261 key and coin box key No. 276; polished chrome plated; surface mounted. E Refer to Div. s i ion 1-00ERAL.REQUIREMENTS for additional requirements. 103367. * * * lOG 2. .m<�F... "�.. .�sYs _f';{,a.L �±.1•,."o!s�,; .�,. t17 i•.,. r •.fr". k._ t�v� 1rY�",,,4 Ett,6"3�'rl i, s:.ut-. � j .r ,'','sx �;'nT�,-y t ,we: `�, i`'3;� �et,�.pi � �� � ,�r .� ..":'r�t..� �M';: n "+,, .� . .�• '::" a �R"', i�, �{ �r. �rd �''"` �r1 .,�� „}�E}s •. SUSPENDED GRID CEILINGS & ACOUSTICAL TILE - 13A I . Refer to SPECIAL CONDITIONS Article SC i for general and technical specifications applicable to this Section. 2. SCOPE Yw a. This Section includes: (1 ) Suspended grid ceiling systems, complete with metal grid assemblies, suspension assemblies and acoustical board; (2) Acoustical Tile; (3) Removal and resetting of certain portions of existing Second Floor Ceiling panels as specified; (4) And related work. b. Other Sections include: (1 ) Suspended drywall ceilings supporting acoustical tile. (2) Suspended plaster ceilings. (3) Fire sprinklers penetrating suspended grid ceilings. (4) Lighting fixtures and air handling devices penetrating or supported by suspended grid ceilings. t (5) Building insulation. 3. GENERAL PROVISIONS a. Submittals - In addition to requirements under SUBMITTALS-lC: (1 ) Material/Color Samples required as scheduled shall include all grid system members and components, and acoustical materials. b. This installation shall be made only by personnel trained and exper- ienced in this type work and who are authorized representatives of the manufacturers of the approved assemblies or systems and in consultation with and under supervision of said manufacturers. The various installa- tions shall be made in strict accordance with the standard published specifications of the manufacturers of the approved materials or systems. C. Materials - General : (1) Refer to requirements under MATERIALS-1B. (2) Materials shall be manufacturers' standard catalog types for the items required and shall be first quality stocks. Seconds or im- perfects will not be permitted. d. Installation - General : (1) Prior to Commencing Work: Refer to GENERAL TECHNICAL PROVISIONS-IF. (2) Prior to erection of grid assemblies, adjacent partitions and furring, and rough mechanical and electrical work in the ceiling plenum spaces . shall be completed. 1033-67 13A-1 of 5 3. d. (3) Ceiling installations shall be in accordance with approved working drawings, except that minor adjustments shall be made as necessary to properly fit the work to the building conditions encountered. Materials shall be furnished in sufficient quantity to install and complete the work as intended, with due allowance for waste, rejects ,F. and installation of any non-typical details encountered in the work. ` � (4) After installation, all exposed grid members, acoustical board and acoustical tile shall be free from breaks, chips, scratches , stains, discoloration, finger prints, smudges or other damage. Any tile or board replacements necessary shall be made using new materials only. (5) Completion: As specified under COMPLETION OF WORK-1J. e. Work required at existing or newly finished areas shall be performed carefully and as necessary to avoid unnecessary damage. f. Protect adjacent work as necessary. Exposed surfaces or finishes damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Architect, without added cost to Owner. 4. SUSPENSION ASSEMBLIES a. Attachment to Structure: (1) Overhead attachments shall be made utilizing the existing metal deck hanger tabs where possible; otherwise, provide additional hanger wires and/or supplemental metal framing as necessary to use such hanger tabs and comply with other requirements specified. (2) Existing overhead metal decking has existing spray-on fireproofing. Unnecessary removal of or damage to the fireproofing shall be avoided. b. Hangers: (1) Galvanized soft annealed steel wire, No. 12 gauge, factory drawn and straightened. (2) Install plumb at all locations. Where obstructions are encountered, provide additional hangers and metal framing as necessary to meet this requirement. C. Installation: (1 ) Space hangers along each main runner at not more than 48" on center; not more than 6" from any main runner splice joint; and not more than 12" from terminal ends of runners. (2) Light fixtures larger than 12" x 12" supported by ceiling systems shall be supported by one hanger wire at each corner of fixture; arrange hanger layout for coincidental location to meet this re- quirement, where possible; otherwise provide additional hangers as necessary. (3) Lock hanger wire ends by not less than three twists around the vertical supporting wire section. 1033-67 13A-2 5. GRID ASSEMBLIES a. Design Requirements: (1 ) Grid components shall be especially designed for ceiling grid system work of the type shown or specified; and all components for each type of assembly shall be products of a single manufacturer throughout the saw work. (2) Each assembly shall include all main and cross runners, bracing, peri- meters, connections and accessories designed to form an integrated and rigid framework in two horizontal directions and with due allowance for nominal thermal expansion and contraction and nominal building movement. (3} Intersections of assembly members, including those at main and cross runners, at perimeter angles and at runner splices, shall be capable of resisting a total load of 100 lbs, in either shear, tension or compression. Exception: Within each space and at two adjacent walls, the runners meeting the perimeter angles shall be arranged to float to allow for nominal lateral movement. (4) Exposed metal grid assemblies shall be so designed that the bottom sur- faces of all exposed main and cross runners lay in one plane and that all exposed intersecting members meet in a neat, closed hairline joint. The same requirements shall apply to butt joints in continuous members. Exception: Perimeter angles attached to perimeter walls may be dropped by the thickness of the bottom flange. (5) Fastenings and other accessory parts or concealed items shall be non-ferrous or made corrosion-resistant by an approved method. (6) Fastenings and connection accessories shall be completely concealed when the acoustical materials and lighting fixtures have been installed. b. Type: Lok-Products Co. ; Drive-Lok; National Rolling Mills; or equal ; exposed grid assembly, consisting of extruded aluminum members, as follows: 3 Main and Cross Runners: No. TllV; l" flange x l" web bulb section. 2 Perimeters: No. WA 100R; 3/4" x l" angle, except No. DA-128 at vertical returns. (3) Clips and Fasteners: As required and standard for assembly system; cadmium plated. (4) Manufacturer's standard sprinkler sleeve units for sprinkler heads where shown penetrating ceiling systems at grid intersections. (5) Hanger clips of types suitable for lighting fixtures used in the work. C. Finishes: Exposed members factory cleaned, spray painted off-white in color closely keyed to acoustical board finish, and baked. d. Installation: (1) Layout ceiling patterns symmetrically about and parallel to room or space centerlines such that periphery panels are full size where possible; otherwise, such that cut units are not less than one-half size, unless particularly shown otherwise or required. 1033-67 13A-3 5. d. (2) Fabrication and erection methods and procedures and workmanship shall incorporate, effect or otherwise achieve all general and specified design requirements as specified. (3) Provide grid framing necessary for air diffusers and other penetrations . (4) Erect grid assemblies in strict accordance with manufacturer's instruc- tions. Provide all cutting and fitting as may be necessary. Water- level each grid assembly in each area before installing any acoustical material . 6. ACOUSTICAL BOARD a. Armstrong Cork Co. Minaboard Lay-in Series ; or equal ; mineral fiber acoustical board complying with the following: (1 ) Rating: Class 25. (2) Typical Size: 24" x 48" x 5/8" thick, square edge. (3) Pattern: Georgian. (4) N.R.C. Range: 0345 370.55 on No. 7 mounting. (5) S.T.C. Range: (6) Finish: Factory-applied, washable, white vinyl latex paint; 75 min. light reflectance. b. Pattern and finish of acoustical board shall exactly match that of the acoustical tile used in the work. C. Installation: (1 ) Penetrations through acoustical board shall be made by neatly cutting such that, when placed, the cut edges are not more than 1/4" away from the penetrating surfaces. (2) Size acoustical board as necessary to lay into the grid assembly with- out force or distortion. When placed, all edges of each board shall rest uniformly and freely on the grid members. 7. ACOUSTICAL TILE a. Acoustical tile shall exactly match the acoustical board used in the work, except as follows: (1 ) Typical Size: 12" x 12" x 5/8" thick; edges square; corners beveled. (2) N.R.C. Range: 0.50 - 0.60 on No. 1 mounting. (3) S.T.C. Ranqe: 35 - 39. (4) Rating: Class 25. b. Adhesive: F.S. MMM-A-105 and as recommended by acoustical tile manufacturer. C. Installation: (1 ) Layout acoustical tile patterns symmetrical about and parallel to room or space centerlines such that periphery tiles are full size where possible; otherwise, such that cut units are not less than one-half size. Layouts shall be approved prior to cutting or setting any tile. • 1033-67 13A-4 7. c. (2) Perimeter edges shall be accurately and neatly cut to scribe with the wall profiles without the use of covering trim or edging, except as particularly shown. (3) Penetrations through acoustical the shall be made by neatly cutting such that, when placed, the cut edges are not more than 1/4" away from : the penetrating surfaces. (4) Tile joint lines shall be straight and parallel and normal with the building walls and partitions. Intersectio d at a point. Surfaces across joints shall be joint lines shall meet (5) When setting, adjacent tiles shall be placed normal to each other to minimize any one-direction appearance. (6) Each tile shall be individually placed and secured with at least four spots of adhesive, using sufficient material to effect not less than four square inches of adhesive contact between the tile and the back-up surface at each spot when the tile is pressed into place. (7) When complete, acoustical tile ceilings shall be flat and true to plane and to ceiling heights required. 8. EXTRA MATERIALS: In addition to the materials required for the work, furnish two standard packages of each type of acoustical board and n acoustical tile. These materials shall be supplied from the same factory lots as used in the work and shall match those materials in every respect. Extra Materials shall be protected, delivered, stored and turned over to r ` Owner as directed by Architect. 9. WORK AT EXISTING SECOND FLOOR CEILINGS a. Refer to drawings showing new drywall closures above existing Second Floor metal pan, radiant heating type ceilings, b. Work under this Section shall include the removal and resetting of the existing metal panels and insulation blanket to the extent necessary to provide adequate working space for the drywall work required. C. Metal panels shall be carefully removed stored and replaced to avoid unnecessary damage. Storage shall be in spaces assigned by Owner for this purpose, if permitted; otherwise shall be transported and stored within the designated Contractor's shop areas. d. Insulation above the ceiling shall be carefully turned hack and re- placed. as necessary and carefully handled to avoid iinnecessary damage. e. Metal panels or insulation damaged by this work shall be repaired or replaced as directed. Refer to Division 1- GENERAL REQUIREMENTS for additional requirements. 1033-67 13A-5 PLUMBING - 15A 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable. to this Section. .r 2. SCOPE: a. This section includes all labor and materials required for the complete installation of rough and finished plumbing and drain- age systems as shown on the drawings covered by this Section of the Specifications or required to complete the work. In general , the work includes but is not necessarily limited to the follow- ing. Make all necessary connections except those performed by the Utility Companies or as indicated otherwise. (1 ) Complete system of soil , waste and vent piping including con- nections to existing pumping station. (2) Complete system of hot and cold water piping including con- nections to existing services. (3) Complete system of gas piping including connections to existing gas. (4) Plumbing fixtures complete with carriers and trim. (5) Floor drains and sump pumps. (6) (Not Used. ) (7) Complete compressed air piping systems including outlets, and connections to existing system. (8) Complete vacuum piping system including connections to existing system. (9) Access panels. (10) Flashings, pipe sleeves, plates, hangers, supports and anchors and all piping accessories and incidentals necessary to make each system complete .and in proper operation. (11) Sterilization and tests. (12) Pump alarm panel . b. Work Included In Other Sections: (1) Electric wiring. ,(2) Painting, unless specifically required hereinafter. • (3) Architectural sheet metal. (4) Toilet room accessories. 1033-67 15A-1 of 13 3. GENERAL PROVISIONS : a. Submittals: As specified and scheduled under SUBMITTALS-1C. b. Related work shall be included in compliance with applicable requirements specified under TRENCHING & BACKFILLING-2B and _, . CAULKING & SEALANTS-7A. 4. RULES AND REGULATIONS: a. All work and material shall be in full accordance with the latest rules of the N. F. P. A. , local or State ordinances, the Safety Orders of the Division of Industrial Safety of the State of Cali- fornia, and the Regulations of the State Fire Marshal, and with any prevailing rules and regulations pertaining to adequate pro- tection and/or guarding of any moving parts or otherwise hazard- ous locations. b. The work shall be governed by the rules and regulations of the Richmond Plumbing Code. In case of conflict between the plans and specifications and the rules and regulations above outlined, the rules and regulations shall take precedence. c. Where the standards of the drawings and specifications for materials and/or workmanship are higher than the requirements of the documents cited in the previous article, the drawings and specifications shall take precedence; otherwise the documents • shall govern. 5. LICENSES, PERMITS AND FEES: a. The Contractor shall provide, procure and pay for all permits, licenses, Utility Company and Highway encroachment fees required to carry on and complete his work. 6. VISIT TO SITE: a. The Contractor shall visit the site of the building, take his own measurements and obtain such other information as may be necessary for his bid. No allowance will subsequently made for any error or omission on the part of the bidder in this con- nection. 7. SUPERVISION AND WORKMANSHIP: a. The Contractor shall personally, or through an authorized and competent representative, constantly supervise the work and shall, as far as possible, keep the same foreman and workmen on the job from commencement to completion. The workmanship of the entire job must be in every way first class and only experienced and competent workman will be allowed on the job. • 1033-67 15A-2 S. STORAGE AND SHOP: a. The Contractor shall provide all temporary storage and shop rooms that may be required at the site for the safe and proper storage of his tools, materials, etc. These rooms shall be constructed only in the locations approved by the Architect and must in no way interfere with the proper installation and completion of other work. They shall be removed by the Contractor at his own expense within three days after having been notified that such - ~ - removal is necessary. 9. DRAWINGS: a. The drawings are diagrammatic, and establish the general require- ments of the work, the sizes of members and the relations of parts. Before laying out or installing any work, refer to the general drawings (including architectural , structural, heating and venti- lating, fire protection and electrical) for conditions and dimen- sions and take all measurements at the building. b. If any part of the plans and specifications may not appear clear or definite, the Contractor shall apply to the Architect for his interpretation and decision of the same and have all such questions decided before proceeding with the work. 10. INSPECTION OF WORK: a. All work and materials covered by these specifications shall be subject to inspection at any and all times by the Architect and his authorized representatives. b. Do not cover or enclose any work before all required inspections and tests. Any work prematurely closed in shall be reopened for inspection. Restoration of all work (structural and finished) damaged thereby shall be at the Contractor's expense. 11 . STANDARD PRODUCTS: a. The equipment to be furnished under this specification shall be essentially the standard product of the manufacturer. Where two or more units of the same class of equipment ars required, these units shall be products of a single manufacturer; however, the component parts of the system need not be the products of the same manufacturer. 12. MATERIALS: a. Refer to requirements under MATERIALS-1B. 1033-67 15A-3 Ie }r '4 x s>r•. 5*.}.7 ,1.. ,.... .,..4.. . .. �E.7 .- ,., ". . :k,,.4 13. PIPE: a. Steel ?jpe: Shall conform to ASTM A-120, latest edition. Pipe shall be schedule 40 except as otherwise specified, black or galvanized as specified hereinafter. b. Brass Pipe: Shall conform to ASTM 0-43, latest edition. c. Co er Tubi : Shall conform to ASTM B-88, latest edition and shall l or K as specified hereinafter. d. Cast Iron Soil Pia: Shall conform to ASA 40.1 , latest edition, and s-Fiall bece or extra heavy weight as specified herein- after. "No-Hub" pipe shall not be used. 14. FITTINGS: a. Malleable Iron Fit_tiinas_: Shall conform to ASA 816.3, latest edition, ClassW0ON with flat bands, galvanized or black as hereinafter specified. b. Unions: For steel piping, 2" and smaller shall be screwed, class 150 WSP, bronze to iron seat, ground joint, black or galvanized as required. t c. Flan es: For black steel piping. 2V and larger shall be welding We-cl 150 lb., conforming to ASTM A181 - Grade 1 . Tube Turns, Ladish or approved equal. d. Flanges: For galvanized steel piping. 24" and larger shall be standard screwed companion flanges, galvanized cast iron, Class 175 OWG. e. Flan e: Bots anl, . "Granite" 1/16" asbestos sheet pac ng Coated With trea� lubricant when being installed. Flange bolts shalt be open hearth steel, with square heads and hexagonal nuts. f. Copper_Tube Fittings: Shall conform to ASA 816.229 wrought copper. Solder joints shall be made with 50-50 solder. Unions shall be ground Joint, copper to copper. Flanges shall be copper. g. Dielo6ttic Unions, � � ljVAs: Shall be EPCo. Maloney, or approved equal. h. Weldins Fit in : Shall conform to ASTM A234, Grade B, Butt Weld, schedule 40 see . 1033-67 15A-4 d ,n i . Cast Iron Soil Fittings: Shall conform to ASA 40.1 , latest ® edition, and shall be service or extra heavy weight as speci- fied hereinafter, for caulk joints. J. brass Fittings: Shall be 125 lb. standard bronze alloy, screwed. PP4, `••� SSiSK�. k. Cast Iron Screwed Drains a Fittings: Shall conform to ASA B16.12 with black enamel finish. 15. VALVES: a. Water Valves - Gate, Globe and Angle and Check valves for water piping shbe Jenkins Bros. , or equal in quality and utility. Valves for copper tubing shall be screwed type or flanged with adapters and/or adapter unions. TYPE SIZE JENKINS BORS. NO. HOMESTEAD Gate 2" and smaller No. 62U 1512 Gate 2 1/2" and larger No. 326 1522 Globe 2 ' and smaller No. 106A Globe 2 1/2" and larger No. 142 Angle 2" and smaller No. 108A Angle Check 2" and smaller No. 352 203 BP Bronze Body may. Mueller Check 2 1/2" and larger No. 624 105 AP Iron Body Mueller b. Gas Cocks: All Nordstrom #114 with wrench. 16. PIPE HANGERS AND ACCESSORIES: Superstrut Unistrut or equal as follows: a. Individually Suspended Pi in : Shall be supported by C-711 or C-713 hangers comp ete with H-104 all thread rod. C-713 hangers to be used when pipe is subject to slight movement due to thermal expansion. Pipe hangers to be manufactured by 1" minimum width steel . b. Trapeze Suspension: For three or more pipes in the same plane, useSuperstrut 1-5/8" width channel of a size suitable for load in accordance with manufacturer's published load ratings. No deflection to exceed 1/18n of a span. C. Trapeze Supporting Rods: Shall be of a diameter sufficient to support the load with a safety factor of 5. Rods shall be securely anchored to the building structure. d. Pie Straps: To attach pipe to channel , shall be 702 for standard pipe: 701 for copper. e. Size: Where insulation is required, C-711 pipe hangers shall be zs ed to allow pipe insulation to pass continuously through the hanger. 702 and 701 pipe straps shall be furnished with 715 or 716 isolators to allow insulation to butt to pipe strap. 1033-67 15A-5 C-713 hangers may be attached directly to pipe, insulate over hanger. f. Rod Size: Pie Size Rod Size "'_ an smaller 3/8"-r .� 2 1/2" to 5" 1/2" 6" to 8" 5/8' g. Hanger Spacing: All horizontal piping (other than soil pipe) shall be supported with hangers spaced at maximum as listed below: Nom. Pipe Size - 1/2 3/4 1 1 1/2 2 2 1/2 3 4 6 8 Max. Spacing Ft - 5' 6' 1' 9' 10' 11 ' 12' 14' 17' 19' Soil Pipe: 5' - 0" on center maximum 1 at each bell minimum. h. Vertical Pipe Risers: Supported with C-720. i . Isolators: Install 715 or 716 isolators at all hangers and clamps supp~ort ng bare copper pipe and tubing. j. Concrete Inserts: C-302 continuous insert or 452 spot insert. b� Insert nuts AC-100. k. Pipe Rollers: C-728 for sizes up to 811. 17. ACCESS PANELS: a. Access panels shall be as specified under GENERAL TECHNICAL PROVISIONS-1F; and shall be provided for all concealed valves, air vents and other plumbing items requiring service. 18. INSTALLATION OF PIPING: a. General Requirements: (1 ) It shall be the responsibility of the Contractor to install all piping so that a minimum of space is occupied and all fittings or off-sets necessary shall be furnished and in- stalled. (2) Spaces are provided in the design for the construction of the building to install the mechanical work and the Contractor shall keep all pipe within the furring lines established on the architectural drawings, unless pipes are shown exposed. Should any additional space be required, it shall be arranged for by the Contractor with other trades and in proper time to prevent unnecessary cutting. The Contractor shall do all cutting necessary in connection with his work and shall make • all repairs in a manner satisfactory to the Architect. 1033-67 15A-6 (3) Sleeves shall be installed wherever pipes pass through ® floors, walls and partitions. Sleeves shall be 1" larger in diameter and concentric with pipe. Sleeves for floors shall be Schedule 40 pipe and shall extend 1" above finished -- floor. (4) Where pipes go through foundations or basement walls, sleeves shall be "Adjust-0=Crete" or equal in quality and utility. All pipes passing through sleeves underground and/or slabs or grade shall have clearance caulked with oakum and mastic sealed to make watertight. Escutcheons shall be of suffi- cient outside diameter to amply cover the sleeves openings and inside diamieter to fit snugly around pipe passing through finished floors, walls and ceilings. (5) Any portion of fire proofing on steel columns, beams and decking to be removed or disturbed by the installation of piping, ducts, conduits, etc., shall be approved by the Project Inspector. The replacement of fire proofing removed or damaged shall be at the expense of the subcontractor responsible for sm. b. Sanitary Drainage and Vent Piping: (1) Horizontal drainage piping shall be run in practical align- ment and a uniform slope of 1/4" per foot (2x grade) toward • the point of connection to the sewage system. Where con- ditions require, the slope may be reduced, but not less than 1/8" per foot (1x grade). (2) Cleanouts shall be installed where indicated or required by code of same size and the pipe and suitable for the locations intended* except that plugs larger than four (4) inches shall not be required. They shall be placed in an accessible location or brought flush to grade or floor elevations, when piping is underground. Cover shall be marked "Clean-Out" or "C.0." (3) Arrange and slope vent piping so that sediment will not collect, but will drain directly into waste or soil pipe served. Connect fixture vents to matin vent not less than 6 inches above the fixture top. Offset any vents to avoid valleys and gutters. Offset all vents on outside walls toward center line of building. (4) The discharge from ejectors or sop pumps to point of connection to gravity sewer shall be galvani=od steel pipe with cast iron screwed drainage fittings. (5) Main vertical drainage and vent risers 3" and larger within building dralnage. and drainage piping at the basaw at ceil- ing, shall be extra .heavy weight soil pipe and fittings. 1033-67 1SA-7 (6) All other drainage piping, up to and including fixture inlet, shall be service weight soil pipe and fittings. (7) Vent piping 2 1/21 and smaller above grade shall be galvanized Schedule 40 steel pipe with recessed cast iron drainage fit- ,: �u tings. , _ (8) Vent piping, 3" and larger within building, shall be ser- vice weight soil pipe and fittings. (9) Cast iron pipe ,points shall be made with picked oakum, yarned and packed to 1" of hub level and a continuous lead pour made. No Sealtite or oakum substitute. (10) Rough-in and connect Owner furnished equipment and equipment furnished under other sections of these specifications. c. Domestic Water Piping: (1) Run generally level , free from traps or unnecessary bends. Arrange and valve to provide complete drainage and control of each system. Install all piping to avoid undesirable noise from water flow under normal operating conditions. (2) All pipe sizes given are nominal inside diameter sizes un- less otherwise noted. (3) Exposed piping in finished rooms shall be chromium plated, or with chromium plated brass sleeves as approved by the Architect. (4) Connections between copper and steel shall be made with di- electric unions, couplings or flanges. (5) Hot and cold water piping within building shall be Type L copper tubing above grade. Fittings shall be wrought copper with iron pipe size brass nipples for screwed pipe con- nections. Joints shall be made with 50-50 solder using non-corrosive flux. (6) Rough-in and connect Owner furnished equipment and equip- ment furnished under other sections of these specifications. d. Gas Piping: (1) Gas piping shall be properly and uniformly graded with valved drip legs; the valves shall be brass plugged. A scale pocket union and shut-off cock and/or gas outlet. Entire installation shall conform to N.F.P.A. requirements. (2) Inside 8uildin4s - Schedule 40 black steel pipe. 2" and smaller may be—scrowed or welded at Contractor's option. 2 1/2" and larger shall be welded. 1033-67 15A-8 '"t ice. . *. ... '. ., 2.. -. ..... fir•. . ,. Yt.;.f �1 Ya. ., ... , (3) Rough-in and connect Owner furnished equipment and equip- ment furnished under other sections of these specifications. e. Compressed Air Piping System: Shall be Type K copper. Provide drip, legs with / blow-off valves at the bottom of all -.. main risers. Special precaution shall be taken to leave this ' medical air system free from moisture, oil , chips, solder, etc. All branches shall be taken from the top of mains. Rough-in and connect owner furnished equipment and equipment furnished under other sections of their specifications. f. Vacuum Pi2ing System: Shall be PVC Schedule 40 pipe with PVC socketweld fittings. Socket weld to IPS connectors shall be provided as required. Rough-in and connect Owner furnished equip- ment and equipment furnished under other sections of these speci- fications. 19. INSULATION: a. Interior Hot Water and Hot Water Recirculating Piping: Shall be insulated with Fiberglas, ust n- acon, or approved equal Low Pressure Sectional Pipe Insulation. Insulation shall be applied to the pipe with side and end joints butted tightly. The factory applied canvas jacket shall be pasted smoothly at longitudinal and circumferential joints. All fittings shall be insulated with Fenco All Purpose Cement to a thickness flush with adjoining insulation and finished with a light weight canvas securely pasted in place. b. Interior Cold Water Piping: Shall be insulated with Fiberglas, ust n- acon, or approved equal , Sectional Low Pressure Pipe Insulation with the factory applied vapor barrier. 3/4" insu- lation shall be applied to the pipe with side and end joints butted tightly. The factory applied vapor barrier adhesive. Four inch strips of jacket material shall be adhered smoothly and securely over all end joints with a vapor barrier adhesive to insure a continuous vapor barrier. Fittings shall be insulated with Aerocor tightly wrapped and covered with a thin coat of insulating cement to a thickness flush with adjoining insulation. After the cement is thoroughly dry, all fittings shall be coated with a 1/8 inch thick wet coat of Benjamin Foster C-1 mastic embedded in the mastic. After the initial coat has dried, the fittings shall be finished with a heavy brush coat of the mastic. , 20. INSTALLATION OF FIXTURES: a. General Requirements: See the drawings for locations and quan- ift-Teis, of fixtures, and sizes of fixtures connections. (1) Include in the work of this heading all carriers, supports, etc., required for mounting and backing. (2) Set fixtures at standard heights, except where dimensioned • otherwise. 1033-67 15A-9 (3) Locate hot and cold water faucets on the left and right sides of fixtures respectively. ® (4) Equip all water supplied (hot and cold) at fixtures with compression stops. (5) Line up accurately where batteries of fixtures occur. Set plumb. b. Protection and Cleaning: Protect all fixtures during instal- lation. Clean on comp etion and adjust all valves, fittings, etc., to normal working conditions. 21 . (Not Used. ) a i 22. PIPE IDENTIFICATION: a. All exposed piping and concealed piping in accessible pipe spaces shall be stencilled to identify its respective service. (1) Horizontal Piping - Every 20 feet. (2) Through Walls - Each side of wall . (3) Size of painted (stencil) letters shall be not less than the following: 1033-67 ISA-10 to .Rifl+ a3. i.1.`y4t„ 1lT.j lel V '�t a��.�.• va^ S�lY r'�+' .�l!� :3.ffi .yt'r� a ..y54.. T��t. L..}`f J..n J Y'1.. i - ;t. n }:. .. .: iti DIAMETER OF PIPE OR PIPE COVERING MINIMUM SIZE OF LETTERING 1/2 inch to 3/4 inch 3/8 inch 1 inch to 1-1/4 inch 1/2 inch 1-1/2 inch to 2 inch 3/4 inch 2-1/2 inch to 4 inch 1 inch 5 inch and larger 1-1/4 inch 23. VALVE TAGS: a. Install on each valve a brass tag with brass link chain. Each tag shall be marked with type service, N. 0. (Normally Open) or N. C. (Normally Closed) and purpose of valve (Drain, Burner Shut-Off, etc.). Also, install service board showing number, location and use of each tagged valve. 24. REPAIR AND PARTS MANUALS: a. The Contractor shall furnish to the Owner three copies of instal- lation, operating and service manuals with renewal parts lists for each piece of equipment furnished under this division. 25. RECORD DRAWINGS: a. Shall be provided as work under this Section in compliance with requirements under GENERAL REQUIREMENTS-1A, Article 6. i 26. STERILIZATION: a. All water lines, fittings, valves and connections must be sterilized after installation. The following method must be used: (1) After all lines are installed, tested and made tight a mixture of chlorine gas and water shall be slowly introduced into the pipe lines as a small amount of water is withdrawn from the end of each line or branch. After the lines have been completely filled with the treated water they shall be left under full pressurefor8 hours during which period all valves shall be opened and shut several times. (2) The concentration of chlorine must be fifty (50) parts in one million and this concentration shall be maintained through the 8 flour period. After completion of the 8 hour period, the lines shall be flushed with clean water so that concentration of chlorine will not exceed two (2) parts in one (1) million. 1033-67 15A-11 27. CLEANING AND PRESERVATION: a. The Contractor shall thoroughly clean all plumbing fixtures and trim free from rust, dirt, etc., before any covering or paint- ing is done or the systems put in readiness for final inspection. b. The Contractor shall protect all vitreous and stainless steel finished surfaces or fixtures with heavy paper pasted thereon, or by other means throughout the period of construction. The hot and cold water piping systems shall be flushed out until they are reasonably clean in the judgement of the Architect. c. All openings in pipes shall be effectively capped to keep foreign matter out while under construction. d. After the completion of all work all resulting debris shall be removed to leave the entire work in a complete and undamaged condition. 28. TESTS: a. The entire sanitary sewer system from the connections to the sewers, to and including the vents above the roofs, shall be tested and proven tight under pressure test. This test shall include all nipples, ferrules, fixture connections and concealed traps so that the only part of time piping installation not in- cluded will be the exposed screwed pipe in traps. The pressure test shall be made with water by filling the entire system up to and including the vents above the roof lines. Openings shall be closed with test plugs. The work may be tested in sections if necessity or convenience requires. In the latter case the test of the last section shall include all connections between the previously tested sections and the sections themselves. b. A pressure of 125 PSI shall be applied to all cold, and hot water lines and they shall be proved right. Gas piping shall be tested in accordance with the City of Richmond Code. Air piping shall be pnemwmttically tested at 150 PSIG. Vacuum pip- ing shall be tested in accordance with the equipment manufacturers instructions. flush valvese faucet stopse drinking fountains, etc., shall be adjusted for their normal working conditions. c. The Contractor shall mnke tests of any portion of the- instal- lation he instal-lation as may be required by the Architect to determine if it is in accord with these specifications. One test on the complete installation shall be made with all the fixtures and other appliances connected and operating to demonstrate the successful operation of the various system. The Contractor shall furnish all labor required to make these tests. No test shall be made, except in the presence of the Architect or his representative. d. Should any piece of apparatus or any materials, or work fail in any of these tents, it shall be imwdiately removed and shill be. replaced by perfedt mytmerials. and portions of the tO33-67 .15A-i7 ,St,,::"s 28 d. (Cont'd) i work replaced shall again be tested by the Contractor at his "! own expense. 29. GUARANTFE: a. Refer to GENERAL CONDITIONS GC 5-F. and GC 29 and SUBMITTALS-1C for related requirements. 30. COMPLETION: a. Refer to COMPLETION OF WORK-1J. 31 . INTERRUPTION OF SERVICES: a. Refer to ACTIVITIES ON PREMISES-DD. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. * * * * 15A-13 1033-67 'd��i s:� � t..t a , +., ,: n�. ., 'fir t� ,�� �..Yii� i.� ��.•:. t...R.. ... s+;*> >.�J ��;.� ;v:.�t �K'�;�fsam:%,++t�K»+i�n�J.+ �r„y r ,"i . '.?}'#. z ;; .v ,11,r• 'iv-µ e?, - r: ..v t” 1 +.f;. yy�..��.1 ;r.,r J,' �rt 4 "n s� 'rz t1 "k`:.':�.1 7: x. t':"x4.11 t S t..� 1 �}r. y.:a�.t�" �.i`.�; ,•;�:^.,^y14 �F L y 4 _..�akt fi„t °l'�. � 't G. 1�'Y+,���'"t,"��-#2`,c���r.;: �y} �• � � a �'; :! -'4, 'd`r3a''k5•C -�'�a"� :✓'c4m5',',•��;�!:�. 71,Ii�stJ' : '�f"v nri ��, �:.. HEATING, VENTILATING & AIR CONDITIONING - 15B 1. Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE: a. This Section Includes: (1 ) The complete installation of all new heating, ventilating and air conditioning work shown on the drawings and/or herein specified. It is the intent of the drawings and specifications that all systems shall be completed, tested, and ready for use. (2) Related Work in Other Sections: (a) (Not Used. ) (b) Door grilles. (c) Power circuits, from electrical panelboards, and connec- tions to disconnect, switches, starters, and motors . (d) Electrical conduits (except temperature control conduit) . (e) Painting, except, as specified herein. 3. GENERAL PROVISIONS: a. Submittals: As specified and scheduled under SUBMITTALS-IC and as specified herein under Article 17. b. Related work shall be included in compliance with applicable requirements specified under TRENCHING & BACKFILLING-2B and CAULKING & SEALANTS-7A. 4. MATERIALS AND SUBMITTALS: a. Refer to requirements under MATERIALS-1B. 5. RULES AND REGULATIONS: a. All work and materials shall be in full accordance with the latest rules and regulations of the State Fire Marshal ; the Safety Orders of the Division of Industrial Safety; the National Electric Code, recommendations of the 1951 "Guide", published by the American Society of Heating, Refrigeration and Air Conditioning Engineers; the Local City Code,, the Uniform Plumbing Code, published by the Western Plumbing Official 's Association, and other applicable state laws or regulations. Nothing in these plans or specifica- tions is to be construed to permit work not conforming to these codes. 1033-67 15B-1 of 24 5. a. (1 ) Where the standards of the drawings and specifications for mater- ials and/or workmanship are higher than the requirements of the documents cited above, the drawings and specifications shall take precedence; otherwise the standards listed hereinbefore -:. shall govern. K (2) Furnish without extra charge additional materials and labor when required for the compliance with these rules and regulations, though the work is not mentioned in these particular specifications or shown on the plans. 6. EXAMINATION OF SITE: a. The Contractor shall visit the site of the building, take his own measurements and obtain such other information as may be neces- sary for his bid. No allowance will be subsequently made for any error or omission on the part of the bidder in this connection. 7. PERMITS AND INSPECTIONS: a. Obtain all permits and licenses necessary for the conduct and com- pletion of the work and pay all fees in conjunction therewith, including inspection fees. rr S. IISPECTIONS: • a. All materials and work covered by these specifications shall be subject to inspection at any and all times by the Architect and/or his authorized representative. The Contractor shall notify the Architect of his construction schedule in order that inspection may be made at proper times, and shall not cover or conceal work prior to inspection. In event of such concealment, the Contractor shall make uninspected work accessible to the Architect, without change in contract price. 9. DRAW114GS: a. The heating drawings are diagrammatic and establish the general requirements of the work, the sizes of components and the relations of parts. Before laying out or installing any work, refer to the general drawings (including structural , plumbing and electrical ) for conditions and dimensions, and take all necessary measurements at the building. (1) Report all observed discrepancies to the Architect and await the Architect's instructions before proceeding with the work. 1033-67 1513-2 a .mak`. h .d-, .v; ,s. . � . . a ? . •.. .,.... 'Sr' ,_ .?.r,; ti . . . , .. .r..},rr. -t<„' e. ,c. . ... .. ..... ... _.. . 10. STORAGE AND SHOP: a. The Contractor shall provide all temporary storage and shop rooms that may be required at the site for the safe and proper storage of his tools, materials, etc. These rooms shall be constructed only in the locations approved by the Architect and must in noif way interfere with the proper installation and completion of other work. They shall be removed by the Contractor at his expense within three days after having been notified that such a removal is necessary. A 11 . CUTTING AND REPAIRING: a. The Contractor shall do all cutting necessary for the proper instal- lation of this work and shall repair any damage done by himself or his workmen and shall coordinate his work with other work, in order to minimize cutting of new work. The Contractor shall repair all damaged work in a manner satisfactory to the Architect. All cutting shall be subject to the Architect's approval , and in no manner shall weaken or endanger the building structure. 12. FURRING - DUCT AND PIPE SPACES: a. Run all ductwork, piping and other work concealed unless otherwise specifically shown. Keep all work within the spaces provided in the design of the building. Should other openings or spaces be found necessary, notify the Architect in time to prevent unnecessary cutting. 13. SERVICE CONNECTIONS: a. Cooling coil drain connections will be connected to mechanical equip- ment requiring these services under another heading, see Plumbing. 14. ELECTRICAL REQUIREMENTS: a. Electrical work under this heading shall consists of the furnishing and installing of all motors and motor controls, electrical power wiring under "Electrical" Division. (1 ) Motor and Motor Control Equipment: Conform to the standards of the National ctrical Manufacturing Association. Motors 1/2 M.P. , and over 480 volt, three phase, induction type: Westing- house or equal in quality and utility, suitable for operation on 60 cycle current, as specified under heading of Electrical Mork. Motors 113 M.P. and under 120 volt. (2) Motor Starters: Magnetic starters shall be across-the-line type. Furn she anW-installed within a motor control center as furnished under Electrical Division. Starters on package equipment and manual starters shall be furnished under this division. (a) Manual starters - Class 10-100. (b) Relays Allen Bradley as specified in General Purpose Enclosure. 1033-67 156-3 14. a. (3) All wiring for temperature controls including interlock wiring and connect with devices. (4) Conduit: Furnish and install for control and interlock wiring ,. all necessary electric metallic tubing. 15. CLEARANCE AND ELECTRICAL PANELS: a. Provide a minimum clearance of 42" in front of all panels contain- ing 1 ectrical equipment. This includes panels factory mounted within or on mechanical equipment, as required by the State Indus- trial Safety Code. b. The Contractor shall furnish without any extra charge any materials or labor necessary when required to comply with this State Indus- trial Safety Code or regulation, though the work is not mentioned in these particular specifications or shown on the plans. 16. SLEEVES AND PLATES: a. Provide sleeves wherever pipes pass through building structures. Sleeves shall be steel , neatly and rigidly constructed. b. Install neatly-constructed, bright-finished metal floor, wall or ceiling plates where pipes pass through finished work. 17. SHOP DRAWINGS: • a. The Contractor shall , where required, prepare and submit shop drawings in accordance with requirements under SUBMITTALS-1C. 18. CONCRETE WORK: a. All concrete bases or pads required for the mounting of mechani- cal equipment as shown on the drawings shall be furnished and installed by the Mechanical Contractor, The Mechanical Contrac- tor shall be responsible for coordinating with the General Con- tractor as to the exact size and location as determined by his equipment. 19. AIR DEVICES: a. Air diffusers shall match the existing and shall be as manufac- tured by Barber Colman Co. model SFSJ with volume dampers, key operated, with No. 7 off white finish. b. Sidewall return grilles shall be Model GFRO, with 1(32" square channel frames and core fins without indents. No. 3 aluminum finish. c. Sidewall diffusers shall be GFAV, No. 3 aluminum finish, provided with deflectrols. • d. Other exhaust and return grilles in ceiling shall be Model GMRV, as shown No. 7 off white enamel finish. 15B-4 1033-67 20. CENTRAL STATION AIR CONDITIONING UNIT: ® a. Shall be a "Trane" single zone, medium pressure Climate Changer of size, and arrangement and capacity as shown on the drawings. , Cabinets shall be of sectionalized construction and all sheet metal parts including accessories shall be fabricated of con- tinuous galvanized steel . The casing panels shall be removable for easy access to the interior of the unit. All cabinet panels shall be internally insulated with 1" thick vinyl-coated glass fiber insulation. (1 ) Fans shall be backward curved and designed for Class I operation. Fan ratings shall be based on AMCA Standard Test Code - Bulletin 210. Fan wheels shall be keyed to a solid high carbon steel fan shaft. (2) Bearingsq BearingsDrives and Belt Guards shall be as specified under "Centrifugal Fans". (3) Motor shall be grease lubricated horizontal ball bearing, 1750 RVM,—squirrel cage, suitable for operation on 480 volt, 60-cycle, 3-phase current, and shall be HP rated as shown on the drawings. (4) Starter shall be as specified under Electrical division. (5) Anti-Vibration Base shall be as detailed on the drawings. (6) Flexible Connections including Electrical and Piping shall be furnished for every fan connection. (7) Coil shall be as specified under "Coils" this division. 21 . CENTRIFUGAL FANS: a. Shall be "Trane" Air Foil Wheel , of class, size, type, arrange- ment and capacities as shown on the drawings. Catalog ratings shall be based on laboratory tests made in accordance with AMCA Standard Test Code - Bulletin 210, and fans shall be auth- orized to carry the AMCA certified rating seal . Fan construction. speed, noise level tip speed, outlet velocities, BNP and effi- ciencies will be taken into consideration in the approval of fans offered. The Contractor shall submit specified copies of complete data covering the fans, bearings, isolators, motors, and drives, including a fan versus system curve for each fan showing OV, CFM, OHP, RPM, SP, static efficiency and the oper- ating point of the fan in relation to the system curve. • 1033-67 15B-5 a t 21 . a. (1) Bearings shall be self-aligning, grease-lubricated ball bear- - ng�zed to provide a minimum life of 35,000 hours, based ,t - "- on the Anti-Friction Bearing Manufacturers Association (AFBMA) �- Standards. Fans with bearings in inaccessible locations shall be provided with extended grease lines. (2) Drives shall be selected for the proper fan speed required for the Jr volumes shown on the drawings at the static pressure indicated. The static pressures indicated show estimated con- ditions which may vary under actual operating conditions. Should it be necessary to adjust the fan speeds to obtain the proper air volume, the Contractor shall make necessary changes to the drives at his own expense. (a) Fans 7-1/2 HP and smaller shall be provided with adjustable pitch multigrove driving sheaves. Fans 10 HP and larger shall be provided with non-adjustable constant speed multigrove sheaves. (b) All drives shall have a minimum horsepower rating at KIM designed speeds of 1 .5 times the motor nameplate horse- power rating. • (3) Belt Guards shall be readily removable with 16 ga. or heavier expandedmetal fronts with access provided for tachometer reading. Belt guards shall comply with State and Local Safety Codes. (4) Motors for all fans shall be grease lubricated horizontal ball bear ng, 1750 RPM, squirrel cage, suitable for operation on 480 volt, 60 cycle, 3 phase current, and shall be HP rated as shown on the drawings. (5) Starters for all fans shall be as specified under Electrical v son. (6) Anti-Vibration Bases shall be as detailed on the drawings. (7) Flexible Connections including Electrical shall be furnished for every ran connect on. 1033-67 15B-6 r 4x�,u1-, 22. COILS: a. Shall be Trane of size, type capacity and pressure drop as shown on the drawings. (1) Water Cooling and "satin Coils shall be of the extended surface, staggered tube straight In type. Primary surface shall be 5/8 O.D. x 0.025 wail thickness seamless copper tubing brazed into intruded header tube holes, using copper brazing alloys. Tube shall be staggered in the direction of air flow. Second- ary surface shall consist of aluminum straight fins. Tubes shall be on 1-1/2" centers and expanded into the fins to provide a continuous primary to secondary bond. Casings shall be constructed on continuous galvanized steel with 3/8" diameter bolt holes for mounting on 3" centers. Coil side plates shall also be of continuous galvanized steel of reinforced flange type for greater strength and ease of stacking of coils in banks. The complete coil core shall be tested with 315 pounds air pres- sure under warm water, and guaranteed for 200 psig working pres- sure. (2) Steam Heating C ils shall be of the double tube steam distributing typehaving . O.D. x 0.025" outer wall thickness seamless copper tubes brazed into intruded header tube holes, using copper brazing alloys. Secondary surface shall consist of aluminum fins. Tubes shall be on 3" centers and expanded into the fins to provide a continuous primary to secondary band. Casings shall be as specified under "Water Cooling and Heating Coils." 23. AIR ELIMINATORS: a. Automatic air vents shall be installed where required or as noted on the drawings and shall be installed at ail high points of the systems other than the expansion tank. The vents shall be C.M. Bailey No. 241, or equal. Pipe blowoff to floor drain. b. Manual air vents where shown shall be "Crane" pat cocks or equal . Pipe blow-off shall be 1/4" copper tubing, 24. THEM40M�ETENJ AND GA U5: a. Dial type thermmters shall be Palmer Model 50A, or approved equal, rigid stem type with union socket. Thermometer shall be located on steam supply, supply and return hot and chilled water and condenser lines and in all ducts or plenums on the downstream side of all coils and in the air intake chambers. 1033-67 158-7 y iA,. 5. , .a..a.n...,I k ..\ ir.,, h U., .c�,t. .x1!:..`i,. t'(..'. ..rt d.r'm}.,. ,. t.,._ .i'�j' �.ft'. AA t ..*=�•e,..mr..,...xAv .5,. .e >>:. uD+ A r n 24. b. Gauges shall be United States Gauge Co. 3-1/2@ gauges shall be provided on the inlet and outlet of all pumps, except where the inlet is at atmospheric pressure. 2" gauges shall be provided for all pneumatic controls. Gauges shall be mounted on panels �. wherever controls are also mounted on panels. See Temperature Control Section of this specification. C. All thermometers and gauges shall be installed so as to be con- veniently read from the floor. 25. GENERAL PIPING: a. All steel piping shall be welded or seamless steel, piping 3" and larger to be welded and with weld neck flanges for connection to all valves, except where flanged or screwed fittings are shown on drawings or are required to provide for swing or expansion, and except where valves are smaller than 3" where screwed connect- ions with unions are to be provided. b. Connections to low pressure heating mains for branches may be made by welding Bonney "Thred'O'Lets" or equal welding saddles into the main instead of using regular weld fittings. This applies only to heating mains, where mains are two or more, pipes sixes eoner than branches. c. All valves 3" and larger to be flanged and smaller valves to be screwed and have a union adjacent to valve. d. Lines shall drain and be fitted with drain valves at low points in the system. If, following a building conditions any additional low points are made in steam mains, they shall be trapped and drained to return as directed by the Engineer without extra cost to the Owner. e. Provision for expansion shalt be made in all piping wherever necessary and double swing connections shall be made in connections to the steam and return mains. f. All connections from steam mains to upfeed risers shall be made at the top and form double swings. Care shall be taken to pro- vide for expansion of both mains and risers, and this Contractor shall be responsible for any such expansion. g. A system of returns shall be installed complete and shall run on ceilings or around wails as shown on plans. All connections to return system to be made to form a double swing. h. All down feed risers to be dripped to return by a dirt pocket and trap assembly. 1033-67 158-8 „ 25. 1. Horizontal runs of condenser water pipes shall be installed level insofar as possible, and drain valves shall be installed at all low points to allow the systems to be completely drained. J. Water piping shall be run as indicated on the drawings with hori- zontal mains pitched to provide proper drainage. Branches from y-- mains shall be taken out of the mains using 45 degree elbows and shall pitch up toward the risers or main not less than 1/8" per foot. Air vents shall be installed at high points in the system. k. All piping shall be installed so as to allow for expansion and contraction. Expansion loops or joints as required, or of the size shown on the drawings shall be located where indicated or required. Piping shall be securely anchored to building structur- al members where indicated on the drawings. The method of anchor- ing pipe shall be approved by the Engineers before any anchor installation is made. 1 . Automatic or manual operated air vent valves shall be provided on water piping where required or indicated on the drawings. Air vent shall be installed using 318" tubing to allow the vent valves to be installed in an accessible location. All blow off lines shall be extended to a floor drain unless otherwise auth- orized by the Owner. m. Shut off valves shall be installed in each runout, one valve in the supply and one valve in the return to allow any branch to be drained without draining the entire system. n. The inside of each length of pipe shall be thoroughly inspected and any foreign material , scale or rust found inside the pipe shall be removed before the pipe is erected. a. Dirt pockets shall be installed at the base of each down feed water risers and at other location where noted on the drawings. 26. PIPING MATERIALS, VALVES AND FITTINGS: a. All steam supply and return piping. 3" and over chilled and hot water shall be steel pipe conforming to Schedule 40, black ASTM Specification A53. Joints shall be welded and/or flanged. b. All 2 112" and smaller hot water, vents, chilled water, and cooling coil drain piping, shell conform to Federal Specifi- cation WW-T-799, and shell be Type L hard drawn copper tubing. - C. Steal piping shall be welded or threaded with flanges. Joints of safe size piping shall be beveled and butt welded. Reductions in pipe size shall be made with forged steel welding fittings. All pipe burrs shall be rearied out. Welding rod shall be Oxweld X11 or Page Hi-Test M, or approved equal. Where welded piping is used, fitting. including fldnges shall be Tube-Turn Series 150, or equal. Welding shall be Performed'by welders certified by National Certified Pipe Welding 6u0eeu. 1033-67 158-9 Fj1.? t ti, i� r 1 f.r,.,' t :s- `. „ ;fi n 5 x�, r ;? Lc..,S}a i 1, 1l<`F,tet +F Z i' �'t •;A:�f y� t�r., 5.1 i i J ;; .r,,. e«Rr )' " s`r �' ,.k �y "3,,rk, -1,,.,� c >it=e `, c x •i` f;:. �°" ,Su y`,: _.c,�; znx,_.•t..r.^r,;$+ .,-js,�,; ,.;c� t:A:''3 .as" � `x rr'Y �.�:pt� .. .,, .`'JLt„3.,•. .;r, tU.F.�,d;, ,,tt..d'.izT.3x� r`k' �5 ,��-t � , .r,,..�r.- �h'$..c�i«ec+..��.,.v t „�`�g. ry. r� .C,` },�x'Y's ., F •k� '* ,,G,,•&�„ ” 41it� ,at .. .n, .�� Nx"•,i+.!� ,ts, w. . k3 X .a�}�'+,.5'{'`_�." E"s' .d .�r'GW. $ �...°i..�. ..,. 26, d. Fittings for steel pipe shall be 124-1b. banded malleable iron fittings, Walworth, or equal . e. Unions for steel pipe, either screwed or flanged, shall be pro- vided where necessary for installation of piping, proper servic- ing of equipment, or repair of piping. Unions for screwed piping ' R, �•n shall be Walworth No. 7716, or approved equal . Piping at coils, chiller, pump, valves, etc. , shall be provided with unions or standard cast iron flanges. Gaskets for flanges shall be Garlock No. 900, or equal . f. Fitting and unions for copper pipe shall be Mueller Streamline, NIBCO, wrought copper sweat fittings. Unions shall be ground joints unions. Connections between copper and steel pipe shall be through brass adapter fittings and/or EPCO insulated union. 4" copper and over, unions shall be "NIBCO" red brass flanged and gasketed. g. Copper tubing joints shall be made up with Eutectric Welding Corp. , alloy No. 1801 , or equal , bonding at 940-1120 deg. F. with a shear strength of 120,000 psi . h. Valves shall be type and quality indicated hereafter by manufac- turer's names and numbers, or equal . All valves shall be by the same manufacturer wherever practicable. Service Valve End Site And Catalog �T e Conn. U to Over Manufacturer Number antec� rr . I Jenkins i 47-U Steam F1 d. 3" Jenkins 651-A Supply 6 Globe Scrd. 2-1/2" elenkins - Return Fill. 311 enklns 142 e InglScr .Z=IfZ Jenkins- TSS-A F1 d. Jenkins 144 CF*ck Scrd. 2-i/T, en ns 92-A, 119 F1 d. 3" Jenkins 624 153-8 Gate Scrd. 2-1/2" en ns 1240 Water F1 d. 3" Jenkins 326 Globe Scrd. 2-1/2- Jenkins 1200 F1 d. 3" inkins 769 Mole Scrd. 2-1/2" Jenkins 1202 Fl . 3" jontins 771 Check cr . Jenkins F1gd. 3" Jenkins 624, 153-0 Cocks ScH. 2-1/2- Lunkenhaimer 469 F1 d. 2-1 2" rd trom 115 a c Jenkins Fig. 36 I. All piping, valves and traps exposed in occupied areas (such as offices, etc.) shall be chrome or nickel plated. Valve handles shall be insulating type properly identified. J. Escutcheons shall be chrome plated brass with set screws, of sufficient outside diameter to cover amply,the sleeved openings 1033-67 l 5Y-10 26. and inside diameter to fit snugly around pipe, one to be placed on each pipe passing through finished floors, walls or ceilings. k. Sleeves shall be "Adjust-O-Crete" inserts, or equal , installed wherever pipes pass through masonry or concrete floors, walls or partitions. After removal of deck sleeves, install "Adjust- s' ,. 0-Crete" piping thimbles. Sleeves for insulated mains shall . --- be sized to allow pipe insulation to be continuous through the sleeves. All openings around pipes passing through floors shall he mastic sealed to make watertight. Deck sleeves shall extend not less than 2" ahove finished floors. 27. PIPE THREADS AND JOINTS: a. Pipe threads shall be cut with clean, sharp and properly lub- ricated dies and shall be true to gauge, free from tearing, chatter marks nr other imperfections. Damaged or imperfect factory threads shall be chased out as above, and any excess length of thread cut off. Where roller pipe cutters are used, resulting burrs shall be reamed out to full pipe diameter. Pip- ing shall he accurately cut to length and shall be installed true to line and grade, without springing or forcing. Apply Hercules or equal and approved pipe joint compound to male threads only. No packing or peening of leaky pipe joints will be permitted. L' 23. PIPE SUPPORTS: a. All piping shall be properly supported by heavy iron adjustable • spring and rubber in shear isolated type vibration hangers of proper size to eliminate all equipment vibration transmitted into the piping and shall be "Mason" Type DNHS or equal approved man- facturer with heavy wrought iron rods adjustable to the arop required. Covering for steam, hot and chilled water piping shall run through hanger and be between pipe and hanger. Contractor shall provide IS gauge galvanized iron shield not less than 12" long between insulation and hanger as requirea to properly distribute the piping weight and not mash the insulation. Pro- tection hPtwPpr copper pipe and steel hangers shall be provided. b. All vertical drops shall be supported so as to prevent sagging or swinging. C. Pipe hangers shall be spaced as follows, unless otherwise noted: (1) Pipes 3/4 to 1-1/4 inches not over 6 feet apart. (2) Pipes 1-1/2 to 2-1/2 inches not over 10 feet apart. (3) Pipes 2-1/2 to 3-1/2 inches not over 12 feet apart. (4) Pipes A to F inches not over 14 feet apart. (5) Pipes 6 and larger inches not over 16 feet apart. 1033-67 158-11 28, d. All angles, channels, plates or other structural shapes neces- sary for fastening the hangers shall be furnished by the Heating Contractor. Attachment to concrete work shall be made with approved inserts cast into the slabs, or expansion bolt hangers. AN e. No punching of holes in structural steel will be allowed unless approved by the Architect-Engineer's Superintendent. 29. ilAIIS AND RISERS: a. All pipe shall be continuous between fittings wherever possible, as short lengths and couplings will not be permitted in any instance where run may be accomplished with standard mill length of pipe. b. Steam and condensate return mains shall pitch downward in the direction of flow not less than one inch in forty feet. C. I-lot and chilled water piping shall pitch up to the expansion tank, shall be vented at all high points where air may be trapped. d. Branches to supply risers and to other equipment shall be valved closed to the mains. The length of pipe used in the offset be- tween the risers and the mains shall be given sufficient pitch from the main so that it will drain properly at all times. Ec= e. All piping shall be installed as neatly as possible and paralleled with the building construction. f. Piping in finished portions of the building shall be concealed, except as otherviise indicated. 30. JOINTS: a. This Contractor shall be responsible for one .year from the date of acceptance of the project by the Owner for the tightness of all welded, screwed, or flanged joints, including gaskets fur- nished or made up by him. Acceptance of the work and payment for same shall not release the Contractor. 31 . SCALE POCKETS: a. Provide two inch scale pockets in two inch and larger pipe for each end of main drip at least 8 inches long. Other scale pockets to be the same size as the pipe line. Pockets to have capped ends and connection out the side. 32. ANCHORS: a. All piping to be securely anchored wherever necessary in order to insure proper direction of expansion and contraction, localize such movement and prevent creepage. • 33. ECCENTRIC COUPLINGS: a. Eccentric couplings shall be provided in all cases where air or 1033-67 158-12 4 33. water pockets would otherwise occur in the mains, due to a reduction in pipe size. Eccentric couplings on steam lines shall bring the pipes flush on the bottom. b. Eccentric couplings in water lines shall bring the pipes flush at the top. 34. DRIP TRAPS: a. Every drip point in the steam heating system shall be provided where required or indicated on the drawings and have a steam trap with gate valve and strainer with removable basket ahead of trap. Provide union each side of trap. 35. PIPE INSULATION: a. Steam Piping: (1 ) Insulate all steam piping with 1-1/2" thickness and 3/4" thickness on condensate piping; insulation shall be 85b Magnesia, Fiber-glas, Gustin Bacon, or equal . Insulation shall be molded to fit piping. (2) All fittings shall be covered with the same type of insulating cement equal to the thickness of the pipe covering, and the 6 � whole shall be covered with 6 oz. canvas pasted on. (3) At each hanger, a 16-gauge galvanized sheet metal shield at least 18" long shall be placed around the pipe covering in order to prevent the hanger from damaging the covering. These shields shall be so placed that the pipe will reset the center of the shield when it is at its maximum temper- ature. (4) Insulation is not required for unions, flanges, and valve bodies smaller than 2", except where installed in exposed locations lower than 8 feet above the floor. (5) All pipe covering shall be continuous through wall and floor sleeves. (6) All exposed covering that is less than 8 feet above the floor shall be covered with 8 oz. canvas pasted tightly in place, with seams located where least visible. (1) All cemented joints shall he smoothly made and finished off to the same diameter of adjacent insulation, so that no ragged or uneven joints show. (8) Outside of all exposed covering shall be given two coats of "Arabol" cement, or equal . 1033-61 15B-13 x i 35. h. Chilled and Plot hater Pipe Insulation: (1 ) Insulate all chilled water supply and return piping with 1-112" thickness, dual temp, Gustin Bacon, Fiberglas, or equal, sectional molded insulation with integral vapor seal , applied in accordance with printed instructions as recommended by the manufacturer. (2) All insulated lines shall he supported outside the- insula- tion with half round 18-gauge galvanized steel shields or saddles of length not less than the diameter of the insula- tion. (3) Outside of exposed insulation shall he further vapor-proofed with two coats of Arabol cement, or equal . (4) Insulation is not required on cooling coil drain lines or on condenser water piping, except when installed within finished ceiling. The chilled water pump and miscellaneous components shall be painted with a vapor barrier type mater- ial to prevent condensation. (5) Hot water piping shall be insulated similar to as specified above except 1" thick with no vapor barrier required. (6) Hot water converts shall be insulated with 1-112" thick blocks wired in place, cemented smooth and covered with 2 layers of 3 oz. canvas and sizing. 36. DUCT INSULATION - INTERNAL: a. Insulate all sheet metal , ducts with 112" thickness of Gustin- Bacon "Ultralite 200" or Fiberglas PF 338 material , with black mat faced duct liner to interior of duct adhering same over entire surface by means of Minnesota Mining EC-1128, or equal . Adhesive shall also be used for sealing butt joints and exposed cut ends of lining material. Duct sizes shown shall be net dimensions inside of internal lining material . 37. PREFABRICATED DUCT'14ORK SYSTEMS: a. Rigid Prefabricated Ductwork: At Contractor's option, all con- cealed low velocity uctwork with the largest dimension of 42" and under as shown on the plans,may he fiberglass duct as manu- factured by Gustin-Bacon or Fiberglas Mfg. Co. Each joint shall be reinforced by a sheet metal sleeve, or as recommended by the manufacturer for the correct duct size. All fittings such as tees, elbows,bends, etc. , also shall be reinforced with sheet metal fittings as specified by the manufacturer. All joints and connections shall be further reinforced by Mystilk Adhesive Products, Inc. , pressure sensitive tape. Tape shall be care- fully rubbed en. All ductwork shall meet the NBFU, 90A and U.L. listing, Class 1 Duct System. 1033-67 I SU-14 37. b. low Pressure Insulated Flexible Duct: ® (1) Insulated low pressure flexible duct for air outlet connections shall be listed by Underwriters Laboratories, Inc. , and shall conform to the Class 1 requirements of the National Fire Pro- tection Association with a flea spread rating of 25 of less and a smoke developed rating of 50 or under. Conform to NBFU 90A. Maximmwe 12' - 0" length. (2) The flexible duct shall have a continuous inner liner and a factory sealed vapor barrier jacket. Insulation shall be nominal 1" thick by 1 lb./cu. ft. density fiber glass. (3) F1exi d e duct shall be installed per manufacturer's recommen- dations. All joints and connections shall be ado with posi- tive locking steel straps. (4) Insulated flexible duct shall be Type SL GLASS-FLEX as manu- factured by the General Envii nt Corporation. C. Fittinas for Low Presjre Flexible Duct (Sheet Metal: Low e f pressure Shall e attached to the branch duct with the factory installed Spin-on type galvanized steel fitting. The fitting shall have an integral blancing and/or air extractor, and shall be secured to the flexible duct with a 1/2" wide posi- tive locking steel strap. d. Fittin s for L99 Pressure Flexibl DuSt (Fik2rallij Duct Board): Low pressure flexible duct shall attached to r glass) branch ducts with factory installed Twist-Lock galvanized steel fittings. The fittings shall have an integral balancing damper and/or air extractor, and shall be secured to the flexible duct with a 1/2" wide positive locking steel strap. 38. SHEETMETAL DUCTWORK: a. All metal ducts; dampers, and accessories, unless otherwise noted, shall be fabricated of galvanized iron, or aluminum as noted below in accordance with the recommendations of the latest ASHRAE Guide and Pamphlet 90 of the NBFU. Aluminum, where used, shall be 22 or 38 alloys in 1/2H or 1/314 temper. b. The gauge of metal and size of bracing to be used shall be in accordance with the following table: Duct G.I. Alums. Max. Size US Ga. B&S Ga. Bracing S�cina Up to 1'2" _N_ _W_" None 13" to 24" 24 22 None NOW 25" to 30" 24 22 1"xl"xl/8" angle 4' from Joint 31" to 40" 22 20 111x1"xl/8" angle 4' from Joint 41" to 60" 22 20 11/2"xl/2"xl/8" angle 4' from Joint 61" to 90" 20 18 1-1/2"xtrl/2"xl/8" angle Diagonal or 2' froim 91" and up 18 16 1-1/2"x 1-1/2"0/8" angle Diagonal or 2'froim Jt, 1033-67 , 158-15. 111Z 38.. Angle stiffeners shall be riveted to ducts with 5-lbs. rivets on 9" centers. Longitudinal seams shall be flat crimped Joints. c. The following types of transverse joint construction, or other joint connections of equivalent mechanical strength and air tightness shall be used. Max. Size jxpe of Joint Reinforcing Seacin9 Up to 24" S. Drive,docket, Bar None 7' - 10" 24" to 40" Drive, 1" Pocket, 1" Bar None 7' - 10" 41" to 60" 1-1/2" angle, Pocket, Bar 1.3/8" x 1/8" Bar 1' - 10" 61" to 90" 1-1/2" angle, Pocket, Bar 1-3/8" x 1/8" Bar 3' - 9" 91" and up 2" angle, 1-1/2 Pocket, Barl-3/8" .x 1/8" Bar 3' - 9" d. Ducts 42" wide and over, shall be suspended from standard units manufactured by Unistrut Products Co. , or equal . A piece of sound deadening felt or insulation shall be inserted between the duct and the supporting member to prevent the transmission of vibration to the building. Supports for ducts 24" wide and under may be 1" straps of heavy gauge metal securely bolted or riveted to ducts and neatly attached to building structure at intervals of not more than 5 feet. All wires or temporary sup- ports shall be removed. Vertical ducts shall be supported at each floor with angle irons securely riveted to the ductwork and existing several inches beyond the hole in the floor. Ducts MIN shall not touch building construction. Provide additional sup- ports where ducts pierce building partitions. • e. Turns in ducts shall be made with a minimum radius equal to the width of the duct except as otherwise shown. All mitered turns of greater than 45 degree deflection shall be made with Barber- Colman "Airturns", or equal , of full duct size. f. Workmanship shall be first class in all respects. All exposed edges shall be returned both for strength and appearance, and the sheet metal shall be fitted closely and neatly together and furnished with all necessary ribs, cleats, stiffeners and other reinforcements required to make all sections rigid and substantial . Flat surfaces having shortest dimension 18" or over shall be free flowing and tight, and to this end, shall be constructed accord- ing to the drawings with full free area being maintained through- out, without obstructions or abrupt angles unless otherwise specifically indicated by the drawings. g. Discharge and inlet ducts of all fans shall be made with two layers of #128 Fiberglas fabric or equal , which shall be securely attached to fans and ducts with metal bands and clamps, but not stretched tightly. Longitudinal seams shall be stitched. h. Openings in ducts are to be sealed during construction to prevent plaster, wood trimmings, etc., from entering the ducts. I . Wood grounds or metal plaster frames for fastening of outlets • shall be installed and the ends of ducts shall turn over 3/4" for airtight connections between the ducts and outlets and they 1033-67 15B-16 t 38. shall have separate sets of screws. Frames and ends of ducts shall be properly placed securely anchored before lathing and plastering is begun. j. Fresh air intakes and exhaust air outlets shall be installed as shown on drawings. Openings shall be equipped with 1/2" mesh copper bird screens. Ducts shall be tightly flashed against roof and wall construction to provide a waterproof Joint. Ducts exposed to the wiather shall be soldered water- tight. k. Automatic control dampers shall be standard factory assembled units with anti-friction bearings and felted edges. Dampers shall be installed as shown on the drawings for the purpose of controlling fresh, exhaust and recirculated air. All automatic control dampers shall be opposed blade type where practicable. 1 . At all accessible divisions of mains, install splitter dampers. If a splitter damper would be impractical , an accessible volume damper shall be placed in each branch. Each of these dampers where exposed shall be equipped with Parker, Ajax, or equal , malleable iron quadruants with set screw. All concealed dampers shall be equipped with Young #301 , or equal , concealed damper regulators. Multiple shutter dampers shall be similar to those specified under "Automatic Dampers" above, and shall be full size ducts. Butterfly dampers shall be made of galvanized sheet iron gauges heavier than ducts in which they occur and shall be • fitted with cast iron damper rods with Ajax, or equal , bronze bearings. M. Air deflecting and distribution devices shall be installed at all points where branch ducts intersect mains at 90 degrees. Such devices shall be Barber-Colman air volume extractor with suitable operator, or equal , of full outlet area. n. Underwriters type fire dampers as manufactured by "Terri- Products" shall be installed where required by the NBFU and shall conform to Pamphlet No. 90 of the NBFU. They shall be provided in every instance where a supply duct pierces a con- crete floor and/or the walls of the duct shaft, and shall close in the direction of air flow. Design of fire dampers shall be such that a minimum of air resistance is caused by dampers when in open position. Provide access and inspection panels at each fire damper. The space around each duct of fire dampers shall be sealed tightly with non-combustible mastic filler. o. Access doors shall be provided in sheet metal ductwork for ac- cess to each automatic damper operator, to each damper, and where indicated for cleaning ducts. Doors shall be at 16" x 20" or as large otherwise as construction permits. Gaskets shall be provided as necessary to prevent air leakage. Access doors shall be Air Factors, Style 1618AD, or equal . p. Access doors shall be made with flat rim frames and of at least 1033-67158-17 t :�b�.��.�: �t3 ..'+;,n'.e�' T`axe+.r,c,,.•s+`s•�'hv+,.��-..<1'.�'dr r v. _...�,;,...... k wX �b _ } `a,:c F» � yy...zz. .. �Y 1 '' S x ,.. ,.- a_:1'. dAf+..rT,. {,�v¢sAF.M ��._.;t;,.`9S_ ��vv "- t%- a?.,.N },`V 2:klr `::./,.,,t?.',n:msd"P:.�tiF.'- '`•�;i;. c'.e•q.t:; ..x.^: 38. two gauges heavier metal than the ducts in which they are in- stalled. Angle iron reinforcing shall he provided where neces- sary. Where access doors are provided in insulated ductwork, doors are provided in insulated ductwork, doors shall be composed of two sheets of metal with insulation between, equal to duct- work insulation. 38A. ACCESS PANELS: a. Access panels shall be as specified under GENERAL TECHNICAL PROVISIONS 1F; and shall be provided for all concealed equipment, valves, dampers , controls or other devices requireing service or adjustment. b. Where access doors with acoustical tile are required and where access is required through lay-in type ceiling panels, Contractor shall provide an exposed color coded screw for ready identification, as directed, 39. PERMISSIBLE NOISE LEVEL: a. To the end that equipment vibration and sound intensity arising from mechanical equipment and unit systems shall not exceed a level of 35 on NC curve in any room served by the mechanical or air handling systems, the following measures shall be taken: (1 ) Additional installation of spring type pipe hangers, flexible pipe connectors or equipment isolation bases to eliminate any sound caused by mechanical equipment vibration. (2) Installation of sound traps at approved locations where required or the incorporation of acoustical duct lining within ductwork prior to outlets in return air, exhaust air and supply outlets or by any combination of the foregoing methods, reducing air noise level within rooms served by the system to an acceptable value as hereinbefore stated. 40. TEMPERATURE CONTROL SYSTEM: a. Temperature controls shall be pneumatic, an extension of the existing system, as manufactured by Johnson Service Co. , and shall be installed, except for the installation of valves and dampers and any electrical power wiring, by trained mechanic regularly employed by the manufacturer. b. All room thermostats shall be mounted within a spherical brushed aluminum housing, suspended from the ceiling in allocation as directed by the Architect in the field. Unit shall be similar to that in use within the county at this time. In addition. the Contractor shall furnish an additional 10% more of the entire unit, including thermostats, for future county installation. C. All exposed air piping shall be Type "L" hard drawn copper tubing. Piping within and behind control panels shall be poly- ethylene color coded. Install in a neat and workmanlike manner and shall he tested and proven tight. 1033-67 158-13 40. d. Install new controllers within a temperature control panel , constructed of ivory colored formica covered plywood. The panel shall have wiring and devices shown on the mechanical drawings. This panel shall be wired to terminal strips for ex- ternal connection to control wiring between unit starters. This wirinv and conduit shall be furnished and installed by Y,e temperature control contractor. Engraved black laminated plates with 3/16 letters cut into white layer shall be used for label- ing of various controls. All control tubing behind panel shall be color coded. e. Furnish and install in the branch line of each thermostat, except room thermostats, 2" indicating gauge to show the exact point within the modulating range to the controller at which it is operating. Modulating thermostats shall be equipped with adjustable sensitivity to eliminate hunting in the con- trol system where indicated on the diagrams, controls shall he mounted on formica covered panels. These controls shall have fully compensated, stainless steel liquid filled capil- laries. For the main fan system plenums, thermostats and ther- mometers shall have averaging bulbs at least 4 feet long. In- stall thermometer adjacent to duct thermostats. 41 . COORDINATION JITII ELECTRICAL WORK ON CONTROLS: a. Coordination between this Contractor and Electrical Contractor on controls shall be as follows: • (1 ) All controls, including thermostats, auxiliary switches, transformers, relays, etc. , shall be furnished and installed in strict accordance with the requirement of the Heating and Air Conditioning Specifications. (2) All control and interlock wiring including conduits shall be furnished and installed by mechanical or temperature control contractor. (3) Heating and Air Conditioning Contractor shall review all wiring connections which have any influence on his equipment which is furnished, installed or modified under this contract to be operated. (4) Heating and Air Conditioning Contractor shall assume responsi bility for the obtaining of correct electrical power and control connections as may be required for proper operation of equip- ment installed by him, and shall not permit such equipment to be operated until he has ascertained that proper electrical connections have been made. 42. COORDINATION WITH ELECTRICAL WORK ON MOTORS: a. Coordination between this Contractor and Electrical Contractor for motors shall be as follows: • (1) Motors required for operation of heating and air conditioning 1033-67 158-19 42. equipment shall be furnished and installed under Heating and Air Conditioning Work. Electrical power connections are by Electrical Division. (2) Magnetic starters with proper overload protection for motor control shall be furnished under Electrical Division in Motor °- Control Centers, for each motor 1/2HP and larger. Starter will be furnished and installed under Electrical Division. (3) Thermal switches with proper overload protection for motor control shall be furnished under Meating and Air Conditioning Work for each motor less than 1l2HP unless motor is furnished with in-built protection. Thermal switches will be installed and connected under Electrical Division. (4) All code required disconnect switches, conduit and power con- nections to electric motors and controllers will be furnished and installed under Electrical Division. 43. CLEANING: F.e:64 a. All piping, ductwork and equipment shall be thoroughly cleaned of scale, rust, etc., prior to painting, enclosing, and placing in operation. Water shall be forced through pipes and air through ducts until the systems are free from foreign substances. b. upon completion of each working day, all open ended pipes and ducts shall be temporarily plugged to prevent entrance of ro- dents, dirt, etc. 44. PAINTING: a. All exposed piping, exposed ductwork, tanks, fans and other equipment, structural steel supports for equipment and hangers shall have finish paint as specified under other divisions. b. Interior of all supply and return air boxes shall be given one coat of flat black paint, furnished and installed by Mechanical Contractor. C. Final painting is furnished and installed under other divisions, color as selected by the Architect. d. Primer for steel and black iron shall be synthetic red lead; for insulation, glue sizes by Mechanical Contractor. e. All hot steel or iron exposed surfaces shall be given a coat of heat resisting, Koppers Hi-Heat grey, or equal paint, by Mechani- cal Contractor. f. Factory finished eg41PmOnt apparatus shall not be painted except 1033-67 ISB-20 f; 4 44. that any parts which may have been damaged in shipment or instal- lation shall be touched up, by Mechanical Contractor. g. Aluminum, copper and galvanized iron surfaces and pipes to be insulated shall not be painted. 45. IDENTIFICATION: a. All valves shall be numbered and identified with clearly stamped 1-1/4" diameter brass tags in accordance with drawings and ser- vice performed. A typewritten schedule of these numbers and identification shall be mounted in the Instruction Case. All equipment shall be labeled with 1" high stencils showning iden- tifying mark noted on the drawings and usage. b. Ducts in Machinery Rooms and exposed areas shall be stenciled not over 30 feet apart, with each duct stenciled at least once in each individual room where they are exposed. Stencils shall be arranged neatly and symmetrically and in a manner to pro- vide ease of reading. Stencil sizes shall be approved by the Architect before stencils are cut. All stencils shall be applied after final painting is completed. c. Pipe shall be identified in accordance with ASA Standards A-13, using W. H. Brady Co. , or equal , printed tapes. Arrows shall be included to show direction of flow. Pipes 2-1/2" and less O.D. shall be Style C printing, and pipes 3" and over O.D. shall use Style B. Air ducts shall include Style A arrows to show direction of flow. Identiftcation shall be provided not over 30 feet apart in exposed areas, with each pipe identified at least one in each individual room where they are exposed, and at all locations behind access doors. Identification shall be as follows: Condensate (from cooling units) Condensate Return (steam) Refrigerated Water Supply Refrigerated Water Return Steam Supply (15 PSI) Hot Water (Supply and Return) 46. INSTRUCTIONS: a. Instruction books and data sheets for equipment beinginstalled under this specification shall be delivered in triplcate to the Architect for distribution to the Owner. The chief opera- ting engineer and other designated personnel shall. be personally instructed in the operation of all controls, special devices, equipment and system as may be required to insure proper opera- tion and service. 47. TESTS: • a. Steam and water piping shall be hydrostatically tested and proved tight before covering. Tests may be made in sections, _ 1033-61 158-21 i= i �} .ear."a=,.. .,,,,.:J .. 7., ,.... .,t.. «t .. o ., _ t .E... .... ., i... ... r,f.+t,;i.vt a fRl..,.1 c *.h•.:.. . .1....,u,.ai.,,t4.4*. s=-. ti. . . ,n ..._. 47. provided connection to section previously tested is included in each test. All connections or piping found unsatisfactory shall be replaced or repaired to pass a satisfactory test, and any damage to the building occasioned by such replacement or repair shall be restored equal to the original condition. b. Equipment other than piping shall not be subjected to hydro- w� static tests. c. Test pressure applied at highest point of system shall be 150 PSI for water and steam piping. Test pressure shall be main- tained for a period of not less than four hours with no sign of leaks or drop in pressure. d. Three (3) copies of the final test record of air distribution and balancing shall be submitted to the Architect for approval. The record shall contain the following data: (1) Total measured capacity and static pressure of each fan, includ- ing fan R.P.M. (2) The followin? characteristics of each air outlet - location, manufacturer s catalog numbers, size, average velometer or anemometer reading, air stream temperature, corrected rate of flow in cubic feet per minute at 60 ° F. The average velocity of grille faces shall be the average of three (3) readings taken at the 1/6 points at the center line of the long dimension of the grilles. Diffusers shall be tested as recommended by their manufacturer. e. Make all necessary control adjustment and balancing of flow of the heating media and air conditioning and then operate the entire system for a period of not less than two working days for the purpose of proving satisfactory performance. During this period, instruct such persons as the Architect may desig- nate in the proper operation, care and maintenance of the system. Should further adjustment prove necessary, operating test shall be repeated until a satisfactory test is obtained. f. Furnish all necessary labor, materials, and equipment for con- ducting tests and pay all expenses in connection therewith. Should leaks develop while testing, tests shall be repeated after repairs are made until a satisfactory test is obtained. g. Air conditioning system shall be tested as in actual service to determine compliance with the specifications. Fans shall be set at proper RPM to meet the specified CFM at the static pressure of the systems; and all fans, motors, drives, duct- work, etc. , shall operate smoothly and quietly under normal operation. Any undue vibration, noise, rattling or other objectionable factors shall be promptly repaired or the unit and/or device replaced, and the system re-tested. It is the intent of this paragraph that the Contractor shall provide all labor, equipment, instruments and materials rewired to adjust, balance, regulate and check the systems to insure the proper 1033-67 t56-22 47. air delivery and air balance.in the rooms and areas as indicated on the drawings. Suoply and exhaust air quantities shall be balanced individually and with respect to each other to insure the proper air change and proper pressure conditions as related to adjacent building areas and outside conditions. Fan speeds shall be adjusted to suit actual static pressure conditions to deliver the required air quantities, any extra fixed drives or variable pitch drive sheaves required to secure the proper con- ditions to deliver the required air quantities, any extra fixed drives or variable pitch drive sheaves required to secure the proper conditions shall be supplied by the Contractor as part of his work. Adjusting and balancing shall be accomplished by personnel experienced in the use of the instruments involved. All necessary adjustments required during the warranty period as outlined under the paragraph "Guarantee" shall be included as viork required under this division. The temperature control system shall be adjusted, in conjunction with the duct system to insure proper coordinating of the systems. Temperature con- trols shall be completely checked by the Contractor, and all necessary adjustments shall he made to insure proper operation and control . Each individual control device shall be checked and set as required to insure completely satisfactory operation. h. The Contractor shall be required to re-check the balancing (and if necessary re-balance) as described in this section the entire system after occupancy, no sooner than two months and before four months of date of occupancy. 48. RECORD DRAWINGS: a. Shall be provided as work under this Section in compliance with requirements under GENERAL REQUIREMENTS-M, Article 6. 49. GUARANTEE: a. Refer to GENERAL CONDITIONS GC 5-F. and GC 29, and SUBMITTALS-1C; for related requirements. 50. MANUFACTURER"S NAME PLATE: a. All manufacturer's identification nameplate on equipment installed under this contract shall be readily visible. 51 . CLEANING OF PIPING SYSTEM: a. After piping completion all piping shall be completely flushed of all scale, rust or any foreign debris. Then remove all strainer screens and clean. The system shall be completely free from any foreign material . 52. WARNING SIGNS: a. Install proper "warning signs" as required by the State Industrial Safety Department for all automatic starting equipment. Verify the • sign size and type of material from which it is to be manufactured with the State Industrial Safety Code. 1033-67 15B-23 53. COMPLETION: a. Refer to COMPLETION OF WORK-1J. 54. INTERRUPTION OF EXISTING SERVICES: a. Refer to ACTIVITIES ON PREMISES-DD. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements., r 15B 24 t_, �''�T.'��'�a�.....e£;.r r � �, � �-.,:�` �,_'.; o }. t ,�i ^> s.. r S yr. ��* v�.Y.S �4 F,.'�r.,9} t t' ��1 �1! r ,s1. x..•�:t.�� r �',,� �.itr�,T F `,<1 ,,;h r� .�>FF"���h'. �,r. ..�y,�fxr a 3'.� w^ .j ..t 4v y � �, S sl�`s ,i:��t7.'•�� ..y:>,�.,. td��sY,+. it ta. rkf uu,,,,_��.rvr.' F� •1;'..rkUhS�.;'.�.'}�4 'u.J''v:>n}' +P �5�,�.SK i :Si�.: FIRE PROTECTION SYSTEMS AND EQUIPMENT - 15C 1. Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE: a. This Section Includes: (1) All labor and materials required for the complete installation of fire protection systems, as shown on the drawings, covered by this section of the specifications, or required to complete the work. In general , the work includes but is not limited to the following: (a) Make all necessary connections, to make system complete. (b) Complete automatic fire sprinkler system for basement areas. (c) Complete wet stand pipe system including hose racks and cabinets. (d) All equipment piping canopies, etc. , shall match existing installation. b. Work Included In Other Sections: • (1) Heat actuated devices and connections to alarm system. (2) Electrical wiring. (3) Painting, unless specifically required hereinafter. 3. GENERAL PROVISIONS a. Submittals: As specified and scheduled under SUBMITTALS-lC, except as specified herein under Article 12. b. Related work shall be included in compliance with applicable requirements specified under TRENCHING & BACKFILLING-2B and CAULKING & SEALANTS-7A. 4. CONTRACTOR QUALIFICATIONS: a. The fire protection systems be designed and installed by a firm regularly engaged in the design and installation of Fire Protection systems in accordance with requirements of the National Board of Fire Underwriters and by the Pacific Fire Rating Bureau. The Owner may require evidence to support the above requirements, and may reject any proposed installer who cannot show suitable experience. 1033-67 15C-1 of 3 5. APPLICABLE SPECIFICATIONS: a. The following publications, of the latest issues but referred to hereafter by basic designation only, form a part of this specification. (1 ) NFPA-10. "Installation, maintenance, and use of Portable Fire Extinguishers." (2) NFPA-13. "Sprinkler Systems." (3) NFPA-14. "Standpipe and Hose Systems." (4) NFPA-23. "Fire Department Connection for Sprinkler and Stand- pipe Systems." (5) NFPA-24. "Yard Piping Supplying Nater for Fire Extinguishment." (6) Underwriters Laboratories, Publication: "Lists of Inspected Fire Protection Equipment and Materials." (7) The City of Richmond Building Code, and rules and regulations of the City of Richmond Fire Department and State Fire Marshal . (A) Nothing in these plans or specifications is to be construed to M" permit work not conforming to these codes. P (9) !There the standards of the drawings and specifications for materials and/or workmanship are higher than the requirements of the documents cited above, the drawings and specifications shall take precedence; otherwise, the documents shall govern. 6. LICENSES, PERMITS AND FEES: a. The Contractor shall provide, procure and pay for all permits, licenses, Utility Company, and Highway encroachment fees, re- quired to carry on and complete his work. 7. UTILITIES: a. Comply with applicable rules of local utility companies furnish- ing service. Verify locations of existing utilities and obtain Utility Company service and connection fees prior to bidding as no allowance will subsequently be made for any error or omission on the part of the bidder. K. VISIT TO SITE: a. The Contractor shall visit the site of the building, take his own measurements and obtain such other information as may be necessary for his bid. No allowance will subsequently be made for any error or omission on the part of the bidder in this connection. 1033-67 15C-2 9. SUPERVISION AND WORKMANSHIP: a. The Contractor shall personally, or through an authorized and competent representative, constantly supervise the work and e' shall as far as possible keep the same foreman and workmen on the job from commencement to completion. The workmanship of `"`` the entire job must be in every way first class, and only ex- z � perienced and competent workmen will be allowed on the job. 10. STORAGE AND SHOP: a. The Contractor shall provide all temporary storage and shop rooms that may he required at the site for the safe and proper storage of his tools, materials, etc. These rooms shall be con- structed only in locations approved by the Architect and must in no wav interfere with the proper installation and completion of other work. They shall be removed by the Contractor at his own expense within three days after having been notified that such removal is necessary. 11 . INTERPRETATION OF DRA14INGS: _ t a. The drawings are diagrammatic, and establish the general require- ments of the work, the sizes of members and the relations of r parts. Before laving out or installing any work, refer to the general drawings (including architectural , structural , heating and ventilatinq, plumbing and electrical ) for conditions and dimensions and take all necessary measurements at the building. b. If any part of the plans or specifications may not appear clear or definite, the Contractor shall apply to the Architect for his interpretation and decision of the same and have all such questions decided before proceeding with the work. 12. SHOP DRAWINGS: a. Before the Fire Protection contractor begins the installation he shall provide the Architect with six complete sets of final approved shop drawings. The shop drawings shall include detail plans of Fire Protection including sections and a plot plan show- ini7 the locations of underground supply connections, outside control valves, fire department connections, and other equipment to be used. These drawings shall bear the stamp of approval of the City Fire 14arshal , and State Fire Marshal . 13. INSTALLATION: a. Heads shall match existing and be centered on ceiling tiles. All heads shall be installed with swing arms. Refer to Division i-GENERAL REQUIREMENTS for additional requirements. 1033-67 * * * * * 15C-3 ELECTRICAL - 16A 1 . Refer to SPECIAL CONDITIONS Article SC 1 for general and technical specifications applicable to this Section. 2. SCOPE: . a. This Section Includes: ir (1) Under this heading shall be included all labor and material re- quired for a complete wiring system to outlets and all equip- ment shown on the drawings or covered by this section of the specifications. In general, this includes, but is not limited to the furnishing and installing of the following: (a) Complete system of feeders and associated equipment. (b) Complete system of branch circuit wiring and equipment for lights, plugs and power, including underfloor raceway and systems. (c) Lighting panelboards, lighting fixtures, wall switches and convenience outlets. (d) All hangers, anchors, sleeves, chases and supports for fix- tures, all electrical materials and equipment. (e) Complete operating extension of existing Fire Alarm System. (f) Provision for P.T.6 T. telephone system, including tele- phone conduits, boxes, etc. (g) Furnish, install and connect switches, etc., where required by code and where called for on drawings for equipment covered by other sections of these specifications. (h) All excavating and backfill as required and subject to the approval of the Architect. All lamp bulbs and/or tubes for lighting fixtures. ((j Tape sealing at end joints of cellular metal floor decking. 3. GENERAL PROVISIONS: a. Submittals: As specified and scheduled under SUBMITTALS-1C, except as specified herein under Article 14. b. Related work shall be included in compliance with applicable requirements specified under TRENCHING & BACKFILLING-2B and CAULKING & SEALANTS-7A. 1033-67 16A-1 of 14 f 4. PERMITS, RULES AND SAFETY ORDERS: a. Contractor shall provide, procure and pay for all permits, licenses , fees, etc. , required to carry on and complete his work. All work and materials shall be in full accordance with the latest rules and regulations of the National Electrical Code; the National Fire Protection Association; State Ordinances; Title 24 - Building Standards, California Administrative Code; Regulations of the State Fire Marshal ; and with any prevailing rules and regulations pertaining to adequate protection and/or guarding of any moving parts or otherwise hazardous locations. Nothing in the specification is to be construed to permit work not conforming to these regulations. b. Whenever the drawings or specifications require materials, work- unship, arrangement or construction of a higher standard or larger site then is required by the above mentioned rules and regulations, the drawings and specifications shall take precedence. c. Should there be any direct conflict between the above mentioned rules and the drawings or specifications, the regulations shall govern. No extra charge will be paid for furnishing items re- quired by the regulations, but not specified or shown on the drawings. Rulings and interpretations of the enforcing agencies shall be considered a part of the regulations. 5. VISIT TO SITE: a. The Contractor shall visit the site, take his own measurements, and verify for himself the exact locations and conditions. It shall be the Contractor's responsibility to obtain for himself all information necessary for an intelligent bid. No allowance will be subsequently made by the Architect for any error or /omission on the part of the bidder in this connection. 6. M SITE CONDDIIt0!S. a. The Contractor shall exercise extreme care during excavation to avoid damage to existing utilities. He shall be held responsible for any damage arising from his operations and he shall repair to the satisfaction of the Architect any such damage. 7. RESPONSSIBIIItY ANQ_C2Qffj%TION: a. Contractor shall consult architectural, ongineerings structural and mechanical. plans and check thew with his work, as he will be held responsible for conditions shown on one and not indicated on the other that may affect his contract. 8. SUPERVIII,ON_AND WIMNSHIP: a. The Contractor shall personally* or through an authorised and competent representative* constantly supervise the work and shall so for as possible keep the sate foremen on the work from com- mencement to completion.- The woriwnship of the entire job must be in evor iwyr first class, and only Upefibnced and competent workmen will be allowed. on the ,fob. Incompetent workmen shall be dismissed. 1033-67 16A-2 9. CUTTING AND REPAIRING: a. The Contractor shall do all cutting necessary for the proper installation of his work and sM11 repair any damage done by himself or his workman and shall coordinate his work with that of other parties. No cutting shall be done except with the Architect's approval. The Contractor shall patch and repair -W4 all surfaces damaged by himself or his workman. The patched surfaces shall match the existing surrounding surfaces in ma- terial and workmanship and finish, and all repairs shall be done to the satisfaction of the Architect. 10. PROTECTION AND CLEANING: a. During construction, all work embodied in this specification shall be properly protected from damage by accident or other- wise. Detective parts shall be repaired and replaced by the Contractor at his expense and the entire work left in a con- dition satisfactory to the Architect. All rubbish, surplus material and debris resulting from this work shall be cleaned out and removed from the building and premises by the Contrac- tor at completion. 11 . (Not Used) 12. FIRE PROOFING: a. Any portion of fire proofing on steel coldonst beams and decking to be, rmved or disturbed by the Installation of pipingo ducts, conduits* etc., shall be,approved by the Project Inspector. The replac nts :ot fire proofiq removed or damaged she l ,be replaced at the expeAte of the sub-contractor responsible for same. 13. APPROVAL OF MATERIALS: a. Ali electr+cal arterials shall be new and listed ,with the Under- writer's Laboratories. Inc.$ shall elect their regVireawnt: 'and shall bear their label:whimper standsrds have bion eaabllshed and label sarwice is regularly turnis, bi.that agency. 3 1033-67 1611 5 3 3,.( :r' ri -, } av r'x, , 'V. +,. ° r y4F�4-: wSf Y.. ''1 sC�.t•m.= h y";x'`v'a� 'Sri.-� ' tUr:t,s:4 3 s _ •'i!- qgt L;ge,:rtya ''?fix+,. sti 6'r�i��. her+� zr'r�. . .,x}a, �dt } s ,� :5� � `^.'n;$�A+Ua , ,:s,�''r'• s"0� "�ti, fi '�r .. L ...-..s 13. MATERIALS AND SUBSTITUTIONS: a. All electrical materials shall be new and listed with the Under- writer's Laboratories, Inc. , shall meet their requirements and shall bear their label wherever standards have been established and label service is regularly furnished by that agency. b. Refer to requirements under MATERIALS-1B. C. Samples of proposed substitute items shall be submitted when requested by Architect., 14. SHOP DRAWINGS: a. The Contractor shall submit shop drawings for the following: (1 ) Distrubition Panels. (2) Lighting Panels. (3) Transformers. (4) Special Pull Boxes. (5) Lighting Fixture Cuts. (6) Signal Equipment. • 1033-67 16A-4 ���� � a i't�k��'�..�q,�F.}�F�S`w?ta:.ii. x.,5.1 s�+�?"h U���:ir� �.i u�. ..r.'`e����tdg`..r`."am_+,,` . .�k.+...:�S.?....,, ,' a. t.`s r . ... ,... !•f,L;{r.�!.._$%*'.??�r a._ ,. .t..o -:. _ ..v 15. CONNECTIONS TO MECHANICAL EQUIPMENT: a. Contractor shall furnish and install conduit, wiring and all electric connections from building wiring to the motors for the heating, ventilating air conditioning and/or plumbing -' equipment. He shall furnish all switches, motor protection devices, and necessary control wiring not furnished under other sections of these specifications. Read the Pleating, Ventilating, Air Conditioning and Plumbing specifications. b. The Contractor shall ascertain from other Contractors furnishing electrically operated or driven equipment, the exact size and type of such equipment, the exact location of such equipment, the proper point where electrical connections should be brought through floors or walls, as the case may be. The locations shown on the drawings are diagrammatic only, and the full re- sponsibility for correct locations shall be placed on the Con- tractor. The Contractor is referred to the mechanical drawings and specifications for information concerning motors and control apparatus and diagrams. All wiring shall be color-coded. C. Motor starters for heating motors, plumbing motors and miscel- laneous motor driven equipment shall be furnished under the same section of the specifications furnishing the equipment. All starters that are not a part of prewired packaged equipment shall be installed under electrical work. d. Responsibility for proper installation of motors shall be under the same section of specifications furnishing the equipment. The electrical Contractor shall check all motors for proper rotation prior to placing in service. e. All control wiring shall be a part of electrical work and shall be in accordance with manufacturer's diagrams, except tempera- ture controls. Temperature control wiring shall be under Heating work. 16. IDENTIFICATION OF SWITCHES AND APPARATUS: a. All distribution panel circuit breakers, externally operated switches, motor starting thermal switches, pushbuttons, time clocks and apparatus used for the operation of or control of circuits, appliances, or equipment shall be properly identified with engraved device plates or phenolic descriptive nameplates. All such nameplates shall be submitted to the Architect for ap- proval before being secured on the apparatus. Card holders in any form are not acceptable. Nameplates shall be mechanically screwed or riveted, adhesives are not acceptable. 17. BRANCH CIRCUIT WIRING: a. The drawings indicate generally the routes of all branch circuits as far as it is necessary for clearness. Runs to panels have been indicated merely as starting from the nearest outlet and 1033-67 16A - 5 17. pointing in the direction of the panel . Contractor shall con- tinue all such circuits and conduits to the panel as though the routes were completely shown. All wiring which terminates in a panelboard, pull box, shall be labeled with E-Z Code Wire Markers, showing circuit number. 18. GE'JERAL "DOTES: a. Before final acceptance of the completed Job, all equipment and materials shall be cleaned of rust or any foreign matter and any damaged finish on equipment or material shall be finished to Architect's satisfaction. b. Flush mounted panels, terminal cabinets, recessed fixtures, etc. , that are found to be too deep to allow a flush fit shall be pro- vided with a wood trim between the wall and Danel trim. Its outer edges shall be quarter-round and it shall be finished as directed by the Architect. C. Where two or more tumbler switches are installed at the same location, thev shall be installed in ganged outlet boxes with � suitable covers and ganged flush plates. d. Mounting heights of receptacles located at counter locations, shall be verified prior to roughing-in. In general , receptacles shall be located above the counter back splash. • e. All signal system equipment shall be connected in accordance with diagrams furnished by the equipment manufacturer. f. Signal system wiring shall be as shown on the drawings; combining wires and conduit will not be allowed. g. All instruction and maintenance manuals, descriptive literature, etc. , furnished with equipment installed and all receptacle caps, additional fuses, etc. , called for by specifications shall be turned over to the Owner before final acceptance or completion of the job. 19. OUTSIDE TELEPHONE SYSTEM: a. Furnish and install a complete conduit and outlet system including conduit, terminal cabinets, phone outlets, etc. Provide one hole cover plate over blank outlets for future installation of a Public Telephone System. Installation of all conduits, cabinets, and outlets shall meet the approval of the local public Telephone Company. Read "Electrical Distribution System for Cellular Steel Floor" under this section of the specifications. 20. GROUNDING: a. The neutral wire of the interior wiring system shall be permanently grounded. Grounding of all equipment, motors, switches, etc. , shall be in accordance with the requirments as set forth in Title 24 - Building Standards, California Administrative Code. 1033-67 16A - 6 21�TS: a. The entire installation shall be free from short circuits and improper grounds. b. Test all feeders by means of a 500-volt agger, after cable is . connected to panels. Furnish Architect with copy of all mmegger =�-- readings before power is applied. The use of a buzzer for testing will not be acceptable. c. Test panels and circuits by means of a megger for grounds and shorts, with mains disconnected from feeders, branches connected and switches closed, all fixtures in place and permanently con- nected, lamps removed or omitted from the sockets and all wall switches closed. d. Test each individual circuit at the panel with equipment con- nected for proper operation. .� e. Ground tests shall meet the requirements of the National Elec- trical Code. f. Upon completion of the work.make a final inspection and operate the equipment under nominal conditions, to the satisfaction of the Architect and other interested authorities. g. Make all tests in the presence of the Architect. 22. GUARANTEE: a. Refer to GENERAL CONDITIONS GC 5-F. and GC 29. and SUBMITTALS-lC; for related requirements. 23. OPENINGS IN METAL FLOOR AND ROOF PANELS: a. Large predetermined openings for flues and groups of pipes are furnished and reinforced.as specified in metal floor section of the specifications. b. All other holes required by work in this section shall be ade in this section and included in the work of this section. All holes larger than 6" in diameter shall be reinforced as shown on the drawings or as approved by the Architect. c. The cutting of cement floor fill and holes in the metal floor panels for all electrical and telephone outlets shall be included in the work in this section. • 24. MATERIALS: (A 6 H. P i S. Bryant, equivalent devices are acceptable) 1033.67 16A - 7 In 24. a. Tumbler Switches: Hubbell #1221-I Series. (277 volt) b. Convenience Outlets: Hubbell #5252-I. - c. Receptacle Caps: Hubbell 05264 - Deliver to Owner, 20% of total number of #5262 receptacles installed. Deliver to Owner ' also, one cap for each other type receptacle installed. d. Device Plates: .040" Stainless Steels Satin finish. e. Safety Switches: Westinghouse, Zinsco, Square D Type NO. f. Thermal Switches: GE Type CRIO61, Westinghouse Type MS. Switches in finished areas flush mounted, 120-volt motors re- quiring disconnect switch or not provided with thermal over- load protection shall be provided with thermal switch at the motor. 25. ELECTRIC FIXTURES: a. Furnish and install electric fixtures complete and ready for service in accordance with fixture schedule together with tamp bulbs and/or tubes of size indicated for all fixtures and lamp holders. b. Fixture designs are indicated on plans by type letters. Catalog numbers specified designate fixture types required. Fixtures shall be equal to those specified in their design, performance, appearance, quality and utility subject to approval of the Architect. c. All fluorescent fixtures shall be equipped with Advance uMKRK II KOOL KOIL", or equal by G.E., ballasts. Ballast shall be guaranteed against audible or objectionable hum or vibration. Fixtures that are unsatisfactory in the opinion of the Architect shall be re- moved and replaced at the Contractor's expense, upon notice by the Architect. d. Continuous row fluorescent fixtures shall be furnished with Joiners and aligners as recommended by the fixture manufacturer. e. All fixtures shall bear the Underwriter's Label. f. All flushed-in fixtures shall fit tight with the finished surface in such a manner that no spill light will show between the ceil- ing and the fixture trim. g. All surface mounted fixtures shall be securely anchored to the outlet boxes or ceiling furring channels to prevent any possible chance of their falling. h. Mounting heights of suspended fixtures are subject to change and shall be verified prior to ordering fixtures. In areas with ex- posed piping and ducts fixture locations and heights shall be tOJ3 67 adjusted for maxi" illumination. 1bA 8 - - 25. i . Recessed fixtures shall be installed using supporting brackets ® and grounds, as recommended by the fixture manufacturer. Pro- vide junction boxes and plaster frames as required by codes. j. All fixtures shall be wired with No. 14 Deltabeston, or equal in quality and utility, fixture wire. Joints shall be made up as specified under "Conductors". k. All exterior lighting fixtures shall have stainless steel , or cast iron aluminum brush finish trims, and shall be fitted with weathertight gaskets. 26. CONDUIT: a. Conduit shall be full weight rigid sherardized or galvanized steel when: (1 ) 1-1/2" and larger. (2) In concrete or moist locations. (3) In exposed locations below 8 feet above floor. b. Conduit installed underground shall have a covering of "Pabco" wrap, #s-40-240-K, factory applied. Couplings and fittings shall be field wrapped as recommended by the wrapping manufac- turer and approved by the Architect. C. Conduit installed underground may be plastic (PVC) heavy wall conduit encased in concrete envelope with 3" minimum coverage. Plastic conduit shall be adapted to steel for bends and concrete envelope shall continue over steel conduit. Equipment ground wire sized in accordance with code requirements shall be instal- led in plastic conduits. Plastic conduit size shall be increased as necessary to accommodate ground wire. Plastic (PVC) heavy wall conduit shall be Schedule 40. d. Primary service conduits (power and telephone) installed under- ground shall be concrete encased rigid steel conduit. e. Conduit 1-1/4" and smaller installed in concealed locations above ground or exposed above 8 feet above floor may be thin wall electric metallic tubing. Couplings shall be of the waterproof type. f. All connections to sliding base motors; to mechanical control instruments or devices not mounted in conduit system boxes shall be made with flexible conduit extending from a junction box in the conduit system to the motor connection or the control instrument. Flexible conduit shall be kept as short as possible and as allowed by the Architect. g. Conduit shall bear the Underwriter's Label. Sizes of conduit shall be as required by electrical codes or as noted on the drawing. 1033-67 16A - 9 26. h. Conduits shall he securely fastened to boxes with locknuts and bushings. Conduits shall be joined by approved couplings and shall have ends butted in all cases where couplings are used. All trapped conduits shall , as far as possible,- be supplied with bleeder or weep holes. ,. i . Conduits shall be concealed in ceilings or walls unless noted - �-- otherwise. Conduits shall be installed in a rigid and satis- factory manner with supports spaced not more than eight (8) feet apart. j. Groups of conduit shall be supported with Kindorf hangers; single conduits shall be supported by pipe straps. No perforated tape will be allowed. k. Exposed conduits, where allowed, shall be installed parallel to or at right angles to building lines. All conduit fittings and outlets, junction boxes, etc. , in exposed conduit installation shall be Crouse-Hinds "Condulet" or equal , threaded type fittings. 1 . Exposed conduits shall he painted to match surrounding surfaces using the materials and methods specified under "Painting". M. Minimum burial of underground conduits outside of building line shall be 24 inches below finished grade. n. All underground conduits entering or leaving buildings shall be • sealed with oakum and mastic at pull boxes, panels, terminal cabinets, etc. Conduits stubbed out of panels, terminal cabi- nets, etc. , shall be capped at both ends. o. Conduits stubbed out of buildings shall extend to an unpaved area, shall be capped, and shall be marked by a 6" x 6" x 18" long concrete post with top set flush with finished grade. Provide brass plate engraved "Conduit" in top of post. 21. OUTLETS: a. Outlet boxes of a type to satisfy the conditions for each out- let shall be employed and shall be installed in a rigid and satisfactory manner by suitable screws. Fixture outlet boxes on ceilings shall be 4" octagonal or 4-11/16" square, as required, fitted with plaster rings and set to come flush with finished surface. Switch and receptacle outlet boses shall be minimum 4" square shallow or deep type as required, fitted with plaster rings and set to come flush with finished surface. b. The location of outlets as shown on the drawings should be con- sidered as approximate only. Study the general building plans with relation to spaces surrounding each outlet in order that this work may fit the work under other headings and when fix- tures or other equipment are installed they will be sywnetrically located according to room layout. 1033-67 16A - 10 27. c. Where surface mounting is necessary because of structural con- ditions, conduit shall terminate in condulet fittings for switches, receptacles, lighting outlets, signal outlets, etc. it d. The Architect reserves the right to move any outlet during rough- in, a distance of twelve (12) feet without any additional cost. 28. CONDUCTORS: a. No wire smaller than No. 12 shall be used in any branch circuit unless otherwise noted. Conductors shall be continuous from outlet to outlet and no splice shall be made except within out- let or junction boxes. b. All wiring shall be copper, type "TW" or "RN", 600 volt, except as otherwise noted. All splices shall be mechanically and electrically perfect. T 6 8, Buchanan or Scotch connectors of proper size and type shall be used. Splices shall be properly insulated with vinyl plastic tape. c. Wire and cable for feeders shall be copper, type TNWN, 600 volt, with Nylon Jacket as manufactured by Simplex, Rema Co. , or their equal in quality and stility. d. All cables shall be installed inconduit without the use of any : lubricant other than powdered soapstone or graphite. e. Bends in cable shall be so made that the insulation wilt not be injured and the radius of the curve of the inner edge of any bend shall be not less than five (5) times the diameter of the cable. f. The wire or cable shall not be kinked or otherwise injured be- fore or while drawing into the conduit or at any other time before the completion of the work. All wiring passing through an outlet box or pull box, or which terminates in a panelboard, Cii box or termini) cabinet shall be labeled with EZ Code Wire Markers. g. All wire and cable shall be color coded and shall bear the Underwriters label; shall be brought to the job in unbroken packages and approved by the Architect before being installed. 29�j._. ME CA$JUTS: (Zinsco equivalent acceptable) a. Panaiboards and cabinets shall be furnished and installed as shown on the drawings. The lighting panels shall be Westing- house, Type NNIS (277-480), and NQB (1201208) and shall be as hereinafter specified. b. Each branch circuit shall have a permanently fixed number. number card holders will not be allowed. Provide typewritten d tory owted on inside of cabinet door, under glass, giving circuit number and complete description of all outlets controlled by each panel circuit. 1033-67 16A • 11 v 29. c. Provide lockout device for all fluorescent lighting branch circuits. c d. Panels shall be provided with proper gutter space, approved barriers and adjustable supports. e. Cabinets shall be 20 inch wide surface or flush mounted, as shown on drawings or noted, provided with single door and trim complete with concealed hinges. Provide combination spring latch, knob and lock on panel door. All locks shall be keyed , alike. Furnish two (2) keys for each lock. f. Cabinet fronts shall be fastened to the cabinets with adjustable trim clamps. g. Cabinets shall be of the code gauge sheet metal type with stretcher leveled steel trim and doors. K h. Cabinet, including doors, and trim shall be finished with rust- resisting primer and two (2) coats of grey enamel. i . Each panelboard shall have an identifying engraved phenolic nameplate attached by screws to the panel trim. See paragraph . . 16, Section 16A. 30. PULL BOXES: a. All pull boxes, unless otherwise noted, shall be fabricated of code gauge galvanized steel and sized in accordance with appli- cable codes. Pull boxes shall be all welded construction fitted with gaskets and covers secured in place with brass machine screws spaced not more than nine (9 inches apart. b. After fabrication, pull boxes shall be cleaned and given one coat of rust preventative paint inside and outside and one finish coat of grey paint. 31. FUSES: a. The Contractor shall equip all fuse holders and switches with fuses of the proper size and type. An additional set of fuses for all fused switches shall be supplied to the Owner's Main- tenance Department by the Contractor after all circuits have been tested. All enclosed fuses shall be Chase Shawwt "Renew- able". Fuses blown during testing and before final acceptance of the contract shall be replaced by the Contractor at his own expense. 32. ELECTRICAL DISTRIBUTT,ION SYLTEN FOR CELLULAR STEEL FLOOR: a. Cellular Floors: The electrical Contractor shall apply the proper closure and sealant materials to the abutting and joints of the electrical cells of floor panels as soon as passible after they have been secured by the flooring Contractor in order to prevent excess dirt or foreign matter entering the interior of 1033-67 IGA 12 32. a. the cells. Plastic tape indicated for sealing metal deck joints shall be Kendall No. 222; or equal ; 2" min. width. The cellular steel floors shall be grounded at a suitable location as required by code. b. Trench Duct Meader: Furnish and install Walker/Parkersburg (H.1f. Robertson company equivalent acceptable) trench duct where indicated on the drawings. _ nd � c. Trenchduct shall be style TA. The system shall consist of Trenchduct, elbows, tees, X units, adapters, bushings, grommets, market screws and other parts as required to form a complete system. d. Trenchduct shall be furnished with steel cover plates and with lugs on each duct section for coupling. Compartment partitions shall be welded in place to the bottom of the trench. Parti- tions shall be adjustable upward and shall have a minion 1/2" wide shelf at the top with gasket. e. The cover plate shall be capable of a 3/8" upward levelling ad- justment after concrete has hardened and without removing cover plates. Following final cover plate levelling, partitions shall be raised to the correct height and shall be tack welded below the over-lapping butt ,point of every cover plate. All welds shall be cleaned and touched up with paint. f. Cover plates shall have over-lapping joints and shall be secured by means of holddown screws. Escutcheons shall be furnished for the screws to protect the floor tile. Holddown screw holes in cover plates shall be tapped to permit insertion of eye bolt to facilitate removal of covers. Trenchduct the trim shall be of aluminum. Sides and base of Trenchduct shall be one-piece construction and made of 14 gauge steel, protected by a U.L. and C.S.A. approved corrosion resistant coating. Trenchduct shall be constructed without cross-bars, thus affording a completely open trench for laying-in of cables. All edges shall be smooth to prevent damage to wire. g. Trenchduct shall be furnished in lengths adaptable to specified plan. Joints shall be sealed with compounds and a gasket shall be used between top of Trenchduct and cover plates. h. All Trenchduct shall be accurately aligned and levelled with the screed line flush with the finished cement floor. The elec- trical contractor shall cooperate with the cement contractor to procure good workmanship where the cement floor meets the Trenchduct. i. Installation drawings shall be furnished by the manufacturer of Trenchduct and shall be approved by the electrical engineer be- fore fabrication of Trench. J. Trenchduct shall be protected from dameV& caused by other trades during the construction period. 1033-67 16A 13 32. k. Trenchduct shall be 18" wide with 6" power and 12" telephone sections, unless otherwise shown. 1 . Trenchduct extensions to telephone closets shall be 18" wide and shall rise with vertical elbow and terminate at telephone equipment locations as directed by the Telephone Company. m. Trenchduct extensions to lighting panels shall be 9" wide and shall terminate in bottom of panel with panel terminal bushing. n. Concrete over steel floor cells will be 2-1/8" (verify). Trenchduct depth shall be as required. o, Service Fittin s: Service fittings for cellular floor system shall e .comp ete with all necessary parts for installation and shall be installed where indicated on drawings and shall be as follows: (1 ) Power: Cat. f513AL-DPS-G with X15262 receptacle. (2) Telephone: Cat. #509-AL (3) A unit price shall be quoted on bid form for addition or dele- tion of each of the above fittings and also for furnishing to the Owner each of the above fittings. 33. RECORD DRAWINGS: a. Shall be provided as work under this Section in compliance with requirements under GENERAL REQUIREMENTS-IA, Article 6. b. Each activated cell of the underfloor electrical distribution system shall be particularly identified. 34. COMPLETION: a. Refer to COMPLETION OF WORK-1J. 35. INTERRUPTION OF EXISTING SERVICES: a. Refer to ACTIVITIES ON PREMISES-DD. Refer to Division 1-GENERAL REQUIREMENTS for additional requirements. 1033-61 * * * * * 16A - 14 .,- and S,OOTARU h ARATAS .SOOTAItU, AItCIIITECT AIA ELVIN A. CQMF.17A ` 3516 _ATACDO1tiAI-IA AVE., ItICIFM0ND..CALIF: 91805 232-2637 RT,;:11i;)r ? Eic-�1J_.rI3 r�T`1'FR :lzZc► MISD AL CLINT,- � s PHASE DEVSLoi7NEN, T. L 0UT1, 1 SP Cxr r A rzarrsJ4 2; 196 f I Nnva-mber '20, .19603-: ' -t N.•;:i:�Gt! rr , ^ARD CF LU?ERVISCRS 1' t A CbSTA OUNTY G neral 'Descr int ion o� I'urnisb all material, la ho and:'ser>>1 a4 -for-,rnv-�,r inU1-jn existinc, ► nfiin- _. IShed area on hasensent ::lo,lr 14,tl0i). cR,. ft -<► .ah into offir_es inclurlinn i'1� necessary me-.banic,iI .and ,ancillary foci l i xc §: All elements of construction and meLhanic%I components ;to he'-contratible vrith Tv-.-)e I f roprcof` coni tr,;_Tion and F-2 07r.upan,ey. Elements of Construction: 1- Floor Systpi7 y 41, Cellular a►,d nc-n-•gel t►11-T Steel do rkxng supilq.tedf"by cons ets� slecrerscon--rete raat, fourdatipncurecl w1t1i per'etratznri ' ! )lull !velci.c to S'te-I :4� ,Ll1nCf Ctrxn�. �e1.l.ulax stt-�e4't t itYlIllts at 6tt .nn ca;lt�r, .tov cr.�el 1£3 0z..�, hOttcn► A Noll- .t?1111111' Lrt?!`� tlf?;^�:l llL : (l:ti- .r Nr�It l(�1 t+��.��1 :t it l c- 't t on 0en"e:t I 16 ,ga s-feel,. r. Concrete te-T-1 i ng, over steet'de^i -i netghti:6- ht tggrec7ata (110 Ih ;/pct. t . dr;} f.7ail(`l' tF'} .^' }'.ti3Ycl� Fsriisli: -laor ixn.^ to align .ivattli existingb.—i4 int floor, eleuari n Par.titions rinci Flirrirfa: 1Tv1ombustih- 1n nnr hour. r,ateri Chro t tilr�lzt Framii1n: d=ire Yct lyd %s?t tr�s�tecl` stanrl ,xd u�c�od. E.azirl�c� t�itt3 S/tlt g ►n t��i. ba. rci om ea.�h Sicir- :Iaty nod:-rjith sr�retvc,`, Resilient chanrels. .rrhero Gounc3 l L to rr?nt r),I-rt-1 t acCIA 3. ceiling- 5v s t ' Susncnded metal tr re'► grid with 'Cl4]Ss I 2., Y �I.f reilinq roard: S►,snanded t,l�►��r�r �r�?zng it zrc�cfl��ni,al axeajs. a*ld'Aa-1,let :rootns� tl:. Doors and Ft.7►aes: fln.1101v metal doc�rr, ^iessec3 st?G•i trim►��- - } L hour. rated ( i te �lig St,7 L1VlV$. 11ardivaret:o natel) t }j is-ting buiIdi ng in nu- ttia 4 _ t ',::. f V 7 Y�,w y. { ry 1, - . i:i ))r)enr? iirialth Cer<.rr `r �i�<<ci� •?I l.ini 4 1. a , ; - ;;i?:^anti - I'nl �^ �a?l,Fr�I CJ i:}i�+C`I)t .>. _ � - S ,,' � t� h � t�tlTLIVE ST Sz-1 'If:ITION , •< (r , .. -11 '1 r a 's,. ,�_ '�. �lnl silex: 2 �f r g F ,4 Walls land �ceilinns Vhv ,o -..,3}eduled twroc,, cont enarlel =t� NXe fzn`is-h 4 tJr 1:s zvtieYe sclzeduted.: vinyl-co�a,tes}_ `Cabri- Toilet room 'wal1s: 'n1azed ,-_eraln t.ile Fa.eor.inc�: Vi'n+1.,l F ,;l-iectOs - ilr3. 7/�,++ , ` 1' �2 4�tltt� "toy cQt rubber ha4e in :.r,ffice areas �zrid �- ;�rr.i�3c�r.s. T�rr.,a��ti t�t:�i:Iry i ri c� }at rot m ; ..or-:,rete s7 ate rvi tl: .iu<<t +)n . ,jbr' }�z�clener =in me. nap i, al:,and c ustod I areas -c)nd stlrs: ' _ n.`; .%ahinri :fork` and :'Counts',r Prefabricated uni+ *vitll hinh 'ire=s. t la*nxnatnd r1 =t1� on �,, c��nnsed` c7nC` cC'^?1-COnCea, ec st)rf11 ,ni-tis;; staiid,a,,Y hardware _; . . ri,: S eCiai.ties 11 h:is._�al,iZnO I:� rz1. - . "s ✓' {. t Tri'let }�3rtit+ans: floor moutifieci steel si=and�-ax.r Fat�tznns with ha4-,erl �`. _ - i i t.. - on .enamel 1 z�.Y=i). i , -i Y }��nd 'rai.ls. anf�C31'2CCi tl�)ii'111uM .11�)f'. 1 2.5 F } { r x �' _� Nit a i.s h r F r t - _ i. eL A$� ! F f F y6 t. : �.9e ,o 'i, C rr �' i t fry ''"' rpt , =:'�a u3 �'r �,.X 3:.,�, } ",-: gar s c. f ir^"'d�' f t ,� i �. ra.F s 4 ,.cX c ti7", � -r gT, ti� k'- r"�altt F A r r -<- '"-C'.� Xd L,y"'1+.��,'rF ;4# YF..F{ �r"nr 1 a�� r y c' k.,int, - '�,, .0 h: "":i -TA ;-r z k z t a r i ..,� z.c- -} t' ,1 `+. - -ft }t-- � S •�I'�'y.F.tt'd ,� . i ,' ., r• ''-3 r 4^- �2`r'11.0-10i'�'*yS.s�w�xT�-I �r 1�.j,.e'= ' F ate- rr r '}i r'� r;+ r Y '+r t i 47.. '> r 5 '`TMS+ +r ;� ¢ F "�, r '' "t sem , { � y s�-YI 4,��� �. � F ,+ti Fy C. d : 'cE Y y �,' �, R ..fa' yrs. a�, -c.. n e d y t11 _ - rt t c C' A t r '- "''��2 humor,s+ , A.7 F t11- z A 3 7l s f fi p-o„"� J-iT4 �,i r - • i 6¢ 7- za yV.r'*=ru r�-x �^e .# �: ii r,. t ' c + ria t t .- Y a +h'eA { L A,' E)'..:xs 5.. k.,' F.s - dq�,' it F ,� a r Y. 2 r_ c , P . _ ,. - .. .. . t , .. ':. _ _ - . ... - .. f j - HEATING. VE-MLATING X'-D ::Ii CONDI•I'I0%PNt: General - The wort: consist:; of- the a:lditlon of new s-vstetns and extension of existing -� system to sllOW of curtain bascriont areas. A portion of _ this area will be St:pal CLI IPy -in extcn:.Lun of au existing forced air system. The r.emainint ar.e:i (appro::lwately 50`; of total) wi.11 be supplied by a new air handling, emit complete ,:.1th it:; own sy tc•i: : i ductwork. To permit proper zoning` of temperature control, reheat coils. will bu emploved, utilizing; hot tater as source of. heat. " A new heat exchanger wili be installed to serve the air handling unit and reheat coils, complete with hot water circulator, connection to existing; steam source and new condensate return pump arranged to discharge into existing condensate return system. T ='; Standards_ - The e_:isting; -ra%,in ,s and specifications for work already done,in the project shall -overs all new work insofar as applicable, new equipment shall match exlstingt c: twin^:nt so far as po:;si Erle, and exposed iterrs in finished areas, ;uclt as diffusers and tiir.r +o--tat: shall be idenl icsl with those previously installed Oil the project. =:atansion of Ex.istin Seri icy - 44!w chilled water supply and return, steam Supply — and cona:�n:;ate return piping extensions will be ~; made to serve the new air 11alldling t.ai.t and hoot exchanger from existing systems. Likewise, air piping of existiz c n_ neumatic temperature control 'will be extended to,, serve new controls. New Piping - Nei.; wort: includes connection of new heat exchanger and condensate return Pump. and installation of new heating supply and return hot water , piPisr�; to :orve new air hatidl ir1g,, unit and :ivw robeat t;ol it:. A or' / circulrztiri:! rfi't,p eX11)M!Sion .111d Various hot t:ata-r ::pccla1L[,::3 are also required in con.jtine tlor= with new work. New Duct work - Existing work includes a cilp-pod connection (for. future extunuio(J) r -^� in ductwork which will he utilized foto a portion of the newly developed arca, extending :supply ductwork as shown. Beyond the limits of the ex- tension of: the existing system, it will be necessary to install a new supply system (supplied by the new air handling, unit). A new system of exhaust ducts will be required, with a duct riser up from the basement to a roof exhaust fan. Exhaust inlet registers shall match existing registers. .. 1. .'rules rind Rt- 1!l tions: F All work and ^at:.rials sh,;Il be in full accordance with the latest rules ct t'u� -:ationa l Board of Fire Underwriters, any local, state or county ordinaucEs, State Depart-ment of Public Health, the Safety OrJers of tine Di.visioin of Indus.ri:;l Safety of the Department of Mdustrial Vclutiuns of the State of California, and the'reoulations f of the State Fire Marshal, and with any prevailing rules and regulations pertaininc; to adequate protection and/or guarding'of any novin;; parts or otherwise hazardous locations. 2. Services: All services are to F;4 e:ids to existing services within building. 3. Materials: a. Water I'i.p.in— type "L" copper with wrought fittings and 95-5' solder. Alm -ip o.v will be insulated. b. Air vipin :.chcdule 40 galvanized steel with screwed fittings, pitched to compressor. r C. Gas Pipiiy: schedule 40 black steel with screwed fittings.:. d. Vacuum PipinZ: schedule 40 black steel with screwed fittings. e. Soilan,.! Waste�!'1Ltc�: uervlce wel)�ht ciost :iron pipe and with caulk joints. f. Vent Pipiny: cast .iron servlet weight pipe and _fitting's 'with caulk joirnts. 4. I'lumbinp Fixtures: All fixtures will match existing fixtures used in existing building. y ?` A.- 5. Condensate Drains: All condensate drains from air conditioning coils and units will be collected. F'ipi.ng will be .,:1V copper piping; with sanitary waste fittings. Sol.dir 50-50. y s a V 11 D. EMECTRICAi, I. Rules and Reculations: All wort: and materials shall be in full. accordance with ,the latest rules and regulations of the national hoard of Fire Underwriters any local, state or county ordinances, State Department of Public Health, the Safety Orders of the Division of Industrial Safety of the Dept. of Industrial P,elations of the State of California, and the regulations of the State Fire Marshal, and with any prevailing rules and regu- lations pertaining to adequate protection and/or guarding of my moving p3rt:g or otherwise hazardous locations 2. Scope: a. Complete 277/48ov lighting & power distribution system from the existing distribution system, including panels & feeders. . b. Complete 120/208v receptacle & Misc. power distribution system from the existing distribution system including panels & feeders. - c. Complete s✓stem of branch circuit wiring and equipment for lights, plu,p,s and power. d. Furniss: and install lighting fixtures, wall switches and. convenience outlets. e. All hangers, anchors, sleeves, chases and supports for fixtures, all electrical materials and equipment. f. Fire Alarm S ?<tem, exLenston of Che c: i;;ti.tuf; r,yutem. H. Telephone conduit system. Extension of the existing system. 3. 'Distribution Panels: 11te distribution cection nhal.l contain horizontally mounted front connected rroided case circuit breakers. _Circuit brertRers shall be 1,1c:;t inghouse, or approved equ:iI. Branch Ctrcuit panels shall he Westinghouse type NOB w/ bolted quicklag breakers. 4. Lighting Fixtures: Surface mounted flurescent in. office, exam rooms,ete. 5. Wiring Devices: F?uhl,ell, A & I?, or approved equal. a. Turzhle- switche,: 20 amp. , 12.5 volt, Hubbell #1220 series. b. Receptacles: 15 asap. , 125 volt, 'Iubbell -P5252. C. all Special outlet: shall have a grounding, pole. 6. Conduit: a. All wiring shall. he in cors?*sit, except as noted below. Conduit installed udder-round, in wet locations, ir. concrete,_exposed. where subject to mechanical injury shall be full weight rigid steel. h. A1.! ntl<r^r ;, Itci.,i t x1Ia i ►�. it '.� .vi ri ng tot --kild telonhene -shall',-be'.-instal led in t` floors. Trr'nch ty�in }uct :slur, he.ilnStclll�rl ' n' l .'rugs tlo )r `c11ri. 'oncjc*­�tnr 1<cwec}nI S. =iI?.d with ivoc #renta Ict c�r.TH1- !with N ton _ Y- ia:^lcet. �Br.Inr7h t s: TJ exccnt Inti ring ndjaCPnt to ,bniii-m ' t't slia01 be R1I or INI'A. sjt;tem -ha 11 be stir>nlied l.rnm thy. t�.ii stTl#n c`rt??'Cii�t'1"tt di-itrihtltion''system. } , b. This system shall provide- electric the Collrn,rartr� ;r s (1.) :cr.ridors linhli.nn of 1-50 watt li6ht (1v2—, 5t:: linteu J feet) . {=,} F"Nit wictns. (4) e:r? �1?:?; i:.,1 rcYm, 1?:zst„rent. (u) Tel -ifiont? syrztein polve.r. (7) Stc`ril:i7inr.I 1y.n1li-,ent. 9. Tale=��#nne Svst.-.n: �t�ndui t , niztiets, , terminal cabfnets, etc.`; shill t#t nl-ovi+lf-d or 3h=-ane or an- Ilse. Tlil s sy'tem::shall N4{� be 1:vnrdinatoo wi th tE`1t?i-,hrtnf, .:4211wi rly. y „I. s� �. 1`il'f` :#1nrr s1111i110 i•1,ister C(ydo dov'ihle siiporvl `Ir!fI , k' r.ttrtCii ?''Itii '#nnlin<^7itJr. N Y I . ( ,.. .... ... •. tet.. •.�ry' t iMy 0 40564 MAY 2 AI71313 WHEN RT3CORDED. RETURN TO RECOR �- AZ 4UEST OF Oi:?iEFt CLERK OF THE BOARD OF -- Ifniaw SUPERVISORS at / o1clock /;z M. Contin Costa County Records W. T. PAASCH, County Recorder Fee $ Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving ) RESOLUTION OF ACCEPTANCE, Notice of Completion of Contract with ) and NOTICE OF COMPLEETION Built-Right Construction Company, ) County - CCP 1192.1, 11 .1 Work Order 5381. ) No. 71L318 The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on January 20, 1970 contracted with Built-Right Construction Company, 4751 Pleasant Hill Road East, Martinez, California, 94553 for construction of Richmond Health Center and Medical Clinic, Phase II, Richmond area, with Fidelity , and Deposit Company of Maryland as surety, for work to be performed on the grounds of the County at Richmond, California; and The Public Works Director reports that said work has been inspected and complies with the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete as of May 180 1971; and Therefore, said work is ACCEPTED as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. IT IS FURTHER RESOLVED that the contract time for said work is extended to February 24, 1971, as the contractor was delayed for •: a multitude of reasons over which he had no control, such as strikes, delivery of material, and delays caused by the County; a summary of items justifying the extension of time, as recommended, is on file with the Clerk of the Board; and IT IS FURTHER RESOLVED that the contractor is assessed liquidated damages, in accordance with the terms of the contract, for a total of thirty (30) calendar days at $75 per day for a total of $2,250, from February 24, 1971 to March 27, 1971,at which time the County was able to take beneficial occupancy. PASSED AND ADOPTED on May 18,• 1971. C�;RT1F!j-;D COPY Record and return, i certify that this is a fill, tnae & correct copy of Cc the ori:-,in t �ocu::_:.t ;,:;ica i� on file in my office, Contractor and i:::L t }rt..: , cc1 by ti-,e I;oard of Auditor s s, Public Works (2) : ... _ (J`ior county Administrator =r.• j_ _ _iii_:a:, ui Supenzsors, RESOLUTION NO. 71/318 'END OF DOCUMENF* • DLch■esid Malo center ani liad1c01 Clio" Buildng cc Job Second phase Development Chew Ordsr /ws Didlt Det Casisitncticn can proposes to provide all swdPl". aaterialso labor and servioss for the fonwing described change In the oonraat dDOUNIN e. Reason for Change: 3. To correct d■■nges coved by Contractor's olaeallAn. ; Speamesticn tce ot:ange (Attach aranriaga) k I. attend Coatrnet 21M 144 calendar "a W_atipalaud in ]Mbit Dla. 1 "ar cry of D■ds for accommodation. by DdIdiat Projects Kv"Im" dated lip 14. 1971 j 2. Aeaeea■aat of UArddated Denades for 3D calendar dps as ani � 289 1971 Aftbit lb. 2 "Board of Supervision M • siolation No. ?U 3• Assess the Contractor for I" galley of iathane siolfrtien9 furnished and iasitalled by the Coraty Deduct =1.341.38 Tine Mtension Change Order cost Aad f ` Cel sir E. To the coatractar: You are hereby instructed that the contract for construction is modified as herein proposed but that in all other respaots rennin unaltered. Apsroval Beec:weedea Last Contract Price TMs M=V ardsr ANIN ,. Architect Supervising Archl New contract Price } ; Bldg. Mint. Dept. Ties Bctension Grw-IW 145 ; Bldg. Projects Coon a sir ays Public Warks Director�r� New Contract TineWandar DW 3� Approved: (Asiw) /i / iLidi Date 3 Jena 1971 By: Accepted (Contractor) By: I4-,D.� VM: Submit 10 copies es 9 1 a 1 { EYN/diT JYi / _ DIVISION, PUBLIC WORKS DEPARTMENT THAT THE CONTRACT TIME FOR "RIC*KM HEALTH CENTER AND MEDICAI. CLINIC.- PHASE II" DE EXTENDED TO FEBRUARY 24, 1971 May 14, 1971 February 2, 1970: Began.work, per official "Notice to Commence" • To September 29, 1970: Contract.time ran out, per original contract (240 calendar days) To December 31, 1970: The Contractor requested, in a letter dated October•30, 1970 . that an extension of time to December 31, 1970 be granted. This request is supported by the following delays over which the Contractor had no control. Inland Steel strike and tool-up 39 days Re-fabrication and start for 5 doojs 25 days ! Fireproofing (C.O. #3) 5 days. Added Milcore access door _ 5 days Remove partitions (C.O. #4) 10'days Structural concrete (C.O. #i8) 14 days 98 days (98 days is greater than 93 days requested) To January 27, 1971: Painting was ordered stopped by the architect on Decem- ber 24, 1970. After several meetings, new colors were selected and approved. Contractor had the new approved paint in hand on January 27, 1971 and began work the next day. To February 17, 1971: An additional 21 calendar days is recommended for the followitg reasons: 1. Vinyl application was delayed due to painting delay. It was preferred that the painting be applied first.- 2. Contractor was delayed from installing hardware until painting was completed. 3. Floor covering contractor was not allowed to complete his work until the painting was completed. 4. A portion of the painting was actually ordered re-painted- with new colors by the County. 5. Contractor waa generally inconvenienced by County stopping -the painting and time was required to re-schedule and . re-organize. 7 To February. 24, 1971: The County -directed the Contractor to install door signs different from those originally specified. The delivery time for the new signs required by the supplier delayed the Contractor an additional 7 days. The above recommendations are made only after a thorough review-of the pertinent contract documents as well as the project notes and files, and after two different meetings with the General Contractor. The above information is also the basis for the recommendation that the Contractor be assessed liquidated damages for thirty (30) calendar days at $75.00 per day (per original contract) for a total of $2,250,.00. TLS:ds * * e ;+ z ..a..'.t• it' .v .• ✓, :a la vat... 1V �•-_'. V•aJ_ atl .1:.:+';;1_:...Ji L' 1. .lt.. -1 01? T1 cS I30!'.:iJ OF SITI':: iXr1SO.i3 _ at o' clock Con-ra Coo to County Recons 1.1. T. I`AASCH, County Recorder A • Fee y; Off icial BOARD OF SUPERVISORS, COi:-2RA'COST► COUNTY, CALIPOR IA In the ?latter of Accepting and Giving; ) RESOLUTION 01F r►CCEPTARCE, notice of Completion of Contract with ) and NOTICE OF CO:�,PLETION - Built-Right Construction Company:, ) County - CCP 1192.1, 1193.1 Work OrJer 5381. ) No. 71L318 The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on January 20, 1970 Contracted with Built-Right- Construction Company, h751 Pleasant Hill Road East, Mlartinoz, California, 94553 for construction of Richmond Health Conter and Medical Clinic, Phase II, Richmond area, with Fidelity and Deposit Company of Maryland' as surety, for wort_ to be perforroad on the grounds of the County at Richmond, California; and The Public Forks Director reports that' said 'work has been inspected and coag:j l ies 'rith the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete as of 2-Iay 18, 1971; and Therefore, said work is ACCEPTED as completed on said date, and the Cler shall file with the County P.ecorder a copy bf -this Resolution and Notice as a Notice of Completion for said contract. IT IS FURTf1i!,Z RE.SOLVED that the contract time for said work is extended to February 21[, 1971, as "Uhe contractor was delayed for a rriltitude of reasons over which he had no control, such as strikes, delivery of material, and delays caused by the County; a summary of items justifying the extension of time, as recommiondeu, is on file with the Clerk of the Board; and IT IS 1FURTHER RESOLVED that the contractor is assessed liquidated damages, in accordance with the terms of the contract, for a total' of thirty (30) calendar days at -:75 per day for a total of $2,250, from February 21�, 1971 to March 27, . 1971,at which time the County was able to take beneficial occupancy. PASSED AND ADOPTED on May 18, ' 1971. cc : Record and return CEltri-IF i1-0 COI Y Contractor i cetti:f• -ti!at !t• Auditor ✓ the ori.-in t i; a f�.t t_ e correct cops of ia'ti ir_�r.: t o:i fit, Lnmy office. Public ttOris S (2) and t.:�t :: :t t.y t'.:a E:a..rtl of Adr..in is trator ..:C:.14L. oa Lie Co:ntty • �L._L_�..,�,,-.�•-sr=.=L�....eZ/i"=gee %O� /�%�/ RESOLUiIO': NO. 71/318 f rew3 • C. O. /� rFriosur"JECTZ � - ,S- _Cf✓• � / �- f ..-� - / ,rte-- / '• `'�; / �� _ _ - ..:{_f l'i /•'.^��I .; -�1 _.__.,�. �•J f•,/ �=J�'t;i /'lc..-:.-J"� �/yG.'r'G.�-r�7�'�•�., 1�-= yam%•�`/��_;. �� �j..c., l�.ter.'_'.Lr"G. �/! -!l C�.�..c/ /�!� ��,.r.�.://�i- _-F=,��:�•+'ie.�r-•.-�.� _. /_�� f,f•<�i�«����/_.•_��'✓�l-.� _i•_��--7�-�—/' �w ��-,.:ice i� lGc�---�. ( /'•yr'.l��:✓_�� J!_��l �_t�7�./�-!-J✓`'l�'l.�d.-i /r�__ _ ls"��`f�;.ry�� v�i_1`�/ �' ��,:�"=-L'��/_`.. ,-_. yf t1•�—• �i/! �iTfJ.,.: ��/-is;�."�_:}• �./��:/-.'S.ice �✓-ti.1 �_I 1.�!-•,'Y,✓ f��/�l•'-�r-'�/ �� �� �� �f � `/��' /__-�/ rfi/J��,.' r �/ �" /fin J/_i..��•+ - SIGNED PLEASE t2EPLY HERE TO --- DATE SIGNED IkrSTRU':T to.r..> - FILL in TCFFG°It17q, ,Et•:0:: :la•t-i--AT�Z-IYELLUWJ ?K: FJY7::,,10 R-PAM ING PARTS WITH CA96t)H;. Ti:tic?LY, FILL I:1 LO•N_R :irr:T�,a A.,G S?.AP :,U[ ...:'S^tt:. NET AUt t.1t7'Lt,.:?r WINK) Ari:; ,if.[URti k f 5 1 E5 DAYSHOPE BLVD. • 5A11 F2ANC15C0 4 12 4 x. 67-1321 SOLD TO: DATE OUR JOE NO. r YOUR P.O. INVOICE NO. MARKINGS: DATE SHIPPED '''f TERMS NET 30.DAYS ROUTE Sl IiPPED ` .' ` .='Y''�•' a MU I*r-RiAL AS DEscRIDED BELOW AMOUNT ` • j ` " vTAX/RESL FREIGHT !• TOTAL AMT. i—' } E a f _ , s t INVOICE I ASS S A Y S H C w ,d G L V C. • S A N F 8 A N C f S C 0 4 41 2 -'. • 4 d :-1 0' 2 1 SOLD TO. ._ .._.. ._.. ounty Pu�chas _r_S Di vision DATE 1--!ay 12, 1971 P. 0. Do:: 31 OUR-JOB NO: Martinez, California 94553 71-1095 YOUR P.O. INVOICE NO. 462 MARKINGS: Richmond Health Center DATE SHIPPED 5/7/71 TERMS NET 30 DAYS ROUTE SHIPf E-D Cal Carzcse NtATERIA L AS DESCRIBED BELOW AMOUNT $ 610.00: 5h TAX/RESL 33.55 2 30 Gal. Dr:r_:is Ru thene FREIGHT 27.14 TOTAL AMT. $ 670.69 ' a • �.� CD1 t. {�i� � �1f�.1�'u•`' �tit�1��.�=-Y j��'-�-`1 �' F j r .. E i.- • t Q I f • t i i 1 v G AA Us tz i ts :; W �� `n tom,•+� n fi� 0y 'zAp Oo14 ,--� rl 'J F= ~', .t ��• d •� ""' � '• � �. ---�• r"'"`te" ..+..... • i t t;HEN RECORDED, RETURN TO RECORDED AT REQUEST OF OWNER CLERK OF THE BOARD OF SUPERVISORS at o'clock N. Contra Costa County Records W. T. PAASCH, County Recorder Fee $ Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the ?latter of Accepting and Giving ) RESOLUTION OF ACCLPTANCE, Notice of Completion of Contract with ) and NOTICE OF COMPLETION Built-Right Construction Company, ) County - CCP 1192.1, 1193.1 Work Order 5381. ) No. 71Z318 The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on January 20, 1970 contracted with Built-Right Construction Company, 4751 Pleasant Hill Road Seat, Martinez, California, 91553 for construction of Richmond Health ° Center and ?Medical Clinic, Phase II, Richmond area, with Fidelity and Deposit Company of Maryland as surety, for work to be performed 0 on the grounds of the County at Richmond, California; and The Public Works Director reports that said work has been _� inspected and complies with the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete as of :May 18, 1971; and Therefore, said work is ACCEPTED as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. IT IS FURTHER RESOLVIM that the contract time for said work is extended to February 24, 1971, as the contractor was delayed for a multitude of reasons over which he had no control, such as strikes, delivery of material, and delays caused by the County; a summary of items justifying the extension of time, as recommended, is on file with the Clerk of the Board; and IT IS '7JRTHER RESOLVED that the contractor is assessed liquidated damages, in accordance with the terms of the contract, for a total of thirty (30) calendar days at $75 per day for a total of $2,250, from February 24, 1971 to March 27, 1971,at which time the County was able to take beneficial occupancy. PASSED AND ADOPTED on May 180 1971. cc: Record and return Contractor CERTIFIED COPY Auditor Public Works (2) z certify that this Is a full, true & correct copy or the o.*ioinai docurn.:t u::icl is on file in my office, Administrator and L,_t :t is�cc,l �;;,_-te:l i;; the L•oard of �1,,CT..a.::. of C„^.:3L2 LCl ti Caiifor:.ia, on %•. .'- i'AA-CIL county cleri: ; c::-fif3.ia Clc:l:of said E0.1r:l of Supervisors, by duty clei-l:. RI-33OLUTI O NO. 71/318 i N4 s � DIVISIi,::, PUBLIC 1'TU1; :, U:.:;t:._.. .;1' Tin iT T-.-,z- Cu';T ACt' TINE FOR "RICIE-10-ND fiEi.LTH MUER X11D MEDICAL CLINIC - PHASE 11" BE EYMDED TO FEBLRUARY 243, 1971 _ May 14, 1971 February 21, 1970: • Began work, per official "Notice to Cominence" To September 29, 1970: Contract time ran out, per original contract (240 calendar days ) To December 31, 1970: The Contractor requested, in a letter dated October'30, 1970 that an extension of time to December 31, 1970 be granted. This request is supported by the following delays over which the Contractor had no control. Inland Steel strike and tool-up 39 days Re-fabrication and start for 5 doors 25 days Fireproofin" (C.O. I'M 5 days Added Milcore access door 5 days Remove partitions (C.O. #4) _ 10 days Structural concrete (C.O. #8) 14 days 98 days (98 days is greater than. 93 days requested) To January 27, 1971: Painting uas ordered stopped by the architect on Decem- ber 24, 1970. After several meetings, new colors were selected and approved. Contractor had the neva approved paint in hand on January 27, ,971 and began wort; the next day. To February 17, 1971: An additional 21 calendar days is recommended for the following reasons: 1. Vinyl application was delayed due to painting delay. It was _preferreet that the painting- be applied first. FILED2. Contractor was delayed from installing hardware until painting was completed. i9 W 3. Floor covering contractor was not allowed to complete his wort: until the painting was completed. T. PAASCH 4. A portion of the painting was actually ordered re -painted- L •OIrID OF with new colors by the County. PA, ' 5. Contractor was enerallyinconvenienced by Coun_f sLoppinL�i�%��N^-• « � ,rte '- « the painting and time was required to re-schedule and re-organize. To February 24, 1971: The County directed the Contracto-c to install door signs different from those originally specified. The delivery tine for the neva signs required by the supplier delayed the Contractor an additional 7 days. The above recommendations are zmade only after a thorough review of the pertinent contract documents as well as the project notes and files, and atter two different meetings with the General Contractor. The above information is also the basis for the recommendation that the Contractor be assessed liquidated damages for thirty (30) calendar days at $75.00 per day (per original contract) for a total 'of $2,250.00. TIS:ds * * * s F a FOR IMMMI.ATE RELEASE Jamas P. Kenny, Chairman Board of Supervisors May le, 1971 P R E S S RELEASE Chairman of the Board of Supervisors, Jaws P. Kenny, announced today that the construction contract with Built-Right Construction Company of Martiass for the "Richmond Health Center and Medial Clinic - Phase 11" was accepted as complete as of May 18� 1971. This project provided for completing the large base■tat area, about 14,000 square feet, which was left as unfinished open apace in the original building completed in 1968. The plana and specifications were prepared by the architectural firm of Cometta & Sootaru of Richmond, who were the project architects for the original building The cost of the construction contract was $326,937. The much needed additional space.. primarily office space,, provided by this project is assigned to: Adult Probation, Department of Agriculture, Juvenile Court Referee, and the public Defender. Also included is a coffee shop. The actual construction project included completion of the machauical, heating, and ventilation system for the area, construction of wall partitions, and completion of floors and ceilings. The construction contract was administered by the Public Works Department, Victor W. Sauer,, Director, with technical assistance by the project architect. W.O. 5381 w w e 1 we . : . . . . . . . . . . . � . . . . . , . .. . . § . . . ƒ . . y , � (� � . p . � -�_\��. . �.w\� � � . . �_._ „�. \ i �� % e � ` i/ � «\a\ �a �o ; �, � � ' . . \� � «)/ : . � �� � �§§ � ! �� � o � � � ( j � �� . . .. � ��- ; . ! �} _ � \ � � \ . � \ � �j � E m ¥ . . . .��z ®� � � �&->. � :, .�a: a . . , . . � . . ,: . . ... . . ��.. r a lLeL�i swath Ceatoe ani 1WLeaa CUM" Building or JobD000mt ENE 222dgpwwt amp Otdw Bout xdht Cows ri'olOfts to prowl& all , res, , labour and sernioss for the fonwiag described obauss is tir 0004raet dccenrnts- 1 sod 3. As directed bW Comtra "ft Comft Reason for Change: 2. To With PACMC NN§M Co. er gdso disposal a dt was more saitaile for Departawts' ase. I Specification for ohmage (Attach drawings) { 1. Add er Coatralaae to Dh-2 Costrol Poll and ! a ave I line to Vlee AM �i2.14 2. lastall W D.P. plywood as thaw walls of volephome Closet 11-168 and plat W �S•?S 3. ,Provide Air sansiag MANst 3a the aischegp of each gaathobar a dt Aii 4. L link of sprained Garbage 0lsposal slit for Pi=tare RS install "baste [ice" f 8004 with SP-1 Water m ke-wp kit Deisat .pp Time Rwt neion acme OwW Ordw Cost Add 7i SNOW Dsdnct_i__ i To the 0oataractce: You are bweby i=tevotad mat the COMMA for oonstsnotion is :nodifi,ed as herein peopossd but that in all office respects rennins maltmred. Approval R000rmamdad Leat Coatract Pries ' , •72 "da mew order Am IWW2609r Architect Deduct Superviam6 Arcbi Now Contract Price Bldg. Maint. Dept. Time stenion Granted sone Bldg. Projects Coos ar Day9 Public Works Directo ave Contract Time */a Wmdar Days App vved: (Ower) 1 Date 12 Mej 1971 By: Accepted (Contractor) By: HOTS: Submit 10 oopisa .a.a�v+•'."-- - -ter.. 1 r w' .o. - /� Z y4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 I RICHARD SPADINO f RAi.PN SwANsoN Ap si i Is 1971 Arms* a.et&ru Architect - P. O. Bos 601 / ` Martises, California Ret Ricbmoad Hoalth Coater Additional work performed by Jobseen eervles Company 'f i for Marina Boating & Air Conditioning as direeted by a Earl &ick E authorised by Merle Belson. Add two day* T time extension. Maria& Boating $139.59 $%overhead 6.99 10% profit 13.96 i - 1% bond 1.614 I Total Add $162.14 I I i . i 1 4 ....._. . Marina iN/MrU IOUWVAM • PA.KX 1M194577040 dew Y ' Sam DATE: TYPES r'nr,Fr•,�t • i`:a�^ti.r�e^., Calif. AMUK$ V.06 N& Shipped To r.'wand Tle,- h Cir 37th a Jisssll "'re r ?,Jl'r`rormtT'1 on Johnson -co Co. ttivOiCO ••Stl t+'1.`i�i. �t:nt.g 11E.L:`C']Y}) l� ••^•11�.t1s). �.^r,'� .''.' SHY' T.{tle;. 11 • r�. .� iNvacE r � 3 { [ > { NN t _�e YY s �tz i r fib -- ! Irx s,•.- d 4'� _ 23.�:.. 2.� a�.}..^.r,•gse .." r e r4 t� E 4 ✓t. rrt• u • � � 'S t E a 15 �� 5 '3 u9'2��.?,"i� V �. �� '4" t 'tJ`,�.,�.SY .,<•j'+ t + a'. .VI . • F h c,l� �a P s ',-r' r S�,c='� �s,'.�rr t� �-a t"i % � � .' Y, f. + r r �rye t ^s -F ;♦".ar rfi.i ac r t X. y .Y+Y Y •. T r 1 Y` 'n ''¢ "t .t'. '^f' b s Irvl ` l- 111I '.1 I t� -,�i _ s. ? Z _ f� t N_L�♦ � �tc��-� �:,,vsT 4 »Sgae.{ £ ,-vx�'���,�����'x��t''r4j-7< tr ,�+' o- �,. L ��+4 + +r fit' i i ✓ ,« '� wzC r i t ♦ fr 'c t Y� s .i'.�.r^ J , #Sr 'tti s'``a ck '�t.�,� .�}xk�.Ft-'' � ..'�k:•.idl.Xt s.+ �40 l u.„ .r<, -.t.f .•"s«.S ,,::.Te—<+� ... �#�f j JOHNSON SERVICE 00*AFMW 507 EAST MICNIGAN STREET•MILWAUKEE.WISCONSIN 53701•TELEPMONE 4/4/270-9900 TERMS- NET CASH MAIL CHECKS WITH REMITTANCE COPY TO: • P.O.Box 510.5:Mllw.,Wis.53201 • MlztiY i�11ti>i� i ,ic ooaditioaim! ❑ P.O.BOX 360154•M.PITTSBURGH,PA.15230 F.O. am 1891 BRANCH ACC5L1Nt NO. INVOICE NUMBER , saa Laattd md, caugoraU %577 on smain 399683 NAME AND LOCATION OF PROJECT PACKING LIST OR CONTRACT NO. ORDERED RY INVOICE DATE - Ricbmo" ialtlt coutMt si 4liiocaft A49siS s- . Luk 1 Ra/ Add" me cm*xelUw to sit-2 caotml earl and sas a -ll b liM to vsk"t 1 lk-s312-1 Ooatrollms X16.00 30 r-900-7 Ooppar rawag 7.20 i x•300-2 empuft 16 00 3% Stk. ICN. 1.60 5% Teat 3.67 AA 21113c a27 MAR 3 1971 flu." r, # / '�EMA COPY-PLEASE RETURN REMITTANCE COPY WITH YOUR CHECK REV.3-)0 FORM R13DE WIN N MA i j I T I � a 4 4751 PLEASANT HILL ROAD EAST MARTINEZ, CALIFORNIA 94553 RICHARD SPADINO r }' RALPH SWANSON • April 16, 1971 u.•sa. an-woo i Y Areas Sootaru V• �. ± P. O. Box 601 Martinez, Calif. 17WAf Res Ricbmond Healtb Center Install 3/40 plywood in tolepbose room 1: palate $48.00 r 58 orerboad 2.40 10% profit 4.80 • 1% bond Add 2 oaleadar days. Total ;SS.7S ( M, L f • � E tf .x{ r r' , w� � a Marina s NEATINi sod AIR CONNITIONINi 60 MARINA BOULEVARD P. O. BOX 1891 ■ SAN LEANDRO. 01677 4834 647 to MOY 260 1971 ` bdlt-Ught Ooostmetlon C p of9 4751 Pleasant Hill Road (test) Martins. California ITt #` 3 t Subjects Health Baildieg 1 : Riob"sd. California j r Gentleness Thi following is a break dao you requested for the adding of ditterestial prwsre sultobss to the [athabar fans to shut the entire system dorms in name eithw Latiabar gas ' fails. Material $128.00 15% a«rhead 19.20 Subtotal 1 ?.ao 103 Profit 1472 Material Total" 3161.92 i labor $324.00 I : Labor txpeases "900 Labor Total $3W.-00 Total labor and Material $529.92 Marisa Heating Mark-Op s 10% (11.1) 4 1 Subtotal $ Dednot QrWdty Operator1 oB.71 j Total Cost of Addition 3� Very truce yours. E SWUM MUTING AMD &M [01= WW/ben j • 1 tLL I F a 47511 PLEASANT HILL ROAD EAST r MARTINEZ. CALIFORNIA 94553 f RICHARD SPADINO } RALPH SWANSON J. . *M4Mo February 25. 1971 Arra@ Sootarn `'• O• "; P. t es,sea California601 /1 tiaetinos. Cal ' Res Richmond Healtb Center Credit for Garbage Disposal cbaase by Champion plumbing Co. Total Csodit . Atim ; . c :i i F MM M No&M6411=6 mow...«r:.'. •10305 l_1f s..... _..... ,.. wAnt siyltt caotewtion Co. 1 It►71. ` 4571 rui mt all ft"I Awt i S r. ut+e..M�.YNcn.+acru«i+.olC.td.Cochdthr:,ilrioMus ,. - Section 1262 ft aMJ,ARY cvnlractor, ftcaztar.4ftRw. r•, WCYfor or ww'0--mv.*to hwa to 40,wo r.W lo-r"but � _ b�p�1311U tut•O'�Jr-..Ca=K{.MM r Cllttt 4T�PL.C.CIWai- . ' , q.+Mal Yo►yin•>at/. ?•i�sa�unuL�!,�{tMat+au^.r•ev+n�, . p,'a,i•.:. ycu pro"I: C*�d tc It'll b/f iASN*raw ani.t`e...:?vla . _ - WWM1IfKW to WV%fV S,f:11JO"WIS 'itfNCan n4,:�1 - VA"R}w111wovoid rx•own C."WetaLNl1W,Ntiiltta:oi• wALL sawi Cll"vo Awl. iidomd f c""t toar.atGreai deny. is= da) •i. OF r t � tee . [i-ft� � > �• t;r 5+.� �;z �:.. _ i ..!-� t. k • •. ..�_�.. .r .ism i... _ ,._ .. ...,�.....a.to lv'. � ., f ti 0AdIk 'RE CEYLVL* �'*,I� - 11971 W. T. PAASCH CLERK BO D OF SUPERVISORS GUARANTEE 0 ; Ra a Co. [By Deputy FOR CONTRA COSTA COUNTY BUILDING MARTINEZ, CALIFORNIA, We hereby guarantee to the County of Contra Costa the SOUL 2bil i raru t (Type of Work) which we have installed in the R1000" RUM C=ftff i SWAM& CA" (Name of Building) California, for W year (s) use from date of filing of the completion notice in the Office of the County Recorder. We agree to repair or replace to the satisfaction of the Architect any or all such work that may prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being noti- fied in writing, we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR C i I OiMft Co., F. !. AL18% Oar Date: (Affix Corporate Seal) GENERAL CONTRACTOR Date: (Affix Corporate Seal) NOTE: If the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of. the person signing the guarantee. i r ORDER Fat CHANGE IN CONTRACT Richmond Health Center and Medical Clinic Building or Job Second Phase Development Chanp Order # BMW Built Richt Construction Companyproposes to provide all equipnentp 'natesials., labor and services for the following described change in the contract documents. 1. To provide additional stiffness to floor s7sten at non-cellular . Reason for Change: decking area through composite action of decking and concrete fIU. 2,3 and 4. As directed by Contra Costa counzy 5. Method proposed by the Contractor was found to be equal in quality and utility with a saving to the Project. Specification for change (Attach drawings) 1. In Toilets 8102 & 8103 and Drug Testing 8135 & B136 in lieu of specified terrazzo over waterproof membrane install Type 1 concrete sub-slab with polyester tbinset terrazzo topping. Add $617.55 2. In Hearing Room B162 change specified floor tile to Flintkote Travertine FT 505 with Burke 2140-P base Add $62.$5 3. Change specified door signs and numbers as indicated on Rftbit A dated Nov. 10,1970 attached hereto. Deduct $82.50 4. Install additional screw fasteners to existing main entrance guard-rail brackets Add U85.80 5..In Holding Room B163 in lieu of soldered joints at corner and seam covers of metal wallcovering (Det.30/5) use BwikMetal metallic filler. Deduct U50.00 Time atensionnone Change Order Cost Add $ 633.70 Calendar ys Deduct To the Contractor: You are hereby instructed that the contract for construction is modified as herein proposed but that in all other respects remains unaltered. Approval Reco:mneWed Last Contract Price 4326, 02. i This Change Order .70 Architect ChDeduct Supervising c Z e New Contract Price i :72 Bldg. Maint. Dept. Time Extension Gra—nM none Bldg. Projects Coo7i'dinaltor Ca en ar Days Public Works Director New Contract Time a endar Days Approved: (Owner Date 1, February„ 1971 By: Accepted (Contractor , By: NOTE: Submit 10 copies 4,LJO k g y a PUBLIC WORKS DEPARTMENT CONTRA COSTA COUNTY DATE: November 10, 1970 TO: FROM: Public Works Department - Building Projects SUBJECT: Gltf/l3/1r TG . Past / oil t The following signs are needed for the Richmond project: Number SIG\ 1 PROBATION 1 MEN 1- WOMEN t� 2 IITER 2 JANITOR f 2 MECHANICAL ROOii 2 STAIRS 10 PRIVATE 1 LIBRARY J 1 COURT ROOM I 1 JUVENILE COURT ( 1 TELEPHONE'EQUIP-,1E T,�ROOM 1 DRUG TESTING 1 ' t J 1 EXIT _ (sanglel.face .ted) *1 BRUCE M. WEISS I *1 o SUPERVISING ATTORNEY 1 OFFICE OF THE PUBLIC DEFENDER I 1 DEPARTMENT OF AGRICULTURE ( �•` !?etc c ',�ts`'-�f 1 AGRICULTURAL CO:LIISSIO'&ER 1 SEALER OF WEIGHTS AND MEASURES !- 1 RECEPTIONIST r � Number SIGN Exf1/Q/T i4 �O 1 CLERICAL S Z 0 2 *1 C. BABINGTO►i *1 D. JULIAN *1 R. MOOSEAU I *1 F. PAYNEI *1 T. PRITCW-RD I *1 J. SCHIMMEL i *1 .G. SMITH i *1 L. BARGER Engraved plastic sips to be #" Gothic Mock capitals on *1 J. BURNEO 1//8" thick Supersine 7320 satin engraving plastic 2" z length as *1 J. CRAIG i required; non removable screw mounting for hollow metal doors. *1 J. MTIGHT 1 A11 double faced signs (asterisk) shall be bracket mounted with set screw sign holders. Bracket mounted *1 +�J. AIURA_xAta` A�; name signs shown on page 2 shell be *1 D. ROOT t all identical in length based an the longest nage. *1 L: CLAY j All door number signs shall be metal Supersine as originally *1 R. BURTON i specified. *1 R. GABRIEL 1 *1 I. IVNER t , DOOR NUMBERS 1 THROUGH 6 (both numbers inclusive) 1 �,U �l"b F-5 � DOOR NUMBERS 111 through 155 (both numbers inclusive) ''' * THESE SIGNS ARE TO BE ENGRAVED ON BOTH SIDES 1 PROBATION 1 I JUVENILE COURT I PROBATION I PUBLIC DEFENDER 1 ? AGRICULTURE-DEPARTMENT- -2- 4751 PLEASANT HILL ROAD EAST MARTINEZ, CALIFORNIA 94553 RICHARD SPADINO RALPH SWANSON October 5, 1970 228-x339 2286400 Armas Sootaru P. O. Box 601 C. Martinez, California 94553 Re: Richmond Health Center Second Phase Development Revise floor construction in Rooms B102, B103, B135 B136. Install Type 1 concrete. Labor 46 hrs. @ $9.75 $448.50 4 yds. concrete @ $16.80 67.20 Install 6 Mil Polyethylene 18.00 Thin-set Terrazzol 198.00 $731.70 Section 7B Delete Waterproofing $200.00 $531.70 5% overhead 26.57 10% profit 53.17 1% bond 6. 11 Add $617.55 Add 21 days time extension. gP 2400 MAU.BANX AVENUE PAN LOP. !:ZO. C%LIFC- PHONC 3765-2*432. ' r i �epte-nbcr 10. 1570 /iMh Built Right Ccnstruction Cornpary A-751 Pleasant If;-!I Road, =East Martinez, California i Re: Ric)---nord ne21 n Conte_ Gentielnen: �GiarC"ZICZ: IS Made ill ro=ar Ci July 2", 1970 on ti:e above TI Sic Id3lCl �'PZiBZ£tZ I:: c ===.ilio-?CG i-u arc :; B-110 �., S--10". B-1 5 1. and B-1-36 is u c:& in i:e givan areas .ADD ;,143. 00 to Subcontract I'o. P�iat•�iia.i tv b� i;�r.d �;� iozlo•- i.5 c`�`T.T a ;r<cnufc_ciLz'CG %3v _circ.1t::Ci- rc2l proal:C%9 for the 1IC.4t, -,IC. ! _ :: cirz-of the �ba-c ir.-Sct.prc.da is c•o�zl.ci i,ti irstal��d •art this • "'cry tru;y .you--. 4, is S Z.' MARTINEZ ROOFING COMPANY '{ 3624 AIHAMBRA AVENUE, MARTINEZ, CA(IEORNIA PHONE 224.3587. t i Nov. 25, 19(•• rU0 • .�r- � qt r /7&W f Ricb=md Hoalth Cantor and I*)dieal Clinic 37th S�reot and Bissell Ave. Mcbmand, Calif. Delete Section 7B Bunt up Waterproofing Approximately 200 square ft. 5 TUD layers 15# felt 'wso coats asphalt o $30.00 a square and 5 square* edit $150.00 tj Vr I - :•tet t)i -14 Y{{ y } � t 3 t r eGGG%lilr-e�%���1� l./G�ll�L�sfll.`✓Z'�t"!� �lix'IJL�LIL!L"!G 4751 PLEASANT HILL ROAD EAST O MARTINEZ, CALIFORNIA 94553 RICHARD SPADINO RALPH SWANSON December 22, 1970 228.4339 228.8900 Armas Sootaru3 P. 0. Box 601 Martinez, California Re: Richmond Health Center Travertine Tile for Room B126 $54. 10 5% overhead 2.71 10% profit 5.43 1% bond .63. $62.85 Total Add ti PL Linoleum & Carpet Co. 7 8 0 1 O A K P O R T STREET OAKLAND, CALIFORNIA 94621 TELEPHONE ( 415 ) 635- 2900 December 16, 1970 Built-Right Construction ITEM 02 4761 Pleasant Hill Road Bast Martinez, California Re: richmond Health Center Gentlemen: Following is a breakdown on the additional cost of travertine tile selected for Room B162: . Z•' 450 sq.ft. Travertine the 12150 450 sq.ft, regular tile (7$.75) $ 42.75 Sales Tax 2.35 45.10 Overhead and profit 9.00 Total additional cost $ 54.10 Very truly yours , SUPERIOR LINOLEUM & CARPET CO. Russell Rogers RR:enp -.e .e1' w - �... ...w.. s .' a - �. a• - F'R' +-ia� 'iYx/� 0: 7': HAST "T ._L. :i: 5:..: :T L) LAND, CALIFORNIA 94606 .1 -J-i TO: r -f�IC7l-�T CDNST/:U�i7����L�.' DATE 12 -?2-7v #1 3 47:I H14C. /2v� �� I N 9 U I XY N0. /Y1 n;rNc? , �ALiF. �/yc�j3 EUIL ING 121CAltil.0Nr) LOCATION �RtdS: A,'ICHITECT WE PROPOSE TO FURNISH the :oilov:ino described mcteriai as mcnuiactured by ti-.e above listed principal/s in cccordsnce with 6e following terms and ca.diti:rzs which upon ecceptcnce or this proposal are agreed to by you: 0V S/zm/s Pct L/si ��r�d Nod, ivl /5770 P40-5 /3A5Z/� OiJ �.S1JPc!'-S/Nt` •_ trs�iJGl-FfG'��d f��'/IS17G S%G�JS> . 61zvUP 2 730 cam.ins @ - ��� -�5�.50 t- .444,,4- S/d�t.S Ca 2,ov /02. crD �U. av �Qr 1�1T� '-1041 S-0 TD 7i�riL-U•�t �5- big of :o'.aa is i.^ �u'Cd i^.thu <..•.;9 rrsp--.e: and any -ont.acr rasultinC rrorn it.ecCap;nnc0 . .-.. incr ra Cccc'p:Cncu-b in•o (•C �f�• n:,y^cG.:f+cn t, ., TZ 1-: :C,.0��r..�'::�.:J .. tf�'n 1%CCTa. SCHULTZ - DEV,'ZY ANID CO. �r .. ............ ...................... ....... .... __.. ..... .-.....__ . ... ..... :faaja.artrJn^[pfutn:ct:vt Uf............... . ... ........... ....__ ..... ....... ...._. ._.._.... ........,._ MlGe&A�lev�ir�l�GL Glr7G �GiJY�IQ/!I/� 4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 RICHARD SPADINO RALPH SWANSON Z:x.6900 January 28, 1971 ZZ�•.»9 Armas Sootaru — ArQhitect AIA / M 610 Las juntas Street Martinez, California Re: Richmond ffealth Center Repair handrails at Ist & 2nd floors of the Richmond Ho&]Lth Center Building. Labor 16hrs. $9,75 $156.00 Material -- 3/4 metal screws - 4.04 $160.00 5% overhead 8.00 10% profit 16.00 I% bond 1.$0 Total $185.80 Q � i , 7 S' 7/ TLW 197 MAYHEW WAY Mailing.rlddrm � M WALNUT CREEK,CALIF. P.0.BOX 93Z82 PHONE 435-1160 PLEASANT HILL„CAVE 94343 Armas Scotaru Re: Richmond Health Center Architect, A.I.A. Holding Room #B-163 610 Las Juntas S Martinez, Calil. Dear ?Fr. Sootaru, We request your inspection and recommendation for approval of a sample app3.ication of '-� A2.L *-11K used as a bond and filler in lieu of solder noir installed in the Holding .:room as per our submittal dated November, 19'70. Our request for use of this material is :,-fainly for safety reasons. Heat, flux fumes, and rrorKing r:ith molten solder in overhead positions creates hazardous conditions to the .nen v.orking in this area. Secondly, this na terial can be applied with good penetration, at a cost slightly higher than that of 50/50 solder, and at a time savings of an,)roxim hely 20of the time allowed for this portion of the Install- ation. In order to compensate 'Lot this savings by us, we will agree to a credit of -,150.00. Respectfull Submitted, Ed. West, Pres. - ® x CMS FOR CRAM 3N 0aIMACr ILdwead ieelth Center and Medical Csiaia Building or Job3eoo9d Phase Developaent C Wop Ordee # a6--& e. G..t. ee Com p�wposes to Provide, all sgaipMt, MUM-SIMS labor and services for the following described change in the non Tact documents. Reason far Menge: 1. and 2. Am directed b! Contra Costa 3. ib nab the Drying Rock to mate! asLatIft 22 w. Specification fee change (Attach drawings) 1. Pradide rood acreem at platform in Bonin foam S-IQ an imiiemted •� on, attached Draadwg a46 AM 2. provide Drieal seen Cover at arisaL is Men D-M Yd3. YAN Ibttle DrYINS lack (Detail V9 & 4/9 &M 2" birch stock with conical holding slots)and dowelled eamstrnctica. Yd OL46 Time Extension Change Order Cost Add= Calendar Days Dedaat • contractor To the Contractor: You are hereby instructed that the contract for oonstraction is modified as herein proposed but that in all other respects remains unaltered. . Approval Recaemanded Lu t Contract Price IMOGM92 M9 Change Order Architect Deduct SupervisingArcid New Contract Price Bldg. Maint. DepotTina Extension Gran Bldg. Projects Coor ae a7s Public Works Director New Contract TLeo a✓a Calendar Days An (Onner) Date 16 December 1970 Accepted (Contractormap SM By: 1 NOTE: Subadt 10 copies , 3 .'i`l rrr.�f �:%.,j�'r" �•r .,r.!I`��rr r•r!'. !r � �. :.11,�r.-r..j,- .`•,t 1.11 A'>>t;I ,1tt t 14 Ate t'+•'.t • titfti4.Ttt`!£:r'.. C AUI C)PNI:1 <1•i`,1'..'• r71c�t,urn �rAtttrtr, RAI III !',WAN'-,ON j�;t}t'r.'iit i►r,t• (r y �(�!�) •1,.a.1.•s Azut:l;: itl(,t;tl•tt Mav1..111(.` _ Ca r11J.a }fife: 12 i c:jlntt,ntt Ifit�:, i.i:h t'f�ntt�r Sr.roild 1'11:1;;1• Dovotowill-lit. Drawi.ii2, it(1 DVI.winj;• Iib Sr.rern at j11.:t•t:i'0rit1 in roomB362. •i7+.t'(�r•ii ip:ttt`i`iaj fi ��� .�ftl L.Ibor 2:'31rs. P $9.75 214.50 Paintinj; v Vinl.y 325:00 5"o) ovf•:riloo.(i 1;'.: ilntlti 5.30 $534.8,11 Add 10 (lay-, timf> f xt.f•iis. i(rn : i .l 1 _ f - 4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 RICHARD SPADINO RALPH SWANSON November 19, 1970 228.4334 228.6900 1 Armas Sootaru r " P. D. Box 601 Martinez, California ,! Re; Richmond Health Center Drawing 116 f Screen material ! 100 lineal ft. 2 x 4 e Fire treated $30.00 3 5/8 x 4x8 Sheet rock 9.60 x*kxx nails .64 Framing clipp 1.20 'Mood screws 1.20 Type A fastners 2.00 '{ joint compound taoe 4.00 4 3/4 x 2'.z x Oft. birch 12.80 1-3/4 x 4 7/8 x 6 ft. 4.80 i t 1- 3/4 x 4 7/8 x 12ft. 9:600 12 5/8 x 1 3/8 x 3 ft. Special mill cost for moldings 20.00-� Rubber base C-10 16 $121.00 I r f . I f . • I ' j i t 4 - 7 i 7 { t y � i f K PAINTING CONTRACTORS 6 GREEN STREET MARTINEZ. CALIFORNIA �+ O• T 228.0899 — t HO14ES — 228-6015 C. PROPOSAL AND CONTRACTDate t/�'�'4' 'ley 19 Nam Addre �� �'~<<'!r:-" dL Gft�/-fYCit!/c� �ZlI•?� -s-t2 .lob Address �G`�tic:..1�• i i�f_%G•'L'!� 1-[t-+L t The undersigned agrees to furnish and provide necessary labor. materials. tools. implements. and appliances to do. perform and i complete i a good workmanlike manner the following: !i•�w f•Letr.L ,f,�j. 't'`/Y'Zf .C'�.r- GLG( •1Lt� �'l,,te„� r� %tom All the above work to be completed for the sum of� r � .Do 1 ars (s r Any alterations or deviation from the above. involving extra cost of material or labor.will be executed only on written orders for i. same and will become an extra charge over the sum mentioned above. All agreements must be in writing. In the event that it becomes necessary to institute suit or to employ an attorney to collect any payment or payments due the under- signed for labor or materials furnished under this agreement or any modification thereof.then you shall be liable to the undersigned for court costs and attorney's fees: said attorney's fees shall be in an amount equal to one-third of the amount for which recovery is prayed. Terms of payment shall be as follows: ' This proposal is void if not accepted within days. Re pectfut sub tted. at ACCEPTANCE You are hereby authorized to furnish all materials and labor required to complete the work.mentioned is the above proposal for which agree to pay the amount mentioned in said proposal and In accordance with the terms thereof. ACCEPTED AND AUTHORIZED By Signed _. Date__ `} i1 r z y • � i � ,j �lrir: t� • 7-011 E!EV47/C�.�.t �,r�g"'= J:•per ALL N.. - r v j ;rocAe P r,2Ct!'. .ACG Tr,:rt.'F �t�.=�, •�lts�:�r'EL� rFf'3 nt�7` 7-—7-7- Y--:- o�j,p - Y.C.F. w: 'strro 7Yf: }•f } .LPArTrRlv.,6 TYP. I �' t3 {! i`i i� r v" ff.- l,' =.E. j•i "i:C.F, C rYP j Pir1T. POrr D l r l l • Ar:A'U45 1-6007.4,";-U.,a12cN1rc7' - �turrorsr� kr"n:Tn'cur. .' cslu�Cv -Dare: /o --4. 7o G.rO LAJ 1JrYTr".7 , hJarr/n�=z =-t03i •G7 / -COME'TrA C/ANFlCN! ,2rCEt,�rc.rD GAS/FD�:ltft,g 35,(G r1fzLDoNn.:tJ. ,�'/GKiaON'D t_� -- _..._- '''_. �.. :.'.=K? G4./tc - 5:C �,•'Ll .sr P�..1TfJ��.:: �wr j-�(. ii ( z • _ Jtt'o•�. �7j 7v 4751 PLEASANT 11ILL ROAD EAST MARTINEZ. CALIFORNIA 94553 RICHARD SPADtNO RALPH SWANSON ' 228•4339. 22e•c000 November 25, 1970- Armas Sootaru P. 0. Box 601 l Martinez, California Re: Richmond Health Center i z Change on corrected shop drawing for Bottle Drying Rack. Add to contract. $40.00 5% overhead 2,100 10% profit 4.00 1% bond .46 Total Ada $46.46 f i October 270 1970 . ? CABINETMAKER - ' S `------- Lilt Ri teConstructi on Company 475 pleasant Hill Road, East Martinez, California i Attat Mr. Richard Spadino i z Ret Health do Medical Center (Alts.) Richmond, California Gentlemens Reference to architects drawings and specifications will Indicate that original shop drawing for Bottle Rack sub-- witted by us for subject project complies with same. In view of above mentioned conditions, we again submit the same shop drawings for approval advising that if changes requested are to be complied with your change order in the Amount of $40.00 will be expected. Kindly acknowledge and advise. s ery truly yours, 'N k. r C IAG, INC. h livan i ales Manager i JFSshs t i f i 129,CARLOS iJ'ilVE - SAN RAFAEL CALIFORNIA 94903 PHONE 479-24423 • i ORM FM CRAM DI COFMACT 8ichmoad Health Center and Medical Cii�ie Building or Job Pheae Derre].Q�ueat. Change Order � M3 Bunt proposes to provide all equipments MtWiala, labor and services for the following described change in the contract docuwente. I. lbrongh an oeeredgrt an p2=01" &mdW the als m imdl cater Reason far CMnge: had been omitted. de adequate clearance for men fig danpaes and to improve air circulatiam in Tiobby. 3- Condition disea vered after existing wiling hod been rawwa . y. Electrical drawings idled to indicate esdatIft held conditionscar Specification for change (Attach drawings 1. Modify existing Antocon Alare Anel to receive me additiamal regn3red-smsdag-!allure alarm indication for fire sprlakler drain sump pump Add 5388.60 2. Modify existing ductwork at lobby B-IM as indicated an attached Drawing R - 7 Add S'M73 3- Repair meting collapsed return air mala duct located above existing service corridor Add =80.00 4. provide additional nd electrical work as indicated on attached Drawing 8 - 8 Add S6rj1 '� Time fttension none Change Order Cost Add 11_433-70 Calendar Days Deduct_ Contractor To the Contractor: You are hereby instructed that the contract'for construction is Modified as herein proposed but that in all other respects reeiains unaltered. Approval Recoememded Last Contract Price 0&3LAL22 This Change Order Architect Deduct Supervising Archi New Contract Price Bldg. Maint. Dept , - .,: Time Hctension (Gran Bldg. Projects Coon r UTe-M rD y Public Narks DirectorL , New Contract Time ala Days , AaproVIM,: (Owner) Date 16 December 1970 By: V Accepted (Contractor) C�s� �e• By: NOTE: Submit 10 copies R c�/✓!l uLf-�./��G�-lLt'r� �GLlld�tI.G�GI,�?l. VGzll�,fl•!t 1! 4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 RICHARD SPADINO RALPH SWANSON Deptember 30, 1970 226-4339 2:x.6900 ,fit Armas Sootaru G".Q. 7�' P. 0. Box 601 /T ,SF Martinez, California 94553 i Re: Richmond Health Centbr ~: Fire ALarm This cost does not include any work by the electrical . contractor or any other cost it the above item is required to have additional work for proper installation as no information was given tonus as what is involved. . . Fire Sprinkler Sump Alarm Champion Plumbing $335.00 5% overhead 16.75 10% profit 33.50 1 % bond 3.35 Total $388.60 / Add four calendar days . I k. 2 s 1 T Y jI I ` 4 ; 3 F P.O.i:oi::`N! 20.:1 ?ton.cr Court ;.u,;c:att o,Calif.9.3".03 P i,o::t:n(•415)3.11-74.15 To 1� No. 4844 Post: Office ho:: 264 1.a La\,_ttt� Cali fnrni:, :,.t t Date _ July 281Q70 t tent i.ot 01:r. 1 Iir. Oa• B_�cr WILL m. .5\.:v d VLI'-L-%LK 1'rtgr 1 of Jut) \lou; RICi:i;CSsil li}:A1 I'i! C NTER f .Str:£'r.t t►:^ hs,giueers or Architects Bids Due We arc ple.,ted to uffrr our ,tnut.diun on the et 11 linked below for the ahoec'pn+jects. Unless noted to the ♦vlrtr:try Al item'; conform to 1'Lars mid Sprt•,fic:,tiuns. ITEM QUANTITY D E S C R i PT t O N NET PRICE la'llCleai ll: twre :lrc pleased to-offer our foll:rrinv quotation on the revision to the c::isti-n�, Autocon Alarm Fend. built under Factory Order 128438, t. 1 Services of a fii ld engineer to furnish ant' it:rtall the necessary pilot light's, n2r.e Iatcr:, relay!:, at:rrl:liCic v-lc;rza StaLinn, termi.mjl!;, :;ire, vtc. , to provide an rdditiocal :squired-r.uon:ng-failure alarm indication for the Fire Sprirl:ler Drain Sump T'm.v.-,. PRICE. . . . . . . . . . . . . . . . . $26.00 liet AI? Weirk could be accomplished within one wcck after your notice to proceed, Co. 00 Terms: 30 days net,f.o.h. Factory [❑ f.o.b. Destination ❑ with freight allot:•c.•d Drzmings: days after receipt of urtk-. with comph•te infurr.:abon. Shipment: days after rcm.pt of approved dmwimrs. AMBROSINI & CHALMERS CO. Qa+tla'i.t! vxpirv-< r.5 lLWS from all4we c!.:;,•. Strn++ ra•r1,ic anti clrric•:rl _ :• .. :.: .. :. :r:,:i•:, '�i:,\ .i: +t ,t•.n: .or,j :u,t trsultitt}; ut'dr•r i e � ../:r•?.• ,.+. `:r•.•f, •.h.• ♦r. .er.1 t,',rrl♦'.r ♦.,r+ ..'� J_�.. � _.. _. _-.-f -_ -. _-� fxi . r 1•t.f.'n'.A2:I Illi.;.. MIAI?TlNFZ. CALIFORNIA 9.1553 RII:11AItll Si'AhiF!„ VAI PH ::\V IIISON Novemb(-r 6 1'.1 o Armas Sootaru P. 0. Pox 60) Alam ine::, Cal.i fornia lie: Richniond Ilea) 1.11 ("('11tv1• Second Phase ))cvcl„jlul� ni Drawing It-7 Revise duct work drawing R-7 mechanical. work. $315.00 l•I.call.i ng 4, Pa:i siting )1.00 Dispose of excess material from jobsite 10.00 $339.00 51016 overlteacl 16.95 301/ profit 33.90 1% bond $ 3.90 ;393.75 Time Extons) oli ; ' : t ''•%` .. _ _ .. •'•N2 ifaf .r-;`�. �'•..il � ;:;L.* 1 _ _ I ? SUBJECT'- _/-fr/ �!':fr! i�/ /� ;l`/{%�1� DATt: .J� � �-^ � , // • � - is S IGNED SIGNED DATE ........r�s SEND P."..tS I AND 3 WITH MOON INT:CT—MIT 3 WILL CC,RETURNED V7ITH CErL • - -- {.odi'inrm Ori X72 L' I I _ rts hN . 04 , ti t 61. n N ni t =11RMA5 -3 TA,2U;Akf-'W rEcT -o,;,fl;c vD ,4=. GTN, c5NTE�'- McD.ctivtchN_EJ•- :6ro 4A5 JUMM fs , ;7Arrl/vs'1 S GOND Pxa�� o_VcLO"P.::�AfT _ FICE ?'1033_' G7 228 52S- CAz,F. _ R 7 cof��rrA AND =--RIC kslo,vocatfFo RN/a==: -:757/4 MACDaVALID. Q/c"Mo"D s• ��,f REV!5 lON ro E)Cl6T'G DJCTr1O.2K- icu o f � Ali" 7o �flrir`r�rj• �>��f "C�r.��r.11�rrclr��r. '��o����r.�r 4751 PLEASANT I11LL ROAD EAST MAIVIINI-7. CALIFORNIA 945S3 RICIIARD SPADIP10 RAI PIA SWANSON November 25, 1970 228.4339 228.4900 . Armas Sootaru �• (� P. 0. Box 601 Martinez, California 7� Re: Richmond Health Center Repair broken duct over corridor B-110. Add 416 Contract Lump Sum $80.00 F : t I � E ii � a l 4751 I'LGASANT {TILL ROAD EAST MAUIINi-•,'„ CAI.II'OIMIA 9-IrI:13 RALPH SWANSON December 4, -1970 RICIIARL) t:PADINO 228.6900 - 228.4339 Armas Sootaxu (, P. O. Box 601 Martinez, California Re: Richmond Health Center Addition of Approximately seventy-five feet of 1Y4" wrapped pipe underground with four lt6 wires. Add to contract $578.00 5%overhead 28.90 10% profit 57.80 1% Bond 6.65 Total Add $671.35 3 ; • 1 r _ CZ 1281A DUMEVARD WAY WALNUT UEEK,CALIF. TEL. 939 1666 POST OFFICL UOX 7?.7 • 711'CODE f►4529 • AREA CODE 413 COMM, [ fZC [ AL INDUSTRIAL 21ov. 25, 1970 Built Right Construction Co. �7e7V 7 .¢ 4751 Pleasant. Hill Road east Martinez, Califf. Subj: RicYriond Health Center Linde rgr ou r_d Gentle?non: t,:e wish to submit our Quotation for the -_ installation of appro::inately seventy-five feet of 1 11 ?trapped gi pe underground tr_th four r6 Wires in ndditicn to that work included in our base contract. Lamp StLm, including tax, X578.00 Please review and issue a change order covering the sage at your- earliest convenience. Very truly yours, CLIFFORD 7=�C"_'RIC / h CNS:n,s C. N. Stoe_ We11 cc Merle Nelson_ Dept. of Public forks 6th Floor, County Admin. Bldg,, Martinez, Calif. k ' . CCI,'✓.�/l/vii1.5. P..?. 5O:; 2c; Toij�GEs: �.AJr-,Y ;7E, CAi G. V2 I/e r nCIDGfTrd FY1L� ' • �.L8 7�3.�� �'��'G �!-F,/3,J.,,/y -��--=.�• � /%rfr'G..�c �Uf✓ II y i �'.%/a%/t✓.ter /� CG.(!GU/T(✓� :,�:_....b, . .!T fes',:!�-L'L c'�N✓c��Sc'�'c:JT I �u�� GJT�crc;.r./�c�fo✓cf I 77/3:'r/ 46 .G??r/ri•'�J, , cGN���Cr T SEE A107:!F'Gl./ Sf/T�/ FGA r:SLAY � .To Pot_. �� � E• { - Exweir G.O. .7a b. �4R/dA-5 5007,1f,U.AR 6V 77, CTDATE:._-/2•12-70 f:/CH..ID.VD f,'A�TN C f,Ij�,?p/�rD.CLI�II�C. :bJo cA5 ✓vnlMti. /r,ARr/NEz 5_[ovo F�IJ:S� D�/�LO��JY,�MT :.. Fico : 103: •�7:. :??ti 5352 LfuF. _^ .Col...rrl wwo C/ANF/CH/ 40AJD CAUFORAI/A=- IV` g 3siG Js�%DovgLD, RJGN/•'%ONO /�r . �=.: s�:t� U✓F �c�:vJ:��tic cF P:,�;:J;J� :ter ( �� wry �t FOR CHANGS IN COM7itACT AcheOMd RMIth Cwter and Medical Clinic • Building or Job Second Phase Develop ant Change Order # FM Hadlt Hiatt Construction, CgWma proposes to provide all equipment, materials, labor and services for the following described change in the contract documents, 1. 2b make the opani t conform with lire eadt reed:eato. Reason for Change: 2. To je2Ade additional atifther to floor at men CO2192W deck area. 3. 2b protide a care substa nt3al tie to 601stliq strscty e and to facilitate erection. 4. As directed by Contra Costa Coratp. Specification for change (Attach drawings) 1. Chafe flush bolt at the top of inactive leaf of Door f HOD to Hossrin 393 antanatic. Ain f 45.23 2. Provide 03 reWorcing bare at 6" o.c. between grid lines 4 and 6 esteMding 201-6" from grid line G Add =174.17 3. Chace top of partition ties (Detail 3/4) from %" steel chooels to 21A" liretreated rood. Deduct U30.00 4. Add two duplez convenience outlets above counter is laboratory 1959. Add M182.12 Time Extension Change Order Cost Adder_ Calendar Days Deduct Contractor To the Contractor: You are hereby instructed that the contract for construction is modified as herein proposed but tl.at in all other respects remains unaltered. Approval Recommended Last Contract Price I_IL4,146,22 n (� This Change Oder Architect l�V ..., ) Deduct — Supervising c i New Contract Price= .$�� Bldg. Maint. Dept. Time Extension Granted Mose Bldg. Projects Coor en ar Days Public :corks Director New Contract Time a/a Calendar Days Approved: (Owner) Date 16 November 19" By: Accepted (Contractor)4i��-C�y�-7� . T By: NOTE: Submit 10 copies -1751 PLEASANT HILL ROAD EAST MARTINEZ, CALIFORNIA 94553 RICIIARD SPADING RALPH SWANSON :28-0000 July 26. 1970 Armars Sootaru 610 Las Juntas Street Martinez, California OC, Q. �7M . Subjoct: Richmond Health Center We are pleased to quote you the sum of $213. 50 for Corbin automatic flush bolt as listed in field order 94. as priced tou's from' Walnut Creek Hardware. Russwin 393 abtomatic flush bolt. 506.50 5% overhead 1.43 . 10% profit 2.05 Labor 12.00 1% Bond .45 Total added cost.$45.23 : r1 r � 1 1''. t - .. _... ._ .__. .. .._._._._:__. _._...._ . ._..._--DATE._. . �' ¢.�''F% -�: � °mac--.a ��'...: •�•x�l�. TO ev di 00 62,vovx�41 �,t ,/��(�I4�if E+:lam+`��f'/L• �U�.i/Lr//: 4�/L ��;. . IL SENT 81r�r�� � "'C.=%17►r: �i� /}l•' i -s- . a ftmo Wh!-S Av P,%S G6PljS.4:TM CARBO»INTACT - WTACM YO., •r„�r,,. _ r is .M1 R Alli T[l:OW COOL COPi. I&.N%1GX LD ,LW ITA 4SPLY .;. :•, - , fe'- �. -.. :y.�-.. - - �'�'-•':•Cad!�� '~- . . - � IJ- e�iflrGGf. .XG` �c��rl�rrcr�=�r 4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 RALPH S�vAIVSON RICI IAND PA01NO July 27, 1970 Armas Sootaru A 10 Las Juntas . Street Martinez, California • �• Subject: Richmond Health Center Add 56 3/8. x 20 ft. steel reinforcing rods to non celEular + floor decking at mechanical room, janitor, mien:& women: t-Joliet area. Material $82. 13 5% overhead 4. 11 10% profit 8.21 Labor .r 78.00 1� bond Total Add 5174. 17 a 05 - i a 'x e : • zr i SUGAR. - CITY BUILDING T BUILDING MATERIALS CO. M.SIN OFFICE P ft Aa T TRANSIT A=ED CONCRETE EPA\CH PLANT P.O- Box I-, P.O. GCX 547 - PINOLL'.CAOF '3-1t e4' "GUICK SERVICE" - Our OSO'JC CROCKETT,CALIF.949141 S .Y PHONE 223-Colo - 17/ONE 520. AND 756 34 L. TIME HATE. f _ z )� ' •�G i NAME_;_-- - ADDRESS �.__ * �- • JOS 4' f. pw ' n r - - r t� Nat ] Oit�I/CREO jaw1♦ To _ ."r. Lll. :RT"j*. t -_ xi r TOTAL = , r �_ � J ��<:S•'.i>[r L'f�i'i`.,'. LIZ,'=, TFI =J* UNT At GwTCw wS Utz u7t7 z - 4 AC i Ali Mrc 4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 RICIIARn SPADINO RALPH SWANSON 7211.4319 225.09oo.. September 1•r�, 1970 Armas Sootaru P. O, Box 601 610 Las hi Juntas Street r r artinez, California 94553 Re: Richmond Health Center Second Phase Development Revise detail 1/4 from cold rolled furring channels to firetreated wood ties. Delete from contract: $130.00 . r - 9 i C .c: &TYPES OF NEW AND REPAIR WORK - - ti RESIDENCE AND COMMERCIAL: - LT-DIGIN CONSTRUCTION COMPANY A781 PLEASANT HILL ROAD EAST- MARTINEZ. CALIFORNIA RALPH SWANSON RICHARD SPADING ACAOGM7;O-a0oo September '19, 1970 . AC&u4MCr..u.4330.. Armas Sooturu G' s P. O. 130:: hU] ITEM Martinez, California 91553 Re : Richmond Health Center Acid two out lets in 11oom ]59 Clifford Electric $ l'20.00 Holloway 8 Freeman 37.00 $1517.00 5i' overhead 7.05 10% Profit 15.70 b 1<< Bond $ 1132. 12 Add two calendar days j s 9a 74 cl _ t 12MA 11MIMM VAAY WALNUT CREEK, CALIF. • TEL. 934 1666 s Mom Few OFFICE IBOX 227 . Xir CORK 02820 • AR[A CODE tit! ` y COMMERCIAL t INDUSTRIAL October 5, 107{} ' Co - ..: PUi It S '.:''t}r`...'uCL i :�C! ". • _ I. i. F . 't�artjner.�, Call :•. �},r;ca - .� .. :�uY�f : �ir•i2r�lt`cir,1 :?etslt.h r,'Ant�3;' � _.:. . Gentlemen: We w;sh to confirm our -.,erhgl -11lotat4lon of ONE HIT"!D`Ez) Tt.E`P?'Y DCLLARv, A'3D h0/1Cnr). for furnl sh. nr and InstAllinr two- fiddit ;ongl. � •Otztlot.n in Rooln 1«i on ��!} �.'r,t .1nh• F .. Flensp review an;: i s!,ue a 1-hnnge -..oi,df;t► :( rover1-ir- thN W nvc• rpt vcur e arlie•.st ronv•—tience• Vnry tru? , your^,. C:1�S:a'ty9 rs si• Stt7C�{W►;���' - tj - _ y r-- t 4751 1111AtiANf HIt.L ROAD FAFT MARTINEZ. CALIFORNIA 94553 RALPH SWANSON September 1.57, 1970 RICHARD SPADINO 228-69002.-H-433- - n Armas Sootaru P. O. Box 601 �Tel :7T' 610 Las Juntas Street Martinez, California 91553 Re: Richmond Health Center S3cond Phase Development Level existing plaster walls & cone, columns to receive vinyl wall covering . using all-Purpose vinyl readymix joint compoudc) lt south wall of rooms B1309 139, 110, 141 , & 112 & south east & west existing plaster walls of lobby b101. Add to contract $225.00 5%overhead 11. 25 ; i 1076 profit 22. 50 1%- bond 2.25 Total Add $261.00 Add seven calendar days time extension. ':i HOLLOWAY & FREZEMAN, IN �. A.-EtC}X-iii:a.!�"�ilUt.i•.'i3a.. i;,;3=:s�t+1�.',:._F'.,A!_tt�;fl 2stlrt+ st,t:�'„�� R.i'Itltaklt: ��liF;:A*1�`:!' i W-019A Port f*lt'tjA,,Wvp (A -.04111 "". = a"' V. fa P'r'" " =.�'fi r"' }q"'4°9"""t�•*rR'.y i;o*" .?�IC t"`""-r` s' .'�.t#'tpe�"}'t��,t 'M"'fst ' ".; Y ai. F' i,'�. •+:u[' it.:,;�.— } — -- — Y �"tii .."'-•+e. a �.,� Cxt_ "t.��i � r .s' -r i 3.t.5.+�,��.i*�°�.�t. .x'�{-+,�w w.ds.w .a:.a.=-? .i7�. �+w r 5�.1'�" rE �.�1C.i�Ia "ir'i�'��i+i�i -.+•+� #-. �.. •�f-� �t � j � // { p ' .. C/vIIf R_,Ict t ookl 1' ct, suss T - � � J"17�t1YIc) 0*4 70 tt y } s 1 - °12j�� _1�74�i �i"t,,�C:.('1 ✓' \ ` +' ' •' t,.# "•, '� !� `(,'YP!, S � y�1yt+.�} E� )r��yt,tis}., ,�y+,rF � _ �..t�ac.t�}c-.�u�',C�.: `�� 1�,': '�:. c��fG�. iA►�jtic �. � r^� <.�et�, � /-7 pi.S1 i� r l ���_ 1!�J y .� f L1 i xetr DY _ _ e�-�re.Fr4'`� _ . �.;1(�!/.� ;�}.4,1.1 f •"f'� l _JG^"`� � � ._ J _ _. ..._ ._. _. ._ .. ___:.. _ . 7 { 1 Y - 4 53 x,,. {►•p >.t.�. .y+ �3 ~ •, tip ,�, a t.,�, r - 3�� [^, er.- L3`�.. � � x ,,,� '`• _ eY �t< .cs"� ,,�. 'a zY���t,�,•Sr,.�° . �' DA"1 G ^•- ,. i, SIGNED ' RECIPIENT RETURN THIS CUPY TO YENVER stF t : IR•7J!:)IAff- REPLY P! t?!�<f • � � tRFI';;1' 0 1-ITER THAN-. BUILT l;IGHT CONS[RUC. ION CO`` fr4:lRilt'If"1. CAI IE. 74'1i 1 , 1 l:;"UTI nr 7•J 431J t° TO � t Armna Pon tnrit C' tilt) I-nn .ttt:f t fit;• :l l*,.,,: # ;; • tin rtin<f:., Co l i raw ' July 26, 1970 141 c:hplQTlf1 �11f+it1.t.l1 •{.f-Tttf.'!' - ., ��.,r^' a •�y� '� �' E11010sOft ftrn i ronin , t matorl .► t i 1 t Ott Y�taltt, t t (f t o'I' t ; t�ltrrrovzL from iic, llow:�y F'rf . naTt tor cJ1y w,tl.l. �1. dct.1 k:,Pln, y Wf.q spocifi (..:t imdo,r tnhr .fltcrnitCr htd :ft1d Litt - I work r waug not itvpe1)too, 111{!i 11t,f•1't ►. f wot1! tYrt:, Tttrt �itli'C1f11avd t1y the county. Thr c^:,i c• f thi ., it<•t1 to ';, Itl UU 1:I it pe.rc n pro f.i � ] I�rrrf ni h�t,tci,' `Pot .i J cn►,t: $�1"1,1 : L)T) n1��s. ,�•�fi t� �,w•,�.r -^•�-�t?1 � '�� � ,\ w -- _� (t i. �''f i t; ��•S i tt• i ft. � ;�:,• �.� y �.: to w; r r: i r lk t _ .s'i'r•-9 3 � :}; - r - �t i k 7 A -_��G,vJ, 3r 7 0 _ Moor,., e4KrJldClG'td '�•....-moi' : 825A PORT CHICAGO HWY. PInSSURG, CAUFORMA 94565 PHONE (4151 6$7.1330 3 August 25, 1970 f Built-Right Construction Co. 4751 Pleasant Hill Road, East Martinez, California 94553 `f Subject: Richmond Health Center j Gentlemen: We are submitting below a cost breakdown` for framing vertical mall furring as per detail 7/5 and specified under Section 9C-2. This is pursuant to your letter advising us Oust the architect had requested this information: Material: 139.00 S;11ef.. tA);, 53`'6: 7.65 i Labor + labor 0.11. � 21.2 hrs. @ 9.94 ::'10.73 , 73�57.338 + 15% 0.11. & profit: 53.61 $410.99 The amount we quoted' in our letter of 7/22/70 was $411.00. Very truly yours, _ 3 HOLLOWAY & FREEMAN, INC. "Tulin 1t. Holltmay JRI I:mmh J3� 7o 4751 PLEASANT HILL ROAD FAST MARTINEZ, CALIFORNIA 94553 RALPH SWANSON RICHARD SPADING RAIP October 13, 1970 220-4331 Armas Sootura Architect Gam. O. 7. r P. 0. Box 601 Martinez, California j7Gr'j a Re: Richmond Hoalth Center I Second Phase Developgont ; Milcor Access Doors. 2 12x12 Acess Doors Style A $24.40 5 12x24 Acess Doors Style A 92.00 2 12x24 Acess Doors Style 11I 3 24x24 Acess Doors Style K 37.80 $189.00 Labor 14 Hrs. @ $9.75 $136.50 $325.50 5% overhead 16929 10`yo profit 32.55 Total $3711. 9 . 10 days dclivory on Style A Doors. Add five calendar Clays. .f a ,. : s , NJ 4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 RICHARD SPADINO RALPH SWANSON x21).4330 z:a•s0oo October 26, 1970 17ey Armas Sootaru P. 0. Box 601 Martinez, California Re :' Richmond Health Center Second Phase Development Revised estimitto for partition rumuval. 1. Remove partition between Rooms B144 & B145 2. Close off cased opening between Room B144 fr Corridor A B146. Three ft'. x yovon ft:. Sheet Rock Tape $06.00 Carpentry & Demolition 64.00 $150.00 5" overhead. 7.50 . 100„ profit 15.00 . 1 bond J.75 -Add 20 days time oxtonnlon HOLLIVIAY S4 FREEMAN, INC* 825A Port Chicago 1hvy. - PIttzburgi California 94565 �'`.�"'���'R.,"S.i��'.�'T�,, «.;- � _..«sem-��-i�, _,r z •� _ ,+r r. � "''�` '�' �qr` ' t �{?� �•' ' tit •� � ,.� +-€ �+r �,. .cs3.`�'F�=:� � +`t�>f:.�, �.' x' •?y='f Fsxs*•::,,;;� �s o Built-Right Const. Go. SUBJECT, Richmond 1Iehith *Center 4751 Pleasant Hili Road, East Martinen. Calm. 8455310/23/70.17 a . -- _. DATE _ - _. . 7. 01 f_ Remoxie c3 both sites of partition" between ojc. E�145 Sed. B-144 .., __. Patch wall at each end where partition is taken out & tans (25 ClotaL op door opening fmttmen M-1.4 4 corridor B146 vith':Mt each nide 134 tape. Total price $36.00 ^.17..�; �i„�^�R1.�11'_`n!!aa �'�` �► ��I`/* 1[^rP '� .#ry'.; "-Sa-{s Ar;* r p e7' '� ?g, K mss. R €� '� _-!. �=r b ?r...� t. � .,' t I S}'”`ti f �,.'Y j i t'j•�". ► ¢.., �. "Y r r' �';f:{� i�'c�s. e ��, `.. .i 44���e;� J �:: k b"�'•.N `y ;:� 1_,�;' Adr...`gy_,.+�.'-"�{'{7'` ^ �_3}�+ a �c ° - >� $-, . L�tia �.�.il..i.r:f.3rw�r� —Y __ ...i.r.... ..i�..:t�:..±iF.s�.+..�+�C....• ___ _r }k, — ATE "D -... -.._ _. .. l RECIPIENT RETURN THM COPY TO SENDER '< s Fat MAWIZ IN COVI ACT Mahmood 24Wk Center and Radical Clinic &,i.lding or Jobseooad J'hssi Developneat Change Order Bidlt Rift Construction Cao■avproposes to provide all equipmentq materials, labor and services for the following described change in the contract documents. Reason for (Mange: 7. To�odde iLr• �+Qt e. to s tnri m�orats .e .®e..d by demolitiam. 2. Ceiling originally designed to provide sold attauatiaa for now floor ass found to be the sound pressure levels generated by equipment Specification for change (Attach drawings) 1. Provide a 3//2" thick Zoolite Romo-=ote over steel deddwg and beams Who* exposed in ZaW H 31M and extend a metal lath end Jioao-Zote bsftle between ceiling and steel decking over Door f M Add $W.6O 2. Delete plaster ceiling is lboms SM and U16. and extend plaster wall finish to esisting decking DednatI194 O.00 Time Extension name Change Order Cost Add — endar Days Deductf .D 1.- Contrac To the Contractor: You are hereby instructed that the contract for construction is modified as herein proposed but that in all other respects remains unaltered. Approval Recommended Last Contract Price f d.00 �-� This Change Oder — - Architect Deduct Supervising Ar i M New Contract Price Bldg. Maint. Dept Time Extension Granted an Bldg. Projects ar Bays Pudic 64aarks Director New Contract Time Wa Calendar Days Approved: (Owner) Date October 2D, 19" By: 44144W,41T Accepted (Contractor)49c..1 w- 'x;90 By: NOTE: Submit 10 copies a "? f ALL TYPE/OF NEW AND REPAIR WORK RESIDENCE AND COMMERCIAL WILT-116UT (ONSTNIGON (WAMV" _ A s 4751 PLIASANT HILL ROAD EAST 1.- MARTINEZ. CALIFORNIA 1lA�.MI >jWANION MCNAIRO.SPADINO a- Neo October 1, 070 AC&oa«v 6+433f Armas Sootaru P. O. Box 601 C•10 Las Juntas .Street Martinez California 93553 Re: Richmond Health Center Second Phase Development Fire proof steel decking beams at lobby. $245.00 Extend partition to ceiling overdoors B01 Spay fire proofing material on metal lath. 110.00 X385.00 5°' overhead qq 22gg 10.1 profit X3;50 1% bond 3.85 Add $446060 Add 7 calendar days. ... .. .. Y 4-4 J 1 F C • R i! _ < v 7 - tzl C) hyo H 1-3 Cr�1 � tw ti En t c• � O y .�r„� p o HW IV - Oe: N tV + N til M: co x r tT3t�'y rm w•Al LIJ yj 00 J n } C)'to o o a t • �� y� �a M N Cd . .. r:. wll \''yam,':�•�' — _ . . _. ._ . . _.. _ _ a ;'t'+ ti t1 4751 PLEASANT HILL ROAD EAST MARTINEZ. CALIFORNIA 94553 :RICHARD SPADIN4. RALPH SWANSON Octobor 2, 1970 xxn•n+9v 220-6900 Armas Sootaru P. 0. Sox 601 z @artinez, California C. D. "`• 3 Re: Richmond Health Center Second Phase Development Omit plastered ceiling in rooms B1071& B116 Extend finished plastered wall to existing deckixrg. Change ceiling in B106 from plaster to gyp bd. v Deduct from contract 1:,400000 u .M'j In the Board of Supervisors of Contra Costa County, State of Califomia July 28 , 1970, In the Matter of Architectural Services, Richmond Health Center, Phase II, Work Order 5381. This Board being advised that Armas 9ootaru, Architect A.I.A. and Cometta and Cianfichi, Paul D. Cianfichi; Architect A.I.A., have requested that they, as a Joint Venture, be given permission to bind themselves hereafter to the teras and conditions of that cer- tain agreement between the County of Contra Costa and the firm of Cometta and Sootaru, dated January 20 19689 to provide architectural services for the Richmond Health Center, Phase II; Good cause appearing therefor, and on recommendation of the Public Works Director, IT I3 BY THE BOARD ORMID that said request to take assignment of the aforementioned agreement in APPROVED. ' The foregoing order was passed on motion of Supervisor - E. A. Linscheid, seconded by Supervisor J. E. Moriarty, and. by the. following vote of the Board: AYES: Supervisors J. P. Kenny, J. S. Moriarty, B. A. Linscheid, T. J. Coll. NOES: None. ABSENT: Supervisor A. M. Mas. I hereby certify that the foregoing is a true and corred copy of an ordw NIIMrd on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Sed of the Board of cc: Public Works (2) Supervisors Auditor affixed :his 28th day of July , 1q ,70 County Administrator W. L PAASCH, Cleric By /! 1 j�56�, Deputy Clerk Mildred 0. Ballard H 24 12/69- 10M i f Arstas Sootaru. Architect AIA 610 Las Juntas Street , P. O. Box 601, Martins, California Cometta and Cianfichi 3516 MacDonald Avenue, Richmond, California July IS 1970 FiLED �i t I L AK1970 Mr, Robert !d. Rygh CLERK Bo RDT. PASO�F SUPERVISORS Assistant Public Works Directorora RA C gy eputy Building Projects Contra Costa County Martins, California 94553 Res Richmond Health Center Second Phase Developmeat Subjects Transfer of Agreement Dear Mr. Rygh: The firm of Cometta and Sootaru, being bound to an Agreement with th-2 Cnunty, dated January 2, 1968, to provide architectural services for the referenced ` project, was dissolved and whereas a Joint Venture between the firms of Arras Sootaru, Architact A.I.A. of 610 Las Juntas Street, Martins, California and Cometta and Cianfichi, Paul D. Cianfichi, Architect A.I.A. of 3516 Macdonald Avenue, Richmond. California has been formed, it is hereby requested that the County give permission to the Joint Venture to bind itself hereafter to the terms and conditions of the above rationed Agreement. Very truly yours, Armas Sootaru, Architect A.I.A. Conetta and Cianfichi by lb%y Arman Sootaru B1vin A. Cometta ASsbl . aul fish' AM= Fat CHANGE Ilii gpswm Richmond �= Building or Job C13nic -- cored Phase Developelc�t Change Order # TWO Built Right Construction Co_ proposes to provide all equipaent,0 materials, labor and services for the following described change in the contract documents. Reason for Change: As directed by the Owner Specification for change (Attach drawings) SECTION 8 A - Hallow Metal Work (Door Schedule Dwg. No. 3) Change door types as follows: Door B 9 to read Type C Door B 18 to read Type C Door B 19 to read Type C Door B 45 to read Type B Door B 47 to read Type B Time Extension none Change Order Cost Add 68.00 Calendar Days Deduct 0.00 Contrac r To the Contractor: You are hereby instructed that the contract for construction is modified as herein proposed but that in all other respects remains unaltered. Approval Recommended / Last Contract Price $ 323v470.00 This Change Oder Add 68.00 Architect 1j4A4 Deduct Supervising c New Contract Price $ 323 5 Bldg. Maint. Dept. Time Extension Granted none Bldg. Projectordimtor CaTeMar Days Public arks Director New Contract Time n/a Calendar Days Approved: (Owner) Date June 11, 1970 By: Accepted (Contractor) f OOF By: NOTE: Submit 10 copies Y a ALL TYKS I*Nt1y w/q RRAIR r� ..M-- . -, '- , . -✓ IltilOf�I1Ct ANO COMMERCIAL -.rk�` �, �>, ALT= 6�iT n 471<t �LtASANT MILL 140S0`GST MARTINEZ.CALIFORNIA RAUW =W"MW" wICNAwD AOINO ACI►O[rr a•M00, AGAotrr May 18. 1970 Cometta Sootaru 3516 MacDonald Ave. Richmond, California 94805 Subject: Richmond Health Center Section 8A - Hollow Metal Work. Add to contract for change of Hollow Metal Work. Metal Door $52.00 Polished Wire Glass 16.00 Total Add $68.00 We ask for a time extension from April 24, 1970 to the time r " a notice to proceed with fabrication plus twenty dayw to reschedule the fabrication of the hollow Metal Mork at 'the factory. P� ich:�ard Spadino ^4 M l R1 it a I LL's AM l aA GNU IN WA RACT . Building or Job Richmond Health Center and Medical Change Order # One Clinic - Second Phase Development WILT-RIEGHT ODMSTRUCTION m. proposes to provide all equipment, materials, labor and services for the following described change in the contract documents. Reason for Change: IMS 01 i 2: To facilitate installation of decking. ITMS 03 h 4: To correct omissions in contract documents. Specification for change (Attach drawings) 1) Delete 16 ga. z 4'in. welding strips including installation as shown on details 02/2 and 04/2. 2) In lieu of welding strips, secure decking to concrete with 1�4" x .145" powder driven Deduct: $233.00 fasteners at 12" on center and to perimeter steel angles with 014 z 3/4" self-tapping screws at 12" on center along decking ends, and at 24" on center along side bearings. 3) Raise dental air compressor 14" on charnel supports. Add: $281.00 4) Vacuum and spray "Hormolith" concrete sealer below decking in crawl space areas, on all concrete surfaces. Add: $690.00 Time Extension Change Order Cost Add 00 alendar Days Deduct CoIrtrVetor To the Contractor: You are hereby instructed that the contract for construction is modified as herein proposed but that in all other respects remains unaltered. Approval Recommended Last Contract Price$322,732.00 This Change Oder 739.00 Architect 01 AlAt AL4 Deduct Supervising Arc-2. New Contract Price $323,470.00 Bldg. Maint. Dept. Time Extension GraiRted sone Bldg. Projects Coor or L ` en ar Days Public Works Director New Contract Time same endar Days Approved: (Owner) Date March 17, 1970 By: y Accepted (Contractor By: NOTE: Submit 10 copies k i i ' a, M Hill u .,751 y / � � �Z�ti�.t..i ice,:+ wi�:rf14�w..} 4I i. � � fir„ a � f.r-• r c Liapa.',[ai::cas 13 ,.ci:mm H+e..`, ith C aiii y- I�:L:YS7� -eiwb' Ti 630:J MMr9�.ti..J..•�'w u.J L'�3 i VMd�c�...i�ir - � . !: 423 3/4 u.�:� YL CE�t `:f a "If 3, ��:�"3, [ .. t�r�fir.F• .;-r<ry;� :-z�rZ �♦�s:�f;t�"i ` � r , : ' ♦ k .wC�'.i.. .tMCfFw.rdM•ri��...w..w.kX'1+e VS.✓..��� 1 i S t�i�..7J,7r.,-..' .91' 4rrU� 'Ftt'�t,.�i.`..�^li..:7. �V 1'; t C •tir¢f +V. I'i tw,,."• {"i_� AS OMAN c; n r. r..-.a. 7{3Ts ,� .gym. n, a� 'USA a(� ♦�j tW w..4.a4 Fou .r..��. s I4.J L=i. ..t�/ r :. .i� •'' ))) s � a110, � ♦�,+,t y.♦�r+10 t,- •;[ifs w t .R *, s } r: • •. . - �' �.-; ,::tr; �g 4.t+� i",s ai t � �. ..•.� �'IF � i�C.� �'! �c`y ,€�^t',�c'���.���1 xrs`,, %a � {� .i f'�O.♦ RAW'4\' t£` �.. �ivVCJ .4*1 i��,J v�•ay�..3 +�= tv J Ways; v':• ' , � .•.n +. •^.+. •;n'r - w� sir n a • - [ - .♦:0m i 4t.., U �. s I i..:�.��F S! V ..c�.:a�Spoll 40 - �'' N. !t it j/�`r _ f"�^ rt ,s.ls�.�tr. �'+[,*..,s♦:1�i[L3 �'t•a�s1 -.. 'r s' J♦ JV.�L L,b'JKV.� b'i��,!.S.Nf+vL�..;A rnr ir. t 1 � ------------------F sae Pr} � t 1p..$� V •r A�J� r ....w.+err r �.w...r.,..Y- .r�.r �.�] 4:i.Y'r0..a�.r..sY•J.II.u.1.w.+.. +•,ili.Mia.C.`i_Jn - r �[ Aw L►d 1 lLi i a' l \'.,r�a�. r�li'y E l�i t 11�Y �i1 47-11 1•9 t•Al:l.181 1111.t. 1:1-,At! LIAM 114Ct. CALIFORNIA I(!.1_t•il 1CuAnD t?,%D1NO PC- 2-1 . ] I1(1 AGwuwr n_4a:+o . �.ttill„1.1 11 r• i�,l.l1 .11'11 ��.�. � f . .. I(I I►11at!111t11a I Av.1-is ttt. f°/'"'�•d� �f(:•'f S'x / Itlr-111111111d11 1:u11 turnlu 5111)JI--ct.: - W-chmond Health C utiLra• a: M di cal. Clinic I It 1:11• SLI•. ' .. (:It1u11;1, If rds,rli I.- vain 1 r.u:L ; 1. 1)1:11:1.11 lr1 I;:ull;., x •I" x.•1 111 ul; :I 1.r 111:1. 111•dut�1 r.';I;t.•llU . a!• It+1l tilt 11.,11Ut1 it 11' CU111111.1,!t!:1!1' kill c1lilll111A 1-011 M1111W%1 td. Add 'I.UU 3. Vucuum 1: spray 111.rnu1..1 Lb cuncrui:c sealer uudur metc►.t ducking- itt crawl art-as. Add $690.00 at�•��� ��'!�!" iti clint•d S111t(IS nti .�:t�' Ali V ft_J 197p 1 t4 c,? . • ` -L s ! PUBLIC WORKS DEPARTMENT • CONTRA COSTA COUNTY DATE : March 2, 1970 TO : Geraldine Russell, Assistant Clerk of the Board of Supervisors FROM: Victor W. Sauer, Public Works Director By R. M. Rygh, Assistant Public Works Director, Building Projects SUBJECT: Richmond District Health Center Richmond, California No. 313 Attached is a copy of the Final Revised Part 4, Project Construction Application, for the subject project as approved by the State Depart- ment of Public Health and the U. S. Public Health Service. This copy is for your records. RMR:ds Attachment RECEIVED I.,;n -� i3-TC W. T. PAASCH CLERK BOARD OF SUPERVISORS NTRA �TO. By put i STATE OF CALIFORNIA—HUMAN RELATIONS AGENCY RONALD REAGAN, Gvvvaor DEPARTMENT OF PUBLIC HEALTH 7" r STREET SACRAMENTO M14 _ i .LL; �fi February 25, 1970 Al- FEB 2 6 1970 -� PUBLIC WORKS DEPARTMENT Mr. R. M. Fggh Assistant Public Works Director Building Projects Contra Costa County 6th Floor Administration Building Martinez, California 94553 Dear Mr. Rygh: Subject: Richmond District Health Center Richmond, California No. 313 Attached is a copy of the Final Revised Part 4, Project Construction Application, for the above project, which has been approved by this Department and the U. S. Public Health Service. Ve y yours, Robert C. Kimball, of Bureau of Health Facilities Planning and Construction Enclosure Form 634-120 r . e1 DEPARTMENT OF HEALTH, EDUCATION. AND WELFAR PUBLIC HEALTH SERVICE P2,Iml APPLICATION FOR PROJECT CONSTRUCTION - PART 4 AGREEMENT-- PROGRAM 1. PROJECT NUMBER(SII (Assigned by State Agency) check one go. w s 2a. LEGAL NAME OF APPLICANT f HOSPITAL AND MEDICAL FACILITIES Q� W�'a/ Title VI, PHS Act, as amended � of emirs � g — of wwa L FACILITIES FOR THE MENTALLY RETARDED 2b. NAME OF FACILITY Title I, Port C. P.L. 88-164 MANG" NMI* 0906W aid YA1114a Qsma COMMUNITY MENTAL HEALTH CENTERS 3. ADDRESS (city, county, state) Title 11, P.L. 88-164 COaas Go" Comoro axwerlda 4, DESCRIPTION OF PROJECTS) A. COMPLETE BLOCKS(1) AND(2) BELOW IF APPLICATION INVOLVES A HOSPITAL OR MEDICAL FACILITIES PROJECT. (1) RELATIONSHIP OF PROJECT TO ALLOTMENT NEW CONSTRUCTION FUNDS MODERNIZATION FUNDS ❑GENERAL HOSPITAL Lj GENERAL HOSPITAL '—]TUBERCULOSIS HOSPITAL TUBERCULOSIS HOSPITAL j�MENTAL HOSPITAL MENTAL HOSPITAL [�LONG-TERM CARE FACILITY LONG-TERM CARE FACILITY _DIAGNOSTIC OR TREATMENT CENTER n DIAGNOSTIC OR TREATMENT CENTER '—I REHABILITATION FACILITY REHABILITATION FACILITY [PUBLIC HEALTH CENTER PUBLIC HEALTH CENTER ,—;RELATED FACILITY RELATED FACILITY LONG-TERM FACILITIES ;2) BED CAPACITY (patients only) GENERAL TUBERCULOSIS MENTAL REHABILITATION NURSING HOME HOSPITAL EXISTING BEDS CONFORMING NON-CONFORMING PROVIDED BY NEW CONSTRUCTION FUNDS NEW FACILITY ADDITION REMODELING REPLACEMENT PROVIDED BY MODERNIZATION FUNDS REMODELING HEPLACEMGNT TOTAL NONCONFORMING AFTER CONSTRUCTION TOTAL CONFORMING AFTER CONSTRUCTION B. COMPLETE BLOCKS (1). (2) AND (3) BELOW. IF APPLICATION INVOLVES A PROJECT FOR THE MENTALLY RETARDED. (1) TYPE OF FACILITY (2) NUMBER OF PERSONS SERVED (3) SERVICES PROVIDED PRESENTLY TO BE :jDIAGNOSTIC AND EVALUATION MADE CLINIC NUMBER PRESENTLY lcheckapplicable item) AVAILABLE AVAILABLE _]DAY FACILITY PROVIDING SERVED LESS THAN 24-HOUR A DAY DIAGNOSIS SERVICE ADDITIONAL NUMBER TREATMENT L RESIDENTIAL FACILITY SERVED EDUCATION PROVIDING 24-HOUR A DAY SERVICE TRAINING TOTAL NUMBER TO BE SERVED CUSTODIAL CARE WORKSHOP PHS-62-8 (PAGE 1) FORM APPROVED: 3-65 BUDGET BUREAU NO 68-R309 Lam ,, '"I I_ r:. C. COMPLETE THIS ITEM ONLY IF THE APPLICATION INVOLVES A COMMUNITY MENTAL HEALTH CENTER PROJECT. SERVICES TO BE PROVIDED IN THE FACILITY FOR WHICH FEDERAL ASSISTANCE IS REQUESTED.(Check as appropriate.) INPATIENT SERVICES CONSULTATION AND EDUCATION SERVICES AVAILABLE TO COMMUNITY AGENCIES AND TO PROFESSIONAL PERSONNEL n OUTPATIENT SERVICES DIAGNOSTIC SERVICES PARTIAL HOSPITALIZATION ❑DAY CARE n REHABILITATION SERVICES NIGHT CARE PRECARE AND AFTERCARE SERVICES WEEK END CARE Q OTHER(Specify) TRAINING E]EMERGENCY SERVICES 24 HOUR PER DAY El RESEARCH AND EVALUATION S. ESTIMATED CONSTRUCTION COSTS(Summarize costs for each continuation page attached, i.e.,these costs shall be the sum of all projects represented by this application.) A. ESTIMATED COSTS IN WHICH THE FEDERAL GOVERNMENT MAY PARTICIPATE: (1) CONSTRUCTION CONTRACTS AND CONTINGENCY S2s=x0317 (2) FIXEC EQUIPMENT NOT IN CONSTRUCTION CONTRACTS s -0- (3)MOVEABLE EQUIPMENT f 83993k lel SITE SURVEY AND SOIL INVESTIGATION S 39764 (e) ARCHITECT'S FEES S 170,563 (e) SUPERVISION AND INSPECTION AT THE SITE us" (7) PUBLIC HEALTH CENTER SITE s (e) OTHER(Specif)r) s metwullIt" : W4395 s $ lo, Z.1�6,3�7 SUB-TOTAL s 1101 TOTAL COST IN WHICH THE FEDERAL GOVERNMENT IS REQUESTED TO PARTICIPATE s 1,90,136 B. ESTIMATED COSTS IN WHICH THE FEDERAL GOVERNMENT MAY NOT PARTICIPATE: j� (1) ACQUISITION OF THE SITE s (2) OTHER(epecifY) S SN A1w1AM'a S=ary ltted" 1: 19085,591 s s $ 19006Q5,591 (3) SUB-TOTAL S 1,065,591 C. ESTIMATED TOTAL COSTS OF CONSTRUCTION 3,561,936 PHS-62-8(PAGE 2) 365 b. FINANCIAL ANALYSIS s A. FEDERAL SNARE OF ESTIMATED COSTS 656,732 B. STATE AID 6662722 C. APPLICANT's SHARE OF COSTS 2,19895U 4 O. ESTIMATE D TOTAL COSTS OF CONSTRUCTION 3,531,938 THE FOLLOWING TO BE FiL LED IN BY THE STATE AGENCY 7. ANNUAL ALLOTMENT. THE FEDERAL SHARE FOR THIS PROJECT (ITEM 6A) IS TO BE CHARGED TO THE ALLOTMENT TO THE STATE FOR THE FISCAL YEARS AS FOLLOWS: ALLOTMENTS 4e AMOUN F FEDERAL SHARE - BY FISCAL YEAR BY CATEGORIES F.Y. 19 F.Y. 19 F.Y. 19 F.Y. 19 F.Y. 19 HOSPITAL AND MEDICAL 5 S 5)i It 1! � � tUt 5 FACILITIES: =1111111 r HOSPITALS AND PUBLIC 292v Cowie go �l a i;j VM HEALTH CENTERS LONG-TERM CARE be co FACILITIES DIAGNOSTIC 13,194 505 • or Pu* h me TREATMENTT CENTERS � `MI.� j•t REHABILITATION FACILITIES MODERNIZATION TOTAL S $ S FACILITIES FOR MENTALLY RETARDED $ S Ill1s $ $ COMMUNITY $ 5 $ $ S MENTAL HEALTH CENTERS 1 F. In accordance with the approved State plan the Federal share for this project is 33 3/3 % (percent). CERTIFICATION OF APPROVAL 1. LEGAL NAME OF APPLICANT ADDRESS Ca=t, of Canon Caata - Stag Of Calitarnia $far0od, Cf1111lif rg" Hereby certifies that for any construction described in parts 1 through 4 of its application and the plans and specifications attached thereto, it will comply with all requirements, assurances, and representations relating to such construction and the operation and maintenance of the facility or facilities constructed. NAME AND TITLE OF RESPONSIBLE OFFIC CR (TYPE OR PRINTI SIGNATURE OF RESPONSIBLE OFFICER DATE M&araa J. Coll, aairMn, Dd. aIf Snpwvisan/ Signed by Thomas J. Coll 1-28-70 ���p fsrntr"'en-r u) �)w_iDIA'iC Health of Ca11f0�'i17j'1i .g i'itlk'°f —_m *Ct--so-amnd�d-_____ __ ___________ hereby certifies that pursuant to the v __._______—__,it hos submit)ed a state Plan(s) which set(s) forth a program for the construction (Applicable Fedora)ACV,," look"tie-I)of the foci li165rfacilities described in this application, the latest revision of which was approved by the Surgeon General on U , 19 ; and that this application having met all requirements of the Federal Act, Regulations, and the applicable State Plan(s) is approved, and recomended to the Surgeon General for approval. 4 7tftAF&A{JiATG*M& Dept. of FUb]JC 8"1th SIGNATURE OF RESPONSIBLE OFFICER DATE Signed by William J. Kurtz 1-28-70 TITLE OF RESPONSIBLE OFFICER NAM OF RESP""FFfCER Laiatant Diseetar, F3ac&1 & Mana�rt�ant J ww w Mij VJMW •c WNUMP 6M PW gtTA P'ild=a =04 ••w CTeI C mTPW twmwK stow in Rmi iM wnd� so= r■s"Mme uw sm A"W" 4MR I S9-E lE 3°JVd) 8-Z9-SHd HaDl3d0 ao 31111 CNV 36-4V N (A-INO S3ul-llo Vj NOI1V11.118VH3ll) M3H 'AlIV138336 3H1 moi 31VC Jog.oa.ITG WITEaH TBUOT29U 2uzq-oy :so,Iuzg,zeil •H uoPTaS Jtq Pau2zS OL—z—z .G.14 ciastex -a •H !13:IddO.10 3-1111 CNV 3WVN 1VLl3N39 NO3Duns 3H1 HOA 31x0 00•zTL`959 = 3o ttms je�o3 (s)s1ea,I je�sr3 so; ay] 996T Pue 5961 ezuazo3tTe0 jo am,s aq] o] pauojjespunj pa]eudo]dde 3o]no (spaaja]d Bons soj siaugiigo dgaiaq 'S3.LV.LS o3,L]Nn atp to jjegaq uo •pue (7uoolldde to alueu letla7) e�soo eaquoo 3o k�unoo >tg (uo!:uu5Prsap so ualsdrnsep Joajwd uollarulsuoa) a 0zuzT0 ZeozPaH PUL' ,za'4u@D g'1TeaH PuoucgozH ((W)h V I—pa8 o19—!►ddy) 10j IA GlgTl `Papuaum se 'q3V SHd atp iapun spun; jeJapa3 Joj uopuDijdde ay jo jenoidde jeurj njr]Ja: •,iiuiaj3aS aq,j, `.{]rjcaej uoneirjrgegal a jo ase:) age uv 'osje pue 'Iwauag uoagms ala g H31N37 H11V3H 1V1N3W kllNnVAW07 S 03CHVI38 AIIVIN3W 3H1 HOA A1111OV3 S NOIl V ZINM300W S All-117Vd NOIIV1111BVH38 >r/T Ce 169'1:60'T s a31N37 1N3W1V381 a0 OIISON'E)VIO S All117VA 3HV7 Wa31-E)NOI L�Z ec Z'i�`8Lg S a31N37 H11V3H oriend HO 1VIIdSOH 1N3D83d 1N110« S133t0bd :s.t:oiju} Se alt; aicqz,; pue (s)33V jeiapa3 ajgearjdde aq3 ]apun a]edpp -JI'd atp piq.tt U1 'lU:)uftnbJ .fulpnpul '(S)1JJIO:d Jq3 )o uoi]Jni]suo7 jo]SOJ pamwpsa ;)q] ]eq] Spur; 's]uaul -�)Jrlti 7.tot{F' aq] pur. 'upialj] p.lutu3uoJ Suol]F']UJSJJd?J pu:: %aJuCJnssc JqJ 'uut3u.Dtjddt; ay jo srseq aqi uo uoa8ins aql •£L Y (panu,juoa) -lVAOdddV d0 N011VDI=IlI 1d> HOSPITAL COMSBUCTIOM AUDIT SUMiARY Htichmond Health Center and Medical Clinic California Protect No. 313 i i c r Total Participating Costs ftQ_ Audited Health Medical Participatins H 12witures Coster Clinic ilew General construction $3,091.710.32 $ 911,876.00 $1,220,161.00 $ 959,673.32 %Dveabla equipment 112,149.20 26,831.62 57,101.26 28,215.32 alta survey and soil tN+erti`stioe 5,454.24 1,609.85 2,154.15 1,694.24 ~ ' Aci►itacts fee 247,336.82 72,950.08 97,612.88 76,773.81 c' 8�ervislon r iolFestioa at the alta 31,400.85 9,261.37 12,392.16 9.746.82 z ; ' *Karial testi" 20,874.02 6.156.58 8,236.14 6,479.30 fiseisea0l� 2,061.76 2,081.16 Oar -�tisl�im costs 927.05 927-881, !seal .511.4]�.ti i1.1iL_WS.SO $1.3l7.K1.09 M-2 nA 91 1h 8lt_142.W 11_Q91.694.00 9 FsaFered by Field As"ts Unit Fiscal and Wsaweat, SDPR � i Ei ' .lam • • Richmond District Health Center Richmond, California Project No. 313 Non Participating Costs Participating Health Medical: Total Center Clinic Costs General Construction $3,091,710 T9_11776 $1,220,161 . $959,673 Movable Equipment 112,149 26,832 57,102 282215 Site Survey-Soil Inv. 5,458 1,610 2,154 1,694 Architect's Fees 247,337 72,950 97,613 762774 Supervision & Inspection 31,401 9,261 12,393 9,747 Material Testing 20,874 6,157 8,238 6,479 Landscaping 2,082 2,082 Other Non-participating 927 927 3,5 11,93 $1;02 97 96 $1,397,661 $1;0§5,591 r� Thomas J. Coll, Chairman Board of Supervisors January 13, 1970 P R E S S R E L E A S E Chairman of the Board of Supervisors, Thames J. Coll, announced that construction bide SOL-13 received today for "Richmond Health Canter Medical Clinic, Phase II.� A contract see awarded to Built-Right Construction Company of Partinozc California who submitted the low bid of $322.732,00. There more might (8) bids received ranging from $322.732.00 to :358,900,000 This project provides for completing the largo basement area, about 14,000 square feet, which was left as unfinished open spans in the recently completed building. The plans and specifications wars prepared by the architectural firm of Commetto 4 Sooteru of Richmond, who were the project architects for the original building. The much needed edditional space, primarily office spacs, provided by this pro,jerr will be as3igned to: Adult Probation, Deoartment of Agriculture, Juvenile Cour'; Referee, and the Public Defender. The floor plan also included a coffee shop. Thm actual construction project includes completion of the mochanicol, heating, and ventilation s;lstsm for the area, construction of tall partitions, end completion of floors ao+d ceilings. T ho Construction cont,..-ect will be administered by the Public Mbrks Department, Victor W. Saul:-, Director, with technical assistance by the project architect, It is u atfmated the project will be completed In the summer of 1970. s : « W.O. 5381 i cv1; L i} ul uy., C� ii is yty y ` _ � � i 3 t."� •.i, •ti 1 t; tYl 1 i i G� t � S! 0 Q I RE 01 j Hiw,., 4J; ( i +tet �: 01 0 4ixi inU� ri! Ui a 4-1 01 01 :i c ; o: >. U ( 0) t f { t N; v; N01 0 W 0 4-A� F �, 41� 41i .C+ �-• it V G' to N t]t U 301 .a •O U{ V t fn N i i N � t•S � Li S � ti, i 1 } i•i LLI' N i N. C j t •I E',t F4 4+' •� 1 tib`: ri F w R N ( + ;^e Y1 j • \ ..0 •rF � N- 11.` N . ri' Q� N, d N; 7 t �• �.> 3. z, t 7 s _ z H s : IN THE 30ARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval ) BOARD ORDER of Contract for Public Work. ) ;MMM 20, 1970 Contractor: Milt-4L&t 0onstssstian 000sus 10% Plsam" SU Road Raft, *lana, Califoenia 91553 Work: Constmotim of ■idnoed /ealth Canter and llWissl Waist Pbass Il Work Order No: 5381 Date of Award: Jan=7 133, 1970 Bonds : Surety's Name : and DsPosit Casprp of XM sed Labor and Materials: $Uax 66) food 50. 5789605 Faithful Performance : $322,732) This Board awarded the contract as noted above, and the contractor has presented it in approved form with bonds as noted above . The contract and bonds are hereby approved, and the Chairman is authorized to execute the contract. The bonds posted by the other bidders are exonerated and any checks submitted for security shall be returned. Thr foMoiaod order was passed an wotim of 8rperviaw A. M. Dias, ssoaded by 3 perwisw J. P. Z=Ws and bW tie foilatiud vote of On 1osads AMOS ispervisors J. P. [oq, A. M. Mass, Be d. Unsaisid, T. J. Coll. Voss: Mans. ARM: Supervisor J. R. NoriarV. I certify that the foregoing is a full and correct copy of action duly taken by this Board on the above date . W. T. PAASCH, County Clerk and ex officio Clerk of the Board: cc : _ Public Works Auditor By L On Jan. 20, 19"10 Contractor N14dred 0. Deputy Clerk Form 79.4; Rev. 67-5-500 . tstJ iR 3a,nXn w . + 8 ' r% tS c l +c Et aj z.y'- r,; ,.+r ak" '-•sx5r .. loom low, F I LED CONTRACT as iy7� (Construction Agreement) T. rAAH WK AA (Contra Costa County Standard Form) CLERK BOARD ff WO RYIS019 rONTp Od AI,dbUNTV 1. VARIABLES. These variables are incorporated below by reference. (442,3) Parties: [Public Agency] Contra Costa County [ContractorBuilt-Right Construction Co . ] , y /� , , calif. (52)(JIV, Effective Date: January X1 20, 1970[See 54 for starting date. . (13) The Work: The project entitled "Richmond Health Center and Medical Clinic, Second Phase Development, 37th Street and Bissell Avenue, Richmond, Contra Costa County, California" as provided in the contract documents therefor, including Addendum No . 1. ..kms (14) Completion Time: [strike out (a) or (b) "calendar" or "working"] I�- (a) By [date] y (b) Within 240 calendar/yr6,f)[V/4 days from effective date. (f5) Liquidated Damages: $ 755.00 per calendar ' (16) Public Agency 's Agent. Cometta and Sootaru (f7) Contract Price: S 4222.00 4IStrl a out parenthetical material if inapplicable.] 2. SIGNATURES 6 ACKNOWLEDGMENT. CONTRA COSTA COUN Y Public Agencu, By: 039^136"11 Chairman) '.•.'. T. PA H CLERK ty Contractor, hereby also acknBo 1 1 complliance with Labor Code 11861 concerning Workmen's 110spensation Lay. By:- i Zjua_a r��L._-4, 21LZ, [Designate officiifl capacity in the business) Note to Contractor: (I) Execute acknowledgment form below; and (2) if a corpora- tion, attach a certified copy of the bylaws, or of the resolution of the Board of LIM Directors authorizing execution of this contract and of the bonds required hereby. ------------------------------------------------------------------------------------------ State of California ) as. ACKNOWLEDGMENT (by Corporation, County of Alameda ) Partnership, or Individual) - The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledgedfhat he/they executed it and that the corporation or partnerehi� named abov4;eXe ted.-'it. y Dated• January 20, 1970 (SEAL) Beverly J. Raqmpson lA Notary Public IV Commission Expires April- 4, 1970 '- - -- -,------- ------------------------------ i--------------- ---- ------- FORM„AP.P.RO,VED. J. B. CLAUSEN, County Counsel, By Wall uty A (Page 1 of 4) APPW 3 VJW:mh (CC-1; Rev. 9-69) �1a ,�lr n "u'V,"a'x` �. -+ ?x j• 11� "''* a. �r} `Staoil ^.. .?`.” •� g a'ka- ; Si ti n, l s I 4 �j s NNE w 3. WORK CONTRACT, CHANGES. (a) By their signatures in Section 2, effective on the above date, these parties promise and agree as set forth in this contract, incorporating by these references the material ("variables") in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a workmanlike manner, fully and faithfully perform and complete this work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) This work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. 4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. S. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided herein, '.� he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Sec. 1, the result of the parties' reasonable endeavor to T _ estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same be not paid, Public Agency may, in addition to its other remedies, deduct the same from any money due or to become due Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of work or extension of time, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. 6. INTEGRATED DO-V?VEYTS. The plans, drawings and specifications, of any Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intended to co-operate, so that anything exhibited in the plans or drawings and not mentioned in the specifications, or vice versa, is to be -� executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor the sum specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) On or about the first day of each calendar month the Contractor shall submit to the Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount determined to be due, minus 10% thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. B. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, (2) Claims filed or reasonable evidence indicating probable filing, (3) Failure to properly pay subcontractors or for material or labor, _ (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the :materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor _ shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not v (CC-1; Rev. 9-69) (Page 2 of 4) ii},f. "'�'".. fir z-�•''-`rre�a :�r v.� a''^� ���P � �.�• �ti � ,�A ; 0'3 e yg� cv /112i�y f reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code 441860-61) On signing this contract, Contractor must give ` r Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by N` an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Law. r� 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for <+,is approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. wY� ' 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects, without fault n, ��L•' of the Public Agency or its agent(s) , to supply sufficient materials or workmen to -< complete this agreement and work as provided herein, for a period of 10 days or more after Y#. written notice thereof by the Public Agency, the Public Agency may furnish same and deduct .`, the reasonable expenses thereof from the contract price. If the Public Agency sues to compel performance, or for damages for breach of this agreement, or to recover the cost of completing the work, Contractor shall pay all the Agency's reasonable attorney's fees, costs of suit, and all its other expenses of litigation. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California "r Labor Code (beginning with Sec. 1720, and including Secs. 1735 6 1777.6 forbidding dis- t';sr `, crimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 b 1813, concerning prevailing wages and hours, shall apply to this agreement as though full} stipulated herein. '.`• 13. SUBCONTRACTORS. Government Code 164100-4113 are incorporated herein. ri•t•�, .. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, { classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. ., (c) The Contractor, and all his subcontractors, must pay at least these rates to all �Fa persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement =tl?r for such labor in the locality where such work is being performed. If it becomes neces- ' xtie; sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor :* shall immediately notify the Public Agency which shall promptly determine the prevailing F3ti ter . wage rate therefor and furnish theContractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the 't P PP g continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's ' work and no workman employed at any time on this work b the Contractor or b an sub- s ;�•.,. P Y y Y ,�a. contractor shall be required or permitted to work longer thereon except as provided in tai,s Labor Code Secs. 1810-1815. CES. Properly indentured apprentices may be employed on this work in 10'. AF?REiI.I 4 accordance with Labor Code Secs. 1777.5, and 1777.6 on non-discrimination. a' ~ 17. _REFERFi:CE FOR MATERIALS. (a) Pursuant to Government Code Sec. 4303, the Contractor shalluse only such unmanufactured materials as have been produced in the United States, and only such manufactured materials as have been manufactured in the United States substantially all from materials produced in the United States. r (Page 3 of 4) 3 r�� Rev. 9-69) {"-'�. �. '`+.t � �nn.,a �- �3" ��.' _ { .•t q `'r'c�'''i t.n a�a�i"'re� t ,rte: (b) The Public Agency desires to promote the industries and economy of Contra Costa County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGNMENT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. �- 20. HOLD HARMLESS 6 INDEMNITY. (a) Contractor promises to and shall hold harmless and �j indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and x. ! its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, including ipersonal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County approved the improvement plan or accepted the improvements as completed, 6 including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing Liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s) , agent(s) or employee(s) of one or more of them. ,i (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) _- or specification(s) in connection with this work, or has insurance or other indemnifica- tion covering any of these matters. a (Page 4 of 4) (CC-1; Rev. 9-69) e � acli Y X. d E5 s � h Bond No. 5789605 The premium chsr,,or, this bond L mac'-::::cd iz: charge for performance bond DIVISION D. LABOR AND MATERIAL BOND KM ALL MEN BY THESE PRESENTS: That WHEREAS, County of Contra Costa, State of California and BUILT RIGHT CONSTRUCTION CO. hereinafter designated as the "Principal" have entered into a Contract for furnishing of all materials, labor, services and transportation, necessary, convenient and proper to �orL rLr•.t IIi _hmonrl Pal th Cent .r ^nri ;cal Cl;n;e_ Seco limbo Be4e?onment, 1 7rh StrPP nA RissPl l �v _nuP� 13icheiond. Contra Costa CoLty. Cal i fore;a iwhich said agreement dated January 20 , 19 70 , and all of the Contract Documents attached to or forming a part of said agreement, are hereby referred to and made a part hereof; and WHEREAS, pursuant to law, the Principal is required before enter- ing upon the performance of the work, to file a good and sufficient bond with the body by whom the Contract is awarded, to secure the claims to which reference is made in Section 4200 to 4208, inclusive, of the Governmental Code of California, and Section 1184 (e) of the Code of Civil Procedure of California, NOW, THEREFORE, THESE PRESENTS WITNESSETH: That the said Principal and the undersigned FIDELITY AND DEPOSIT CQMPANY OF MARYLAND , as corporate surety, are held and firmly bound unto all laborers, msterialmen and other persons referred to in said statutes in the sum of ONE HiJIIDBED SIXTY ONE THOUSAU THREE HUNDMM SIXTY SIX AND N0/100 Dollars ($ 161.366.00 ) lawful money of the United States, being a sum not less than one-half (172-)-'6f the total amount payable by the teras of said contract, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, or assigns, jointly and severally, by these presents. The condition of this obligation is that if said Principal or any of his or its subcontractors, or their heirs, executors, administrators, suc- cessors or assigns of any, all or either of them shall fail to pay for any materials, provisions, or other supplies, or machines, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, that said Surety will pay the same in an amount not to exceed the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay a reasonable attorney's fee to be awarded and. fixed by the Court, and to be taxed as costs and to be included in the judgment therein rendered. -12- r h DIVISION D. LABOR AND MATERIAL BOND (Con't.) It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 1184(e), of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of said contract or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition. IN WITNESS WHEREOF, this instrument has been lily executed by the Principal and Surety this 20`h day of January , 19-71.—. BUILT-RIGHT CONSMUCTION CO. Principal 0 . "Y Lz'-"-D I Richard Spadino - Partner Surety A Bv_ At y n-fact Ge Finster The above bond is accepted and approved this clay of , 19 -13- a �x ` A _. low o _ 0 x a � � Ga � a vi c :�? XG O m no '4 M m d M CC " tx toto •c' c w to C] (D G ro e. W ep p Q FH'Rfi 7 ro .w M4 M. y�c • W` � � � a is �Le�.�• Ooi a ':J � � 2 � x A •d iD~~ ` ? C F-+ toto H e r � s .c .y o p t jr'GGGG :Q iD o` ..u....n.............7 �. f! :w� to m CL '� =, o z6L B : t� o to a r k o `� _ Ov W r. c.r�.ray a .�'.ti�• r3 —f syn O �. It \tea? ry c i0 m s a c ` 3es of c o n � a 4 Bond No. 578 • Premium: $2 .00 DTVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the'County of Contra Costa, State of California By Resolution passed , 19has awarded to BUILT-RIGHT CONSTRUCTION CO. hereinafter designated as the "Principal", a Contract for constructing Richmiond Health Center and Medical Clinic, Second Phase Development, 37`" Street and Bissell Avenue. Richmond, Contra Costa County. California and, WHEREAS, said Principal is.required under the term of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and FIDE= AND B12MIT COtTANY OF MARYLAND as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of THREW HUNDRED TWENTY TWO THOUSAND SEVEN HUNDRED THIRTY TWO AND NO1100- - Dollars ($3229732.00 ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. -10- . . . \ y . . � , ■ E \ } § z § ■ � » : _ « ; : ■ ro _ : ƒ { F : b ! ■ )rn U}ƒ\ 2 / � )K ■ { §9M 71� two ! a ° ` . 0# � | to rL -j ) ! E2 / : 77 ! w § IDi P \\ ) \ k } 0 a ■ H ! - �§ g. log o f \ ; E Eil Is I le 6 x le 10 z Cn 20 o ............ CR ob 03 n pr 15, sr to tl 1 PERFORMANCE BOND (Con't.) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF one identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the 20`b day of January, 1970 (To be signed by ) BUILT—RIS UTipg Cp_ (Principal and Surety) Principal (and acknowledgment ) (and Notarial Seal to) By (be attached. ) Richard Spadino — Aartner 1� Surety By ® ;.'George P er — Attorney—in Fact The above bond is accgo¢ ed and a oved this day of , 19 The above bond is accepted and approved this day of , 19 -11- yF r STATE COMPENSATION INSURANCE P. 0. Box 807, San Francisco, California 94101 FUND January 15, 1970 CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE Contra Costa County This is to certify that we have issued a valid Workmen's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy also covers the liability of the employer under the United States Longshoremen's and Harbor Workers' Compensation Act. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. I`- V• EMPLOYER PRESIDENT Built Right Construction Co. Job: Richmond Health Center 4751 Pleasant Hill Road E. & Medical Clinic Martinez, California 94553 57-69 Unit 205 (10-1-69/10-1-70) Jg SCIF FORM 262A (REV.o-ha) 114624-2111 11.119 40M QUIN AT 011P 3 h � k v STATE. CN S UER A N'C E P. 0. Box 807, San Francisco, California 94101 FUND January 15, 1970 DUPLICATE CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE Contra Costa County This is to certify that we have issued a valid Workmen's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy also covers the liability of the employer under the United States Longshoremen's and Harbor Workers' Compensation Act. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. EMPLOYER r11c91Uf NT Built Right Construction Co. Job: Richmond Health Center 4751 Pleasant Hill Road E. & Medical Clinic Martinez, California 94553 57-69 Unit 205 (10-1-69/10-1-70) ig SCIF FORM 262A (REV.8.60) 94024-219 9-99 AON OUIN AT ON l � r r� CERTIFICATE INSURANCE BROKERS OF P.O. BOX 370 • BERKELEY, CALIF. 94701 INSURANCE PHONE: 848-5796 ISSUED TO . County of Contra Costa INSURED: Built-Right Construction Co., Post Office Box 69 Contractor, 4751 Pleasant Hill Martinez, California 94553 Road East, Martinez; and the County of Contra Costa, Owner, Att;ntion: Mr. Victor J. Westman, P.O.Box 699 Martinez, Calif. Deputy County Counsel This is to certify that the following described policies have been issued and are in effect: Kind of Insurance Fire Insurance Polity Number 547S162909 Company Hartford Fire Insurance Company Expiration Date Janity 20, 1971 Amount of Insurance or Amount of Liability $322,732. Fire, ELtended Coverage, Vandalism and Malicious Mischief on one story fireproof building occupied as Health Center and Medical Clinic in course of construction. Description of Risk or Operations and Location 37`h Street and Bissell Avenue, Richmond, California The policies listed above shall not be cancelled or reduced in coverage without ten (10) days written notice to this certificate holder. j C EyNSTER VIN�ENT Date Issued 1-15-70 By A f'1D� R 'D!/PF3ESENTA E � :r BERKELEY,CALIFORNIA ✓ cc: Insured Insurance Company 026MOZ � � t r 7aW� �� � ' * CERTIFICATE .� INSURANCE BROKERS OF P.O. BOX 370 • BERKELEY, CALIF. 94701 INSURANCE PHONE: 848-5796 ISSUED TO - County of Contra Costa INSURED: Built-Right Construction Co. Post Office Box 69 4751 Rbasaut Hill Road Fast Martinez, California 94553 Martinez, California 94553 and Attention: Mr. Victor J. Westman, County of Contra Costa as Deputy County Coiwel additbnal insured as respects the belowmentioned work This is to certify that the following described policies have been issued and are in effect: Kind of Insurance CompraherdLve Inability Comprehensive Catastrophe Liability Policy Number 28ALS320300 DOL459837 Company Aetna Casualty & Surety Company United States Fire Insurance Company Expiration Date February 17, 1971 August 199 1971 Amount of Insurance or Limits of Liability Excess Liability Bodily Injury-including 1009000. each person $1,000,000. each occurrence auto 300,000. each occurrence Property Damage-including 509000. auto each occurrence Abse policy covers liability assumed in the "Hold Harmless" agreement contained in the contract dated January 20, 1970. Description of Risk or Construction of Richmond Health Center and Medical Clinic, Operations and Location Second Phase Development, 37th Street and Bissell Avenue, Richmond, California The policies listed above shall not be cancelled or reduced in coverage without ten (10) days written notice to this certificate holder. F/NSTER a VINCENT , Date Issued 1-15-70 By '/ ALliHOR'�PEV REFRIESENTAT:T / BERKELEY,CALIFORNIA cc: Insured Insurance Company Q265802 n JOHN B. CLAUSE OFFICE OF COUNTY COUNSEL OEPUTSE�l COUNTY COUNSEL P.W.BAKER CONTRA COSTA COUNTY S.F r .=lsf:+tAN GEORGE W, McCLURE H.T.GONSALVES Assistant COURT HOUSE TOP FLOOR `.V.LAN—=, JR- P.O.SOX 63 A.WWALENTA,JR. MARTINEZ: CALIFORNIA 94553 ? W.W.W:RD 11! PHONE: (415) 220-3000 ' ._ V.J.`iIESTMA14 January 14, 1970 Built-Right Construction Co. 4751 Pleasant Hill Road East Martinez, California 94553 Re: Construction Contract for 'Richmond Health Center and Medical Clinic, Phase II. Gentlemen: Pursuant to Board of Supervisors ' Order, this office has prepared the contract for the above entitled work. Enclosed are the original and copies to be executed by you. Please follow the directions in the "Vote to Contractor" on page 1. Your signature must be acknowledged before a ;rotary Public. If you are a corporation, please forward us a copy of your by-laws, or a copy of your Board of Directors ' resolution authorizing execution of this contract and of the bonds required thereby. After properly signing the contract, send one copy to your bonding company; then send the original and the other copies bath to this office. Please also send us the necessary bonds, and a certificate of insurance with the County as a named insured, including evidence of workmen's compensation coverage, as required by the job specifications and the . contract. These require our approval before the contract can be submitted to the Board of Supervisors for final execution. A fully executed copy will be sent you later for your file. Very truly yours, JOHN B. CLAUSEN County Counsel 0 VJW:mh By: Victor J.—Westman cc: Building Design Div. Deputy County Counsel CC-2 Enc. i 9 H P 'C. H V.' '=3 H 0 ct :3 111 •- Ct N R .O t�I cr O 0 ct (D (D .. 'd O >t it ::S (D M > (S ct Cr M ct }-+ 61 0 O F+ ctF'- P) O O O `K .. ct ct (n O �C O N ! �3 U) n (A ct ct a�bj�CD Cn ct ca I's C O N- O 0 (D N i- CO (D y fnct :5 CD ri {� Sv 0=: 09 O ct I's (D O C]. cn H .0 c- 3 CD O '0 O :5 O 9) 0H 10 at] N• CD O ct " O w ►s P) (D O :3 Iv'tl ►-+O ct ►s ct:3 r-i 'LI w '"oo0CD o y ►i ct Fm d *I'd i+SD (D ct ct CA ct v C-2+-3 :D o-+ to 'C C/3 o 1-3 m i i U) C'-C< Sn o t~ 'n Q amigo zvma.m o o CDD wwz to x LZ. �+ >r ►* N trt Y V4P-0 ct0 cOt0 p � F<+• "O� cn C O O Sr O' O to O C CIO F+F ct (D F+ O ''S :3 O CA M(D ''S (n I's :3 cr a F+ O C2. ct Ut 1+'C `V H i G ct Cz3 ct �+ F �r (D O (D F ct h U) 0 S O O `t co I-S 1 Sv SD d n N• (� i31 i ct ct cr fl. H r� CD t:r O.(D V • .yy O A� t In the Board of Supervisors of Contra Costa County, State of California January 13 , 19V TD in the Matter of Approving Addendum No. 1 to the Plans and Specifications for the Richmond Health Center and Medical Clinic, Phase II, Work Order 5381 . On motion of Supervisor E. A. Linscheid, seconded by Supervisor J. E. Moriarty, IT IS Bf THE BOARD ORDERED that Addendum No. 1 to the plane and specifications for the Richmond" Health Center and Medical Clinic, Phase II, Richmond, is hereby APPROVED; said addendum provides for the clarification of certain details which were questioned by prospective bidders on the project and the architect's estimatec3of ,the construction cost remains unchanged. The foregoing order was passed by the following vote of the Board: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid. NOES: None. ABSENT: Supervisor T. J. Coll. 1 hereby certify that the foregoing is a true and correct copy of an order eeNtrd an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Sed of the Booed of Supervisors affixed :his 13th day of January , 19 , 70 cc : Public Works (2) W. T. PAASCH, Clerk By Deputy Clerk Acne 'i. Mc orl H 24-5/69-i(M Richmond Health Center and Medical Clinic DD Second Phase Development Richmond, Contra Costa County, California .JAN 5 - 1970 ADDENDUM W, 1 PUBLIC FORKS DEPARTMOU to the FILE OMSTRUCTION DOCUMENTS January 8, 1970 / 'Af7o Aw".191il .. PAMN CM "Mc a ssnnnsor M A UN.TY� GENERAL e1 The following revisions and/or clarifications shall be made part of the Contract Documents and shall be taken into consideration when submitting Bids. This Addendem shall be a part of the Contract Documents. Item No. 1. Errata #1 - Item 9 ds Change Para. 9F to read: Para. 10 F. 2. Errata #1 - Item 10 (3)(b): Change to reads Style Bs Interchemical ODz . Coh de Director series wood grain patterns. No Substitutions. (3)(c)s Delete entire text. d. Stair Wainscots (1) Changes Stair # 2 to read Stair No. 1. 3. -Errata #1 - Item 14 (4) Delete last sentences "Also refer to Supplemental Drawing X611. Adds See Drawing A-1, Addendum #l. 4. Strata #1 - Item 25 Delete entire Text. S. Drawing 5-1 Under: "Notes (Applicable to this sbeet)z Notes #1 and 21's Adds Provide fixture with built-in ballast. Provide and install appropriate fixture brazkets to existing pole if existing brackets are not adaptable to new fixture installation. 6. Drawin 8-2 "Surface Mounted Fixture Detail CFire Rated Ceilings" shall be superseded by Drawing #A-1, Addendum #1. NOTBs It is incumbent upon the General Contractor to notify his Sub-Con- tractors and/or Materials Suppliers of the above changes in the ® Contract Documents. tbMB,T-TA.-•and SOOTARU ADDENDUM NO. 1 Armas Soot aru C-2175 Page 1 of 1 ti- \ s �. �-n✓'.. '� 4 �'ia"t;} r �. {:; .a',�u yyz, St.r ta,,c,� z�i: i ,� s r r' �i'' �� i° ,17,F 4 '��i3�'gi lr '�_ "'�+k,'d+•.°�`��'"�j :•.r 4ivkM IV t F2 4. Ai G- . �.. A, ��� ���� � .--------- _P L.A. ►J, -. ___ . :y Ila- Grp �a�t » "S AV t > �`�- s Com•," w 160 jr c ism - T S k: 7 h a't �dx •iI{ If ����; �. r 't v _ ur , si� � 1 Lam ++"t - Y ohm II ti _ #4 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Bids and ) Awarding Contract for: ) BOARD ORDER Construction of Richmond ) Health Center and Medical ) Clinic, Phase II, j Januari 13, 197o This Board duly advertised for bids for the above- captioned work, and pursuant to that has received the following bids (filed in Clerk's Office ) : Bidder Total Amount Bond Amounts Built-Right Construction $3229732 Labor & Mats. $161&366 Company (Baas Hid) Faith. Perf. $322,732 4751 Pleasant Hill Road Hartincss California Shall Construction, Its. Richmond, California Spire Construotion Co., Ltd. San Franoisco, California Kirkham, Chaon & Kirkham, Ino. Walnut,Crscks California N. H. Sjoberg d son Oakland, California Alillard H. 7€6ycrs Richmond, California K. E. Lyons Construction Co. Oaklandq California Stenmark Construction Co. San Francisco@ California On the Public Works Director's recommendation, this Board finds that the bid listed first above is the lowest responsible bid, at the indicated total amount for this work. IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and said contractor shall present two Rood and sufficient surety bonds as indicated above ; and the County Counsel shall prepare the contract therefor. I certify that the foregoing is a full and correct copy of action taken by cc : County Counsel this Board on the above date. Public Works (3 ) Auditor W. T . PAASCH, County Clerk and ex officio Contractor Clerk of the Board: By �,z, 7'h )91 On Jen, 13,1970 Deputy clerk Form T9.1; Rev. 69-8-500 THE BOARD OF SUPERVISORS JAMES P. KENNY, RICHMOND EDMUND A. LINSCHEID IST DISTRICT CONTRA COSTA COUNTY CHAIRMAN ALFRED M. DIAS, SAN pABLO ALFRED M. DIAS 2ND DISTRICT VICE CHAIRMAN JAMES E. MORIARTY. LAFAYETTE ADMINISTRATION BUILDING, ROOM 103 WALTER T. PAASCH CLERK SRO DISTRICT P. O. BOX 911 THOMAS JOHN COLL. CONCORD MRS, GERALOINE RUSSELL 4TH DISTRICT MARTINEZ. CALIFORNIA 94553 ASSISTANT CLERK OF BOARD EDMUND A. LINSCHEID, PITTSBURG REGULAR MEETINGS THE FIRST STH DISTRICT PHONE 228.3000 - FOUR TUESDAYS OF EACH MONTH January 13, 1970 Built-Right Construction Company 4751 Pleasant Hill Road Martinez, California Gentlemen: Re: Construction of Richmond health Center and Medical Clinic, Phase II. You were awarded the contract for the above-entitled work at the unit prices submitted in your bid. The District Attorney will prepare the contract for you, and you will be notified when it is completed. The contract must be signed before a Notary Public. Will you arrange for two surety bonds in accordance with the attached board order. Both the contract, properly executed, and the two surety bonds must be presented to the Board of Supervisors for approval. Very truly yours, W. T PARSCH, CLERK By Anne M. Reborley Deputy Clerk Form #9.3 pZ 7 ti THE BOARD OF SupERVISORS CONTRA COSTA COUNTY Martins, California January 13, 1.970 Shell Construction, TWO ,2959 Cutting Richmond, California Gentlemen; Re: Construction of Riciwwnd x01ltb center and 1,46dical Clinic, PhaesIS The contract on which you submitted the bid MRS to Built-RitLt Construction C } axe at the p r e stated in their b = ..�i�i o 1. . holding your bid bond as one of the next great bi rs. Vera' trulY Yom: W. T. FAASCH: BY -Deputy e - 67-1-500 FoYm #9.2a i Y 7 THE BOARD OF SUPERVISORS C O N T R A C O S T A C O U N T Y Martinez, California Jamiary 13, 1970 Empire Construction Company, Ltd. , '%4 Harriet Street San Francisco, California Gentlemen: Re: Construction of Riebmand Health: Center and Medical Clinie, .PhasaIII The contract on which you submitted the bid was ararded to at a price stated in their b . are� holding your bid bond as one of the next twd lomest.biddarse Very truly yours, W. T. PAASCH, CLERK BY A V1g Deputy Clerk 67-1-500 Form #9.2a E:; Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m. , in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) r0 THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICM40ND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: �� . Ute` For the sum of: 7, - Q��""t- wl ($3az. 732 . 00 ) . `^^ �'�n Dollars �' L E D W. T. PAASCH CLERK BOARD Cf SUPERV1SCR9 —14_ NTR CO TA O OY 1.�:-.� Iz OaOuty 1033-67 Rev. 1 z L� DIVISION E. PROPOSAL (Bid Formr) Cont'd. ALTERNATES: State the amount to be added to or deducted from the Base Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. '. ALTERNATE NO. 1 - METAL FRAMING AAdd/Daibbixt' the sum of: ( `''� f�•: C � �u�,al� r-ne!` Dollars 2. ALTERNATE NO. 2 - METAL RAILING -Aide/Deduct the sum of: ft �lcswcrrw� ► art fuc tfa� Dollars ($ ZZ �), Q6 ) 3. ALTERNATE NO. 3 - METAL GRATING & LADDERS AM/Deduct the sum of: Dollars ($ 92W. 06 ) (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) it is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75-00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amour- of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) =r:_ _:nd�rsigned has c:.ecked carefully all of the above figures and understands t-at ,,..e Bo-rd of Supervisors will not be responsible for any errors or omissions to part of the undersigned in making up this bid. ti w i M 1033-67 Rev. 1 -15- �S i24 ... ''"''�✓��.':�. .'kms-- �wXna. - � - ..'�Y.: t �. �.. DIVISION E. PROPOSAL (Bid Foran) Cont. (i') The undersigned hereby certifies that this bid is genuine and not shams or collusive. or made in the interest or in behalf of any person not herein named. and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firs or corporation to refrain from biddins. and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. A (G) Attached is a list of the name and locations cf the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. Pidders Bond 10% of amount bid. Cashiers Check Certified Check ( >) The follovtnR addendin are hereby acknovledaed as being included in the bid: Addendum i 1 dated January 8_„ 1970 Addendum • dated Addendum • dated 1033-67 Rev. 1 -16- A,. Vis wil4",✓.~.im. .. K6Jm DIVISION E. PROPOSAL (Bid Form) Cont. Built-Right Construction Co. ay— 4751 Pleasant Hill Rd. East Martinez, California 94553 Address - -- � Phone 220-6900 Licensed in accordance with an act providing fpr the registration of Con- 842 tractors. Classification and License No. 4 13th Januar 70 Dated this day of y , 19 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Nam Place of Business Metal Decking Misc. Metal Bldg. Insulation C Roal up Door ��,����� Glasswork Plastering Gypsum bd. 17 Tilework Terrazo J Resilient Flooring Painting •J ,, Wall Covering •� Metal Partitons Folding Partiton � Suspended Ceilings Plumbing Champion Plumbing Walnut Creek Heating Ventilating Air Conditioning Marina "eating & Air Conditioning Fire Protedtion •5a z Electrical Shett Metal � Custo Metals 1033-67 Rev. 1 -17- O 'EY �r v YwH s$ .%.. Ile- .n :cam 190 ;00.NN It 40 �� 4 Fidelityd Depwit4!4ompany an ROME OFFICE OF MARYLAND surlxo*A".naw The Premium for tLs Bid Bond is included in the premium for the Mater Bid Bond BBD BOND KNOW ALL MEN BY THESE PRESENTS: That___......................................----..�TFII!!.'.=�tIG�Il'l'_00�1�TR lON..CQa-------------------»------------------------------------ --- -•----------------------------•--------------•---•-----------•--------------•---------------•---•---------•-----•-•-------------------------------------------------------------- (hereinafter called the Principal), as Principal, and the FEDELITY AND DEPosIT ComPANY OF MARYMM, a corporation created and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, Maryland (hereinafter called the Surety), as Surety, are held and firmly bound unto THE COMITY OF CONTRA COSTA ...........................................................---------•----------•----•-----•------------------.--.-----.----------------------------------------------------------- (hereinafter called the Obligee), in the full and just sum ofIT_QF_AM=_3Mr- -••-----..........................................--......................................_..........................-......--- .-Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal herein is submitting a proposal for--construction and completion__of the_.p=ject-._titled.Richmand.Health__Cwter and Nadi nal_MiniC�_SB�nd_E6�H�]lBY�.l4p— went, 37`h and Bissell Avenue, Richmond, California NOW,THEREFORE,if the bid or proposal of said Principal shall be accepted,and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a con- tract for the completion of said work and furnish bonds as required by law, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed, sealed and dated this.---------------------l3`h..___.___._.__.---------------day of-_.--- January 70_ Watum: BIIIIIP_EIC$C»C Q'I�_SA�..»_ ______(Ss�►I,) By, IF INDIVIDUAL OR FIRII ATTEST: _(SUL) - pokapal ------»--•-----------------------------------•--•------------------------------- (IF comboRATION) FIDELITY AND DEPOSIT C OF MAR D ' y rge �er — Attonrep s-Fad CALSOU—UI. 1 MMO � � x mz �Hv�o d � V W a 0 0 o f `a V t 3 z Os u�i �( N ` ' ...w,.a.,y� y N J d`� �.�. �T +�:.e..a.�. 3 +ti ... .rye �Ft •�.. Y.x i u w CONSTRUCTION INC. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m., in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICIU40ND HEALTH CENTER AND MEDICAL CLINIC, SECOND _PHASE_DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: • �-f�''"`"�' ,�✓�-r�1�d• �� �tr��t•.�� ollars {$ �o� 1,Ly �.5�.�� . 7'afv• / � j��G W. T. PAASCH CLERK BOARD CF SUYERviSORS N RyyA��COSTA OUNTY ©y LCI. +iS CePsry -14- 1033-67 Rev. 1 (F } DIVISION E. PROPOSAL (Bid Form) Cont'd. ALTERNATES: State the amount to be added to or deducted from the Base Y Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. 1. ALTERNATE NO. 1 - METAL FRAMING a Add/fit the sum of: Dollars ($ .� ) 2. ALTERNATE NO. 2 - METAL RAILING � 4i/Deduct the sum of: Ceo ' Dollars ($ g 6 ) 3• ALTERNATE NO. 3 - METAL GRATING & LADDERS AW/Deduct the sum of: c� Dollars ($ f 2 ) (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the jactual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that t.-.e Board of Supervisors will not be responsible for any errors or omissions -in tie part of the undersigned in making up this bid. 4 i M 1033-67 Rev. 1 -15- MM wmawwE �' L DIVISION E. PROPOSAL (Bid Form) Const. SHELL CO`!STRUC`1''IOPi EX. By Z� 2959 Cuttim-_ Blvd. r i cIlMond, C_lif.. 9L80L Address Phone 232-1.621 Licensed in accordance with an act providing for the registration of Con- tractor's. Classification and License No, 21 PL71 Dated this Clime enth2 day of Jvnupry , 19-...?o , LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders), Portion of York Nam Place of Business 1033-67 Rev. 1 -17- �r l DIVISION E. PROPOSAL (Hid Form) Cont. (F) The undersigned hereby certifies that this bid is genuine and not shams or collus_ve. or made in the interest or in behalf of any person not herein named. and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ohms bid, or any other person, firs or corporation to refrain from bidding. and that the undersigned has not in any manner sought by collusion to secure for himself an adwantaRe over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. 00 Attached is bid security as required in the Notice to Contractors. Pidders Bond �\ Cashiers Check a Certified Check ( 1) The following addendus are hereby acknowled`ed as being included in the bid: a Addendum I / dated Addendum g dated Addendum • dated 1033-67 Rev. 1 -16- h SHELL com=ucnoN co. 2959 CUTTING BLVD. RICHMOND, CAUFORNIA PHONE 232-1621 Jan. 13, 1970 LIST OF SUBCONTRACTORS RICHMOND HEALTH CENTER & MEDICAL CLMC, SECOND PHASE DEVELOPMM PORTION OF WORK NAME PLACE OF.BUSINESS Concrete co Me. Metal Mal ivecrm r!i'I7 Counter Tops InsMatTon re 29 es e e a overing PaTtlTug . - SpecTal MUMMER 1 XcouNTST �. , f3.`'1.i-'..rte 'r ? -- --r•r i i.<1- L. :rE. _ <` '/_`=-: 137 �.� y� � O' r - "RERANN FUNK /NSURAAMP COANNAVY M W -J Q E Yi E � Y 7 .+ -a '8 ri 9 CJ BID OR PROPOSAL BOND V G"V ,y OW ALL MEN BY THESE PRESENTS: BOND NO. SC 6164223-5 That We. SHELL CONSTRUCTION, INC. ,hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY. a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds cr undertakings required or authorized by the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto (hereinafter called the Obligee) BOARD OF SUPERVISOR - CONTRA COSTA COUNTY, MARTINEZ, CALIFORNIA in the just and full sum of TEN PERCENT (IGA) OF THE AMOUNT BID - - - - - - - - - - - - - - - Dollars (S - - - - - - - ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid cr proposal for the SECOND PHASE DEVELOPMENT, RICHMOND HEALTH CENTER AND MEDICAL CLINIC, 37TH AND BISSELL AVENUE, RICHMOND,CALIFORNIA in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required STATE OF Caiifarnia _ l;gi+ub"ad SL COUNTY OF On this,l j li__day of—-- JANUARY ,in the year 19-2D, before me, ----X&Fgaret-J_-D1MW _ —r a NOTARY PUBuc in and for said County and State,personally appeared Mary F Mrintnch OFFICIAL• SEAL �t MARGARcT J. DURAN known to me to be the person whose name is subscribed to the within instnunent as the NOTARY PUBLIC-C.Alii ORNIA Attorney-in-fact of the FIREMAN'S FUND INSURANCE COMPANY,and acl=wl- ALAhtEDA COUNTY edged to me that he subscribed the name of the FIREMAN'S FUND INSURANCE COM- My Commission Espwcs may 16.1373 PANY thereto as principal,and his own name as Attorney-in-fact. x?AA1W%&W IN WITNESS V1iEREOF,I have hereunto set my hand and aflized my official seal,at my office, in said County yy]and State, the day and year in this wtificate fiat above writtm llargar t vT• CrPiblic is f Connt7 and State Msion ezpes 360207 - 5-66 it � r i • "AVAF ICAiVV FUNK IN,S'U/?AVCR COMRINY M v 7 Jr ^� C l+i 7 .r y Y BID OR PROPOSAL BOND Y Q � OW ALL MEN BY THESE PRESENTS: BOND NO. SC 6164223-5 That We. SHELL CONSTRUCTION, INC. (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds cr undertakings required or authorized by the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto (hereinafter called the Obligee) BOARD OF SUPERVISOR - CONTRA COSTA COUNTY, MARTINEZ, CALIFORNIA in the just and full sum of TEN PERCENT (10`4) OF THE AMOUNT BID - - - - - - - - - - - - - - - Dollars (S - - - - - - - ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby btnd ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the SECOND PHASE DEVELOPMENT, RICHMOND HEALTH CENTER AND MEDICAL CLINIC, 37TH AND BISSELL AVENUE, RICHMOND,CALIFORNIA in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW. THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required STATE OF California SL COUNTY OF a On this____3TH day of— JANUARY in dw year 19–ID, before me,___._____--Urgarat J-_IhtIC __. __ a NOTARY Punic in and for said County and State,pannally appeaW OFFICIAL SEAL Mary F Mr I n t ne h MARGARET J. DURAN lcrwwa to me to be the person whose name is subscribed to the within instrument as the NOTARY PUBLIC-C.AUIORNIA Attorney-in-fact of the FIREMAN FUND INSURANCE COMPANY,and ackaowl- a:.. . . ALAMEDA COUNTY edged to me that he subscribed the name of the FIREMAN'S FUND INSURANCE COM- My Commission E:pees 11sr Is,1273 PAW thereto as principal,and his own name as Attorney-in-fact. ' � IN WITNESS WHEREOF,I have hereunto set my hand and affiud my official seal,at my office, in said County and State, the day and year is this etetifieate fiat above written. Ilar,ga_e t J. D`.s Pniii, in fo County and State My mmission rap es �. _ 360207 - 5-66 M � B � C y .� 5 a :1a BID OR PROPOSAL BOND 96 LOW ALL MEN BY THESE PRESENTS: BOND NO. SC 6164223-5 That We, SHELL CONSTRUCTION, INC. (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duty licensed for the purpose of making• guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA as Surety,are held and firmly bound unto (hereinafter called the Obligee) BOARD OF SUPERVISOR - CONTRA COSTA COUNTY, MARTINEZ, CALIFORNIA in the just and full sum of TEN PERCENT (10"/0) OF THE AMOUNT BID - - - - - - - - - - - - - - - Dollars ($ — — — — — — — ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors Ind assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the SECOND PHASE DEVELOPMENT, RICHMOND HEALTH CENTER AND MEDICAL CLINIC, 37TH AND BISSELL AVENUE, RICHMOND.CALIFORNIA in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW. THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required f law, then this obligation to be null and void, otherwise to be and remain in full force and effect. WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 13TH ly of JANUARY 19 70 SHELL CONSTRUCTION_- l.NC. BY FIREIdW.S`fM UMMANiM COMAN By Mary F. MC I nLO511 Attorney-in-Fact {0277--(FF)--11-66 - x U NO aH V �H Ci r C7 � JZ Ow- in ini N f N 11� EMPIRE CONSTRUCTION CO., LTD. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m. , in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMMA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: Dry For the sum of: Dollars ($ 341 :(,25 " ILD -/3 ,1 y71) -lk W. T. POSCH 1033-67 Rev. I 6AAdh ep s;bOFOIS M K' :in'"ITV Deputy � kHFA a DIVISION E. PROPOSAL (Bid Form) Cont'd. i ALTERNATES: State the amount to be added to or deducted from the Base Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. 1. ALTERNATE NO. 1 - METAL FRAMING Add/Deduct the sum of: Dollars a a 2. ALTERNATE NO. 2 - METAL RAILING i Add/Deduct the sum of: vo O ���o��.✓.��.,�,r �.�-t��, 1,u., Dollars ($� ) j 3• ALTERNATE NO. 3 - METAL GRATING & LADDERS Add/Deduct the sum of: 12 2 j2;,, -7 •k ti r2 Dollars ($ a (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the ' actual amount of damages. a (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. a (E) The undersigned has checked carefully all of the above figures and understands t-a: _:-e Board of Supervisors wi11 not be responsible for any errors or omissions part of the urdersizned in making up this bid. M 1033-67 Rev. 1 -15- DIVISION E. PROPOSAL (Bid Form) Cont. (F) The undersigned hereby certifies that this bid is genuine and not shams or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a shag bid, or any other person, firs or corporation to refrain from bidding. and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. Pidders BondTEN (10%) OF THE BASE BID. GENERAL INS. CO. OF AMERICA i Cashiers Check Certified Check ( I) The following addendum are hereby acknowledged as being included in the bid: Addendum 1 1 (ONE) dated JANUARY 8A 11970 Addendum • dated Addendum f dated 1033-67 Rev. 1 -16- i MIA _ € DIVISION E. PROPOSAL (Bid Form) Cont. EMPIRE CONSTRUCTION.,C0 , LTD. ByCHARLES SPIVOCK:..6L�"�"� PRESIDENT 344 HARRIET STREET, SAN FRANCISCO, CALIF. Address !hone 431-3400 OR 8618500 Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No. B-1 32427 Dated this 13TH day of JANUARY � 19 -70 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Na Place of Business SEE ATTACHED _ LIST 1033-67 Rev. 1 -17- i R - MPI�� ONSj�UCT10 0., lTo. GENERAL BUILDING CONTRACTORS 344 HARRIET STREET SAN FRANCISCO, CALIFORNIA 94103 PHONE 431-3400 or 861-5500 a - RICHMOND HEALTH CENTER AND MEDICAL CLINIC SECOND PHASE DEVELOPMENT 37TH STREET AND BISSELL AVENUE RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA SUB-CONTRACTOR LIST PORTION OF WORK NAME / GLACE OF BUSINESS 1. ACOUSTICAL WORKhr D / 2. AIR COND. & HEAT. 3. PLUMBING 4. DRYWALL F S. FIRE SPRINKLERS 6. PAINTING 1% 1' — -A 5 F 7. WALL—COVERING I. D 8. METAL DECKING �L, :-�1l v"" f 9. ELECTRICAL "f 1 M-V-LL I 10, FINISH HARDWARE �- 11. TERRAZZO n 12. RESILIENT FLOORS �� � � 13. LATH & PLASTER 7LI1Ld_ �Qagegr. fl IF 14. STRUCTURAL & MISC. IRON TT 15. SHEET METAL [ 1��/mac L• 17 0 la5lQ 11 AAA, 16. CERAMIC TILE +. /\ ( f'�n./Nom; 1/� - 17. GLASS & GLAZE 18. INSULATION 19. METAL TOILET PARTITIONS 20. REINFORCING STEEL 21. SPRINKLER SYSTEM h —CONTINUED RICHMOND HEALTH CENTER AND MEDICAL CLINIC , RICFMIOND, CONTRA COSTA COUNVALIFORNIA " SlIOLA% iRACTM LIST PORTION OF WORK NAME PLACE. OF BUSINESS 22. STEEL, ROLL—UP DOORS 23. FOLDING PARTITIONS —. r 24. PREFABRICATED WOOD CABINETS `^q� 25. a. 26. 27. 28. 29. 30. f, i k F.� Bid or Proposal Bond Approved by The American Institute of Architects, Bond No. 7373 A.I.A.Document Me. A-310(Sept. 1%3 Edition) KNO14 ALL MEN BY THESE PRESENTS, That we, EMPIRE CONSTRUCTION CO., LTD. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto COUNTY OF CONTRA COSTA as Obligee, hereinafter called the Obligee, in the sum of TEN (10%) PERCENT OF THE AMOUNT BID Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for PHASE ( DEVELOPMENT - RICHMOND HEALTH CENTER & MEDICAL CLINIC ,VON, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddino or `-..nrro. a��••-- -- "' ' ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. 1 CITY AND COUNTY OF SAN FRANCISCO On this IITH day of JANUARY 1970 , before me FREDERICK 0. LUDLOW I I a notary public in and for the State of / California with principal office in the City and County of San Francisco, residing therein, duly commis- sioned and sworn, personally appeared D. SCHAUB , known to me to be the attorney-in-fact of General Insurance Company of America, the corporation that executed the 1 within instrument, and acknowledged to me that such corporation executed the same. IN FITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my fice in the aforesalMtf�lylt �Y� frM�{ }t�;�ertificac a ve wri sen. FREDE-4' D. r SAN (Seal) :..RIY tONWISSIOJF F.SF1":; AJJttl 13. : 3 ~ - S-567 Rt 7!wt1111HH-11ttl1111III 1111:11tutu1tuu11Utu1u 6. 5CHAUB - (Attorne rin-Fact) 450 SANSOME ST., SAN FRANCISCO, CALIF. S-54 R3 5/06 O�FMt Iit1��wttid„.Aea�M.E:S.wti lS1OS Bid or Proposal Bond 7373 Approved by The American Institute of Architects, Bond No. A.I.A.Document No. A.310(Sept. 1%3 Edition) KNOW AU_ MEN BY THESE PRESENTS, That we, EMPIRE CONSTRUCTION CO., LTD. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Aashington, as Surety, hereinafter called the Surety, are held and firmly bound unto COUNTY OF CONTRA COSTA as Obligee, hereinafter called the Obligee, in the sum of TEN (10%) PERCENT OF THE AMOUNT BID Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. " WHEREAS, the Principal has submitted a bid for PHASE ( ( DEVELOPMENT — R1 CHMOND HEALTH CENTER & MEDICAL CLINIC :-1 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be _ specified in the bidding or contract documents with good and sufficient surety for the faithful performance of 7 such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall -' pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13TH day of JANUARY A.D. 19 70 . EMPIRE CONSTRUCTION CO.,LTD. (Seal) (Principal) (Title) GENERAL INSURANCE COMPANY OF AMERICA 13% Gf`a .5CHAUB — (Attorney-[n-Fact) 450 SANSOME ST., SAN FRANCISCO, CALIF. S-50 R3 5/66 R A GENERAL INSURANCE VMRANY OF AMERICA • Home Office:4347 8rookl n A.e Seattle,Woshin ton 96105 BAPNICO iNSUNANGE POWER OF ATTORNEY No. 30 KNOW ALL MEN BY THESE PRESENTS: '11tat General Insurance Company of America, a Washington corporation, does hereby appoint -----------------------------------D. SCKAVBft---------------------•----------------- its true and lawful :uuxnev(s)-iit-fact. with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its busi- ness, and to bind General Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, General Insurance Company of America has executed and attested these presents this. 3 day of .lino 1 , CERTIFICATE Extract from the lay-Laws of General Insurance Company of America: "Article VI. Section 13. — hIDELD'Y AND SURE11' 13ONDS . . , the Chairman of the Board of Directors, the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. "The power of appointment granted in this paragraph to the officers enumerated may be exercised by each of them severally, regardless of the availability or unavailability of the other officers enumerated. On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. "On any instrument conferring such authority or on any bond or undertaking of the company the seal, or a facsim- ile thereof. may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." 1, W. 1). Ilammersla, Secretary of General Insurance Company of America, do hereby certify that the foregoing is a true and correct copy of Article VI, Section 13 of the By-Laws of said corporation and of a power of attorney ex- ecuted pursuant thereto and that both said By-l.aws and said power of attorney are still in full force and effect. IN WITNESS WHEREOF, l have hereunto set my hand and affixed the facsimile seal of said corporation this 11TH day of JANUARY 19_7 L.. �5����fyE CD,Yp♦y� C@RI'OA1TE �� SEAL s X -- SECRETARY 1923 fd4 N Nhs`+�o�oo 5 R2 to.'67 PRINTED IN U.S.A. wl SAFFCO MsLL.•ur Cw�.-..v,.,i A—— , irt.A­d—­A.­ -942 ..Y a Fr `Y m r \ Q 3 m • WO V KO � a U) Q W tOz En u: LL 1-. t 0 z is Q U O � m W in J O Q U O CC CC O Z t 2 Q . W U 12- D t k 4W U Z ;x: J ' U J C3 w Q U Fi Q L LU J H aaUi Z O U) WJ !2Z U W m R 2ujQU. F- 0 Z �+ J Q J �� -� WEWHU Q 2= W•--� C) z oatYo U 0 C3 (n o OF J 2O Z2 �--• WQ � Wn � H W U t2tAMtY _ v H � tr U) O Z W N .. U >Y Z Q W W r C� 2LL Z: Q m ; WMU) E , KIRKHAM CHAON & KIRKHAM INC. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m. , in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Arenas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: / •'�`'�' Lad A, Dollars F L E Dx,1470 W. T. PAASCH CLERK BOARD CF SUPERVISORS TRy,C �TA /}, 1U Tv By LAG? /// iLL^Q epusy -14- 1033-67 Rev. 1 i s_ DIVISION E. PROPOSAL (Bid Form) Cont'd. ALTERNATES: State the amount to be added to or deducted from the Base Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. 1. ALTERNATE N0. 1 - METAL FRA1V1ING 4%WBsdmwt the sum of: cc ---Dollars ($'*) I $2' ) 2. ALTERNATE NO. 2 - METAL RAILING ;VM/Deduct the sum of: o� Dollars ($ 'Yl G$ ) 3. ALTERNATE NO. 3 - METAL GRATING & LADDERS AM/Deduct the sum of: nn c� Dollars ($ of<s 1 (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra. Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar With the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. E) ice un4: rsigned has checked carefully all of the above figures and under:--d= tnat t::e Bonrd of Supervisors will not be responsible for any errors or omissions in ne part of the undersigned in making up this bid. ti i M 1033-67 Rev. 1 -15- 0 4ee `- g. DIVISION E. PROPOSAL (Bid Form) Cont. U) The undersigned hereby certifies that this bid is genuine and not shams or collusive, or wade in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a shams bid, or any other person, firm or corporation to refrain from biddinx. and that the undersigned has not in any wanner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. Pidders Bond ! 'mFAT A,-!£FICA`! I"ISUFAMM' COMPANY Ho 1593652 Cashiers Check Certified Check ( 1) The following addendii are hereby acknovledaed as being included in the bid: Addendum 0 dated ,Ta nu a rte 8 , 1970 Addendum • dared Addendum • dated 1033-67 Rev. 1 -16- N - , _'U w }t a q tbz Oxy _ ti 5 i I'$}�.{'� `� � �' • � j'`fin- a,.�s� ."� s. - "c DIVISION E. PROPOSAL (Bid Form) Cont. T'. C. Kirkham, President 2750 Ca^.zno riablo (P. O. Box 905) Ad eft-e '' Ca. 94597 ,� thont Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. • :. Dated this _ �4� _day of _ , 19_x_. F LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Nam Place of Business CASEWORK £ 4 ELECTRICAL WOFK FII.IISH IiARDv-;ART � FIRE SPRINKLEr SYS TT • n n _� +� �. C� VQ,Lt,Qa+t�� i GYPSUM BOAPD E TAPI'-!r,'___ 1' _ ,1' HEAT VENT AIR?CON.S'r_T `TL.'�,�a, HOLLOW METAL ,4 LATH E PLASTER _ METAL DECKIN^ � _ MISC. METALS a.v.c O a PAINTINr �.0 ., PLUMBINC - �.L /L1 Yti•V RESILIENT FLOORS g SUSPENDED CLC. E ACC TILF. _17- TERRAZZO 1033-67 Rev. 1 TERRAZZO FLOORS n�„Qs�� c) J r yi -'�-:s, `v `•'r}:F' -"LA h 'k` a .r fi t, -' ,b..,- a•z , °t`� ' ''ss+u..F mx' "s" t _ kY:^ ,"rx ir•s� � '4"b .. ^i' �~ GREAT AME11CAN INSURAAE COMPA NNY NEW YORK.N.Y. BOND NO. 1593652 KNOW ALL MEN BY THESE PRESENTS, that we,KIRKHAM, CHAON be KIRKHAM INC. as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of New York,having its principal place of business at 99 John Street,New York, N.Y., as surety, are held and firmly bound unto, County of Contra Costa as obligee, in the penal sum of Ten Percent ( 10%) ryf the amount hid. DOLLARS ($ ), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed, and dated this 12th day of January 1970 WHEREAS, the said principal has herewith submitting a proposal for construction of Richmond Health Center & Medical Clinic. Second phase development. Thirdy-seventh street and Bissell Ave. , Richmond, NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be ' awarded the said contract,and shall within Sixty ( 60 ) days after receiving notice t of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the dif- ference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. Kirkham, Chaon & KirkhkOcipal GREA AMERICAN 17AANCE COMPANY B y Peter W. Pelletietdrgorney-fin-Fact F.9116G - 3-67(BID FORM) � . . . . • . . . . . . . . . . . . . . . . �2�? , F. ® 0 2 ® � o Cr g 0 3 7 / ■ 0 n o , « 936 ® o E _ $ f 7 § & ■ _ z ® 2 � k � ■ � � � _ f ■ , c t ■ C66 7 o � § s t � k ®. J el Fr k � ■ � ¥�� � ■ � t � �� � ■ & � ■ & - ��2 = e _ � ■ � )a ) § $ 9 r -�\70 © m3. � �� �wm§ f ■ { | | ! E7 ' 9M . S ry� r , r a: �k �s a To THE Hato 80 OF CONTRA COSTA COV ,F SUPERVISORS. Roots 107 Administration Buildin0 Rte ' Marti ne tro,N, Z, Ca ova ' ago" rr a...a z 8I9 PROPOSAL: 1cmew WALTHcarr e T DUE 11x00 A. M. - aye Y Jan 13, '1170f Y..r REC {T rt fp.� W: T tPAJt$C14 X-^ `may ,Q1 ERWNOARA OF'ttYP%EtVISORi.. f ` �j CO:.Te S"I�A Chi x !� tr } n -a • 7c r r s� _ t t CtiJ `CSS.� StiOStn::'`dnS 30{7`.3`atil9 )iY13's� G7 OLVE Get user ,w •Y :.ivsodoud ale •cx•ic MT7oop•roa 7Riltrar •ON Y3amo linoion m3awo vnow LD zaut:�Jt �dutpltng uotIps4StutntpY L O I utood *AlNao3 WISOO VHZNOa 30 SHOSIAaadAS 30adVOq algV ONOH 3HZ 01 ��YINi10�11Y� 'M33VO JLnN1YM 010 VVMM ? NUN) INN= mcmu G b C a W4 A me * w * soR 1.41 e AA wj�� • G w4� N V�i V u!V t t�+ `-a Id " am' c c� «: 64 0 M aou 0 A �-W Jaz in*9 04 ca 0 A ca N N. H. SJOBERG SON Bidder DIVISION E. PROPOSAL (Bid Form) BIDS k'ILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m. , in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: 11,I, c'L'�►, / cL�c�c�/ Dollars (s e? ) L3 /I LLQ Y k F I LIED M T. PAASCH —14— CLERK BOARD CF SUPERVISORS NTEiA C,pSTq/1CO�NTY 1033-67 Rev. 1 DY 1Xr_f : Y �k _ . Deputy C ' DIVISION E. PROPOSAL (Bid Form) Cont'd. ALTERNATES: State the amount to be added to or deducted from the Base Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. 1. ALTERNATE 1d0. 1 - ldETAL FRAMING Add/6edurt- the sum of: e7tle 46"4"z Dollars 2. ALTERNATE NO. 2 - METAL RAILING A�d/Deduct the sum of: ,2 Dollars ($ ";L �� ) 3. ALTERNATE NO. 3 - METAL GRATIN& LADDERS #d/I gdu___c_t the sum of: Dollars ($ (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. ti i - M 0 1033-67 Rev. 1 -15- X. DIVISION E. PROPOSAL (Bid Foran) Cont. (F) The undersigned hereby certifies that this bid is genuine and not sham or collusiee. or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ahem bid. or any other person. firs or corporation to refrain from bidding. and that the undersigned has not in any scanner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the !Notice to Contractors. Bidders Bond X Cashiers Check Certified Check ( I) The following addendum are hereby acknowledsred as being included in the bid: Addendum d 1 dated Jan. 8, 1970 Addendum ! da[•d Addendum 0 dated 1033-67 Rev. 1 -16- x s DIVISION E. PROPOSAL Bi Form) Cont. H. SJOBVW -5, aq� 0 By 2 856 - 9th Av e -Y Address 568-5657 the registration of Con- Licensed In accordance vlth an act providing for tractors. classification and Licawse NO* - Dated this 13th day of 3 LIST OF St?DCOIdTRJ►CTORS: SECTION 12 - "SllBCONtRACTORS TO BEofllnstruetion to IN 511) Bidders). (As required by ragraphs {A)• (B), and (C), OF SUCpMRACTORS", pa Nam place of Business n. Part i on of Yea k r j L � ry S u - iA E .17- 1033-67 Rev. 1 ME LIST Or SUBCONTRACTORS (Contd) Portion of Work Name Place of Business r , 99/5 Eli ts-S • ,, t _••••-- - - '- `71lfllll11Nli'R►plttllRlflfiifltSf1111:111l111 IM 1.95-S tt6t 'ft 11Edy S3M'.fx7 Y.0ISSINN07 AN (lwas) A 19i1Q:) C751^N""3 NYS fA 3CI1JD lvdl:i":INd _ _� it i,•,e�cr� •c ).,nt113Q3a3 .- -' roll,...i.13111:i1i.:.ilill,twillI1111!1SHIM If1 sn; a7ear;ti>taa styr ur jeaA pus Aep aq3 uno! P. aso;e alp ` u 33t; Am re `leas let3r;;o Am paxij;e pue pueq Am Sas orunajay a-.ey I `303H3HS SS3NIIm N1 •aures ay painaaxa uotreiodwa vans regi am of paSpalffLou313e pus 'Maanusui utg3!t& 1 ayr p3rn3axa lvgr uoileiodwa ayr e3uamV ;o AuedmoO a3uemsul lejauag ;o j3e;-ut-Aauwue aql aq Ol am or umourl ` paieadde Alleuosiad `uwA+s Pur pauors -stwwoa .(lnp `utarayr 8utprsai `03staueA3 ues;oitt�toO4pue Cir] ay uv a3t;;o jedt3utid atm etuio;rle� 1 ;o arcrs ayr �o; pue ur 31' Alerou a am aw;aq i I MOIO�� A O H3 1 b303t13 stg7 up ` oLb 1 Aan VN v(` ep Hl�t 0OSIONVH-4 NVS 30 A.LNao:)UNV ALIO 1 •ss VINWAI'IVO 30 3.LV.LS i Al3ans A8 1N3MG31MON'A3r oa yans Aarua o) jedi3u[Jd ayr ;o amlte; ayr ;o ruana ayr ut Ao '1oalayr uotrnaasord ay ui paysiuAn; lcuarew pue jogej ;o ruawded rdwoid ayr w; pue r3e=03 vans 1 1 114 . '1 4 1 ' 11 P P 4 .' P PP.9 4 P 1. o aauewAo nd n rtr, a > Au Trams ruatat ns uc oo�l uts sruawnao raeAruoa �0 8ur t a r us at r3ads aq Arm se spuaq Ao puoq vans a.-Lt8 puc 'ptq vans ;o swrar ay y pa a3ucpio33c ut aa8t190 ayr quAL raejruo3 T2 oiut Aarua jleys jedi3ut.id ayr pue jeduuud ay ;o ptq ay rdaaac lleys a28!190 ay 3t '9210JJMJH.L 'MON 1 MINII:) IV:)103W ONV " 831N3D H11V3Hj ON ONH31 a IN3Nd013A3Q 11 3SvHd Ao; prq c parrtwgns sey ledt3uad ayr 'SYJ?/JHM >` •sruasaid asayl Aq Aluut; 4.Cljc13:.,as pup. Allutot swgissu puc slossaaans 'sAo3unsruiwpc 'siornaaxa `shay mo 'sanlasmo putq 'ArainS ptes ay pue jediautid pros ay `apew aq of AlnAr puc jjam wns y3ry.% ;o ruamSed ayr jo; `( S) srejjon ;o wns aqt ut �H '3aIiil90 ay pallca AaijumaAay `aaytl90 se ., r v1so3vaIN03 jo AINnoj orun punoq Alwit; put, play air `AramS ayr pallea jar;cutaAaq `AraAris se 'uor8utyscjj ;o arelS ay ;o diel aql sapun paztuc:TAo Alnp uotrcAodAoa c `uortiutysc)\ `alrreaS 10 `VO1213{\V 30 .INVdNOO 3ONV21IISNI "IV�I3N39 a4r Pug `jediautAd ay palle3 Aar;euplay 'ledtauud se 'DNI tNoS J2339orC •j1 •N `am ICU 'S•.LNJSJHd JSJHI .l9 NJW 17V MONX Y: "a (uOMP3£%1 #d'S)01f-v ooM#me—aoo•I.1.11 'so&s!&j2jW jo a#ng!ssul Yoiyaw " PuoB losodojd so p;jJ SiIiILS.rrMiristt�'aM 71."W_ 77. L7MtIR1•Ni .'�' t � r!o- '"{``.rfa�� ` i _ bid or Proposal Bond p� Approved by The American Institute of Architects, Bond mo. 473386 A.I.A.Document No. A.310(Sept. 1963 Edition) KNOW ALL MEN 81' THESE PRESENTS, That we, N. H. SJOBERG & SON t INC. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized ``•` under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CQVNTY OF CONTRA COSTA as Obligee, hereinafter called the Obligee, in the sum of TEN lob) P R FNT OFTHt AMO 'LAID Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for PHASE 1 ( DEVELOPMENT RICHMOND HEALTH CENTER AND MEDICAL CLINIC NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid i and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this---. 13TH day of JANUARY .A«D. 19 70 Zell N. H. SJOBERG & Sor IN C.� (SeaI) (Principal) (Title) GENERAL INSURANCE COMPANY OF AMERICA 13y -7Z) -�-ulLl D. 5CHAUB (Attorney-1rrFact 450 SANSOME ST., SAN FRANCISCO,tCALIF. S-54 R3 5/66 M ' GEN ERAL• INSURANCE'WMRANY OF AMERICA • Home Office.4347 Brooklyn Ave.N.E.•Seattle,Wosh-gton 98105 , fAitiCO (INSUR.NCE POWER OF ATTORNEY No. 30 KNOW ALL MEN BY THESE PRESENTS: Mat General Insurance Company of America, a Washington corporation, does hereby appoint -----------------------------------D. SCRA11S--------------------------------------ft. its true and lawful attorney(.)-in-fact, with full :authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its busi- ness, and to bind General Insurance Company of America thereby as fully its if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, General Insurance Company of America has executed and attested these presents this. 14 day of ,jujr , 1969 _, CERTIFICATE Extract from the By-1-aws of General Insurance Company of America: "Article VL Section 13. — E IDlil_I11' AND SURETI' BONDS . . . the Chairman of the Board of Directors, the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. "The power of appointment granted in this paragraph to the officers enumerated may be exercised by each of them severally, regardless of the availability or unavailability of the other officers enumerated. On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. ,.on any instrument conferring such authority or on any bond or undertaking of the company the seal, or a facsim- He thereof. may lie impressed or affixed or iu any other manner reproduced; provided, however, that the seal shall not lie necessary to the validity of an%. such instrument or undertaking." 1. W. D. Ilammersla, Secretary of General Insurance Company of America, do hereby certify that the foregoing is a true and correct copy of Article VL Section 13 of the lay-Laws of said corporation and of a power of attorney ex- ecuted pursuant thereto and that both said By-Laws and said power of attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 13TH clay of JANUARY , 19 _, CE COMP��` COA101ATE W-0 SEAL X �� SFC�E iacY J 1923 a X64 o/Mhsa�a�o� S-942 R2 10,'67 PRINTED IN U.S.A. -N\ C-p.,.��z,.....c,amdo�,ro:..c+nn. GIST OF SUBCONTRACTORS (Contd) Portion of Work Name Place of Business 3 w6a 0.3 R . MILLARD H. MEYERS Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m. , in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of:Z" D� 3 / ,� Dollars ($ F I L E D ; kw. 18, /G7v W. T. PAASCH CLERK OGW CF SUPMSCRS j:AC TA U TY1033-67 Rev. 1 �yevuty U` iL m -:-_. �. " w, DIVISION E. PROPOSAL (Bid Form) Cont'd. A LTER�JATES: State the amount to be added to or deducted from the Base Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. 1. ALTERNATE NO. I - METAL FRAMING Add/Deduct the sum of: Dollars ($ ) 2. ALTERNATE NO. 2 - METAL RAILING -4vWDeduct the sum of: � Ce-a - z,�� �`.�.C1 �•_,. �� _ ��- ollars ($ 7 ) 3. ALTERNATE NO. 3 - METAL GRATING & LADDERS _3�t'Deduct the sum of: .a �r .�•G.- �.�G� f cu:J ���Dollars ($ 5F 07" � (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (0) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands t—i ..':e Bo=rd of Su-nel—isors will not be responsible for any errors or omissions ;n t _ part 3f he undersigned in making up this bid. N i a 1033-67 Rev. 1 -15- 3; 7 E 7 w ti DIVISION E. PROPOSAL (Bid Forin) Cont. (P) The undersigned hereby certifies that this bid is genuine and not ohm or collus'_ve. or made in the interest or in behalf of any person not herein named. and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ohm bid. or any other person. firs or corporation to refrain from biddinx. and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. 60 Attached is bid security as required in the Notice to Contractors. Ptdders Bond 107. of amount bid Cashiers Check Certified Cheek ( 1) The follovinx addendim are hereby acknowledged as being included in the bid: Addendum i I dated January 8, 1970 Addendum ! dotted Addendum # dated i 1033-67 Rev. 1 -16- a .,7i. ' d..x""`2iw.. .T� ,.'�': .n� w, '�:�st •�a.:..`3"a...-reit" .. :,-' � DIVISION E. PROPOSAL (Bid Form) Cont. MILLARD II. MEYERS, Owner � By ---� �l first Street Richmond, California 94801 Address 3 !hone 233-5000 Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No. 91)541 - B1, 68�C333 Dated this Thirteenth day of January lq 70 i LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work MNM ` Place of Business etc 1033-57 Rev. 1 M9 NOW" : h ,. T,- Bid or Proposal Bond Approved by Tim American Institute of Architects, Bond No. 450919 m A.I.A.Docweent No. A-3 10(Sept. 1963 Edition) KNOW ALL MEN HY THESE PRESENTS, That we, M.ittand H. Meyexb as Principal, hereinafter called the Principal, and she GE'ERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized x under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Hononabt.e Soapd p Supenviaona aA Contta Costa Counto as Obligee, hereinafter called the Obligee, in the sum of Ten Pen. Cent ( I0%) of the Amount Bid---------------- Dollars {$ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the Principal has submitted a bid for R.t Chmnnd diff ente& and &,Pd,itaf C.P,inir. 2nd Phase D u LaXtlTiont, 37th. Skeet an 1L&AP-U Avenue.- i c innn,d.- Con .11a CoAta C_Q i- ntLj— NON', THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be spe,ified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid ' , . , f,.. ..4._l. .4. 111 l:,.__ ____ .,. ___) f_:_L �.".L __.._L.._ ....___.._. __..f__.,- _1.. _._..1 ..•.". ACKIMMEDGAWW BY$MTY STATE OF CALIFORNIA ss. CITY AND COUNTY OF SAN FRANCISCO On this 13th day of JanuaAy 1970 before me John W. Day4-.6 a notary public in and for the State of California with principal office in the City and Counts- of San Francisco, residing therein, duly commis- sioned and sworn, personally appeared Bahbah.a Baleen , known to me to be the attorney-in-fact of General Insurance Company of America, the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid Count}'fthe day and near in this certificate first above sritte . _Irt=rursrsuttf r:::r,!�r:;:�ai:rt:rnsittrrnn� l:`. D,-WIS uuTY (Seal) My car ::f,si c. .La 5, 1912 S-587 Rt 7/66 r;l1tI111a:::::as.::a.....:a...,�.....:.SS1111!•T I111100 OI est 4307 Swsifyn AY&1M SusieM,A•iittisne 045 Bid or Proposal Bond Approved by The American Institute of Architects, Bond No. 450919 A.I.A.Document No. A-310(Sept, 1%3 Edition) KNOW ALL ,NEN 111• THESE_ PRESENTS, That we, M.ittgtd H. Meyetb as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto HonotaUe. Boah.d o A Su.pety i.bota o A Contta Costa Counto as Obligee, hereinafter called the Obligee, Ten Pet Cent ( 10%) 0 the Amount Bid in the sum of � t B - Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. NIIERF_AS, the Principal has submitted a bid for Rinhmnnd Hill Conte& and Mod.ieaf Mnic, 2nd Phaee Deve.eopm n.t, 37th Street and B.isseti _ Avpnnn, R,i c+ mnnd, Cnn.tha Cne.tao 1I� CzU Anftn.i-a- NON, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work E covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of Januata A.D. 19 70 c �(Pncipal) I ' owner r: = (Title) t GENERAL INSURANCE COMPANY OF AMERICA By JBatba4a Bakers, (Attorney-IrrFact) All I R3 5J66 GIENERAL INSURANCEOMRANY OF AMERICA Horne • Hoe Office:4307 Brooklyn .E.,Seattle,Washington 98105 SAPIR O :NSUM.IYG[ POWER OF ATTORNEY �. 3076 KNOW ALL MEN BY THESE PRESENTS: 11tat General Insurance Company of America, a Washington corporation, does hereby appoint --------------------------BAREARA BAKEN, San Francisco, California--------------------- its true and lawful attorney(s)-in-fact. with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and otter documents of a similar character issued by the company in the course of its busi- ness, and to bind General Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, General Insurance Company of America has executed and attested these presents Ellis. 23 day of June . 19 69 CERTIFICATE Extract from the By-Laws of General Insurance Company of America: ".article V1. Section 13. — FIDELITY AND SURE-1.1' BONDS . . . the Chairman of the Board of Directors, the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. "1'hc power of appointment granted in this paragraph to the officers enumerated may be exercised by each of them severally. regardless of the availability or unavailability of the other officers enumerated. On any instrument making; or evidencing such appointment the signatures may be affixed by facsimile. "On any instrument conferring such authority or on any bond or undertaking of the company the seal, or a facsim- ile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be rtccessary to the validity of any such instrument or undertaking." 1, W. D, Elammersla. Secretary of General Insurance Company of America, do hereby certify that the foregoing is a true and correct copy of .Article VI. Section 13 of the By-Lag's of said corporation and of a power of attorney ex- ecuted pursuant thereto and that both said By-Laws and said power of attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said eorporarion tltis 1 3.thday of Januany , 19 70 ca COAIOAATE SEAL A X SECRETARY 'f 1923 i ��'M Matsk�o�oo S-942 R2 10iti7 PRINTED IN U.S.A. A • n 0 0 0 w � � k �-+ Oa O � W W O w ,a as oyU cn a► ' � w L=a JJ N A f'r '►i W Vi V� H � N � n3 � U H 41 P%A P% tr1 S d d V4 � . x A a a k a _ :. ,� � � a a a' m W. E. LYOKS CO STF.UCTION CO. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m. , in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ 352.} g bC? F l LED 13 ./9 7 0 T. PAA!3BOARD CF ^s()pERy���R COSTA UNTy ' �7 -14- 1033-67 Rev. 1 IMP 0 ,.�. ■. a DIVISION E. PROPOSAL (Bid Form) Cont'd. ALTERNATES: State the amount to be added to or deducted from the Base Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. 9 1. ALTERNATE NO. 1 - METAL FRAMING Add/Dainat the sum of: Dollars ($ 74U 2. ALTERNATE NO. 2 - METAL RAILING 4ad/Deduct the sum of: Dollars ($ 3. ALTERNATE NO. 3 - METAL GRATING & LADDERS A*i/Deduct the sum of: Dollars ($ (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. A (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. i m 0 1033-67 Rev. 1 -15- W DIVISION E. PROPOSAL (Bid Form) Cont. (F) The undersigned hereby certifies that this bid is genuine and not sham or collus'_ve. or mode in the interest or in behalf of any person not herein named. and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ohm bid, or any other person, fire or corporation to refrain from bidding. and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a Iist of the names and locations cf the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. Pidders Bond X Cashiers Chock Certified Check ( 1) The following addendia are hereby acknowledged as being included in the bid: Addendum 1 1 dated January 8, 1970 Addendum # dated Addendum 0 dated 1033-67 Rev. 1 -16- 7 h ' F DIVISION E. PROPOSAL (Bid Form) Cont. WF.. LYONS CONSTP.UGT ION WCO. By � r W. IYww 50 Hegenberger Loop, Oakland, Calif. Address ` those 568 4829 Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No. 180607 ABI 13th January 70 Dated this day of , 19__. LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of York "Am Place of Business • METAL DECKING acv�a�, ef•SCL- `j � MISC. METAL SHEET METAL METAL LATH & PLASTER C,rCw-� -SIT GYPSUM DRYWALL & METAL STUDS CC.^OVA V S OF CERAMIC TILE Svpev.�6 TERRAZZO _ amu.\c C,rvc�z2i: Qcxy_ RESILIENT FLO(VIW, CQL PA INT I NG Q^\\h o n,a CZ,c� tr1 VINYI. WALT. COVERING L`._A -w\o ann SUSPENDED GRID GRID CEILING & ACOUSTICAL TILE a 5 � CoN�Cvc� Pi.UMRING FIRE PRCI'ECTTON SYSTEM 17 Nc1 ] t t HEATING, VENTI7ATING & AC ��\o v.�c��. ��$��,C, `�•.in 1.t���0.v� ELECTR ICA L 1033-67 Rev. 1 -17- g g AF .5_ ` s � • 4 The premium charged for this bond L ° Included In charN for Annual Bid jkuA, • Bond No. e o BID BOND e ° ° KNOW ALL MEN BY THESE PRESENTS: That We, W. E. LYONS CONSTRUCTION CO. • __ _ (A California Corporation • o as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a corporation organized and existing under • the laws of the State of Washington, and authorized to do business in the State of California ° as Surety, are held and firmly bound unto the COUNTY OF CONTRA COSTA • ° --- -- as obligee, in the sum of TEN PER CENT OF THE AMOUNT BID (10%) - -DOLLARS, Idwful money of the United States ° of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety • ° bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and ° severally, by these presents. ° ♦ s THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the ° Principal for: ° e • RICHNOND HEALTH CENTER AND MEDICAL CLINIC ° SECOND PHASE DEVELOPMENT ° 37TH STREET AND BISSELL AVENUE ° ♦ RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA e • ♦ s ° according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make • s and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and ° ° shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPANY as • Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure ° so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceed- 0 ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and refrain in ° e full force and effect. e ° • Signed, Sealed and Dated this 13th day of January 19-10- TJ 970Ta ,, T Vn1RC r'0VgTWTr'PTnw ro. State of California s s: County of ALAMEDA On January 13, 1970 before me, the undersigned, a Notary Public in and for said County, personally appeared JOHN R. FISCHER known to me to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and t acknowledged to me that_he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and It is t own name as Atto tAi�ttptnananttr:sr:rtnuot� s ROSE GotIZaC-S t:CTARY PUBLIC wcM ALAhiEDA COUtiTY.CALIF. It . twuwuutttw /�, My Commission Expires Oct.25o 1973 My Commission expires 19_ Notary Public in and for said Cout B-2004 California - Jurat (Attomey-in-Fact Acknowledgment) Rev. 1-65 ROSE.GONZALES • The premium charged for this bond is - • included in cbara for Annual Bid lima& • Bond No. • • - • BID BOND • • - • KNOW ALL MEN BY THESE PRESENTS: That We, W. E. LYONS CONSTRUCTION CO. • (A California Corporation) • • as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a corporation organized and existing under • the laws of the State of Washington, and authorized to do business in the State of California • as Surety, are held and firmly bound unto the COUNTY OF CONTRA COSTA - • _ • 0a obligee, in the sum of TEN PER CENT OF THE AMOUNT BID - - - - - - - - - - - - - • • - - - - - - - - - - - - - - - - - (10%) - -DOLLARS, lawful money of the United States • of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety • bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and • • severally, by these presents. ° • O THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the • • Principal for: • • RICHMOND HEALTH CENTER AND MEDICAL CLINIC • SECOND PHASE DEVELOPMENT • • 37TH STREET AND BISSELL AVENUE • RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA • • • • according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make - • and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and • • shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPANY as - Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceed- • • ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in - • full force and effect. • • • • Signed, Sealed and Dated this_13th day of January 1.9 • • • • W. E. LYONS CONSTRUCTION CO-.. • s Prixcipol(s) s Z'Ivw�; • By: • • UNITEZPAIFIC INSU C OMPANY /JOHN 11. AbUHISK • - - - A tionsey-in-Fact - • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ® • • B-1312-Contract-Bid Bond R � .� . m x � vs Ca rn �. ca two r n ex W � . Ul f1 h! A 01 Q h x o � w M � A h C Of 2 O � M y m n r � t DB � a v �y A C5 V s low Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL Tuesday, Thirteenth day of January, 1970 at 11:00 a.m. , in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMMA AND SOOTARU, Arenas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: v Dollars ($ 36"e FILED W. T. PAASCH CLW MW or SUPERVISORS pQNTRA JT�CO}JNTY 7n�c.Ef�si _ Deputy -14- 1033-67 Rev. 1 DIVISION E. PROPOSAL (Bid Form) Cont'd. ALTERNATES: State the amount to be added to or deducted from the Base Bid amount for each of the following alternates as shown on the Drawings and specified under specifications Section FF-ALTERNATES. 1. ALTERNATE NO. 1 - METAL FRAMING Add/Deduct the sum of: Dollars ($ 2. ALTERNATE NO. 2 - METAL RAILING Add/Deduct the sum of: / Dollars ($ 3• ALTERNATE NO. 3 - METAL GRATING & LADDERS Add/Deduct the sum of: Dollars ($ (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Oontractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for ' completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. ;E) The 4ndorsigned has checked carefully all of the above figures and understands t-ai Board of Supervisors will not be responsible for any errors or omissions _art of the undersigned in making up this bid. 4 t I M 1033-67 Rev. 1 -15- y LI .''.'+ii5[w J .r'A• k u�r 1� IC �..�_. ..� al iS e'n. 3 � . 4 L DIVISION E. PROPOSAL (Bid Form) Const. (F) The undersigned hereby certifies that this bid is genuine and not slur or collus'_Ve. or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ohm bid, or any other person, firs or corporation to refrain from bidding. and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations cf the place of business of " the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. Pidders Bond 10% amount Bid Cashiers Chock Certified Check ( 1) The following addendim are hereby acknowledved as being included in the bid: Addendum d T dated Jan.170 Addendum dated Addendum g dated a 1033-67 Rev. 1 -16- y 4 Wi f P.rC r 4 �, .,�. ,. {•aj'.i; � "'S IS..1 -s:F�iu:t�^:G.1G,.x � i. DIVISION E. PROPOSAL (Bid Foran) Cont. S CON RITCTION C Al'IY ROY STENMARK,PRESIDM 75 Elmira Street San Francisco, California 9412h Address Phone h67-166h Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No. 1$05h Bl SA Dated this 13th. day of January , 19 7_ 0 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). y Portion of Work Na Place of Business �5c �2�n o Ta iL- t— JC - � o ' STP�_ �1,���� / -- -- —__...�..►.��_-lL _ �. -- ,f Y 1033-67 Rev. 1 -17- s z-a atot-ala COs-ols 1 OL6I'0'! sajidz3 uo'stwaaaao:)AW jj ;o uno' sandx3 uoissiwwo]dry 17tl3-NILA3Na01 pue A♦iJ aya lob puQ u,Dilgnd tiQaoN N13JS*A 3:)IIV ariand Aar1oN NNUINOD a- �y 'duDdwo:) p!Ds dq Wly uodn paua}uoo Alnp dallo" 4a1M awDplo»D ut duodwo]03uDlnsul 4nDuo6ly pips aya}o pg aya SD auawnlasaw u&ya„M aya payuaxa oy &" sW Da p86psIM"20 ay PUD 'IUUWlasul ulyalM aya w pagllosap uoljOlodloa ay+ 'duodwo] aaminsul anDuo6/d }o pD j.ul.dsuaa+y uo ay o+ aw oa UMOUI 'O: paloaddD dilouos/sd 0 'I' N�10!' OL 61 aw alo;aq ' OL GtI1d1N11Tt }o dop u4£T slya u0 n Qituo3TTQJ � 14w•� astmiagio :pton a of algeldaaae ,t1ams tpim 'puoq ants pue "U1111,%% UI lae.tluoa agl olul Jalua 'patjtaads aq �(ew se awn gans ulglte+ 'pegs ledtaulld all] pue ledtautJd all] of pap.teme aq loe.tiuoa ptes ay j! '3HojgU3tj L ':110N II 3SVHd OiuiTO TROTPOW Pue i64UOO g4TeOH PuotROig .toj ptq aut.�uedwoaoe aypall►wgns seg "It'd1�N lltld Ptes ayl 'SN3H M •sluasaad asayl Aq Alum 'Clie.tanas pue AJjUto( 'su,9tsse pue sJossaoans 'srolnaaxa 'sjole.tistutwpe 's.ttaq .tno 'sanlastno putq ani 'samS paitun aql jo Aauow lnjmel ut joa.tagm luawAed ay ioj ( ..SOT 'sielloCl GIS jKnOWK 30 %O-j) jMZ)U3d N&L jo wns lsnt pue llnj ay ut (aa2tlgo agl pallea .taljeula1aq) JI.LN000 ML otun punoq .Cluuij pue play we '.(latnS se 'ettuojtle0 jo alelS ayl jo smel aql lapun paztueato uolletod.toa e 'ANVd1100 a:)\vans,\Tl .Lnvklog Id agl pue 'ledtautrd se VZTV6 `TINZIO3IgvD 'OOSIONVaa N`iS '48ai4S 12=iUIT3 SL 'ONI 1 ,03 NOI.LonsZSN00 'am leq•L ISINDSMd 3S3111 A9 i\311 'I"Id A ONN QN09 rivsOdOild VIN�aod1-�Iry3N�a,vya�o-IH3w . 331ee0 �y3ywoyHH f � HOME OFFICE MENLO PARK. CALIFORNIA PROPOSAL BOND KN01' ALL MEN BY THESE PRESENTS, Thatwe, STENMARK CONSTRUCTION CO. , INC. 75 Elmira Street, SAN FRANCISCO. CALIFORNIA 94124 as Principal, and the ARGONAUT INSURANCE COMPANY, a corporation organized under the laws of the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY (hereinafter called the obligee) in the full and just sum of TEN PERCENT (10%)of AMOUNT BID Dollars, (S 10% ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Richmond Health Center and Medical Clinic PHASE II , NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obli-ee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain is full force and effect. Signed and Sealed this 13th y o AANARY 1970 ST ST R ION CO. AINC. GONAUT LN CE COMPANY By �� r John J. illy/ TTO NEY�IN-FACT FID-1012 R-2 M r. y !� • NOW OFSIG[ - 46IN1.0 PASK CALISORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That ARGONAUT INSURANCE COMPANY, a corporation organized and existing under the laws of the State of California, and having its principal office in Menlo Pailk, California, does hereby constitute and appoint JOHN J. CASEY of San Francisco, California its true and lawful Attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed, at any place within the United States, or, if the following line be filled, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations within the United States, in any amount. And said Company hereby ratifies and confirms all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents. This appointment is made under and by authority of the following Resolution passed by the Board of Directors of said Company at a meeting held at the principal office of said Company, a quorum being present and voting,on the seventh day of July, 1959, which resolution is still in effect- ..RESOLVED. that the Pr►*ident or any Vice President. in conjunction with the Secretary or Any Aneietant Secretary, be and they are hereby authorized and empo„ered to appoint Attorneys-18-fact of the Company. in its name and as its acts, to execute and acknowledge for and on Its behalf may And all bonds. recognisances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, with power to attach thereto the **Al of the Company. Any such writings so execated by each Attorneys-In-fact shall be as binding upon the Company as if they had been duly executed and acknowl- edged by the regularly elected Officer*or the Company in their own proper persons.'• 1N WITNESS WHEREOF, ARGONAUT INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President and its Assistant Secretary,this llth. day of February 19 66 ARGON. NSURANCE COMPANY G� . . .................. 'ice Preside (SEAL .. ..w. �............... THE STATE OF CALIFORNIA {ss Assistant Secretary COUNTY OF San Francisco S On this llth. day, of February 1966 , before me came the above named Vice President and Assistant Secretary of Argonaut Insurance Company, to me personally known to be the individuals and officers described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of Argonaut Insurance Company and that the said corporate seal and their signatures as of- ficers were duly affixed and subscribed to said instrument by the authority and direction of said Corporate Jacqueline A:... _ _....... ._.......:..._.... Notary Public 4SEAL) J om is . n Expires SEPTEMBER 24, 1 1, the undersigned Secretary of Argonaut Insurmice Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by fac- simile under and by the authority of the following resolution adopted by the Board of Directors of the Argonaut Insurance Company at a meeting duly called and held on the 25th day of May 1965, and that said resolution has not been amended or repealed: ••RFSOLVED, that the eianature or the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation. may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and noel shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, sit Menlo Park, Californin, this 13th day, of January l9 70 SgwlFr+y FID-1105-R4 Y �a a d A M C_ Y w t`! Y r � a "ylIF '� 0 Orr r M . S e+ a+► 0 w �a' Affidavit of Publication NOTICE TO CONTRACTORS FOR BIDS _) ns _..»». _____...»..... STATE OF CALIFORNIA COUNTY OF CONTRA COSTA H C Meinke being first duly sworn deposes and says:That at all times hereinafter mentioned—he was a citizen of the United States,over the age of eighteen years, and a resident of said _ County,and was and during all said time the principal clerk to the Printer of the SAN PABLO NEWS,a newspaper of general circulation printed and published weekly,in the Town of San Pablo,in said County of Contra Costa. State of California; that said SAN PABLO NEWS is,and was at all times herein mentioned a newspaper of general circulation as the term is defined by Section 4460 of the Political Code, and, as provided by said section. is published for the dissemination of local and telegraphic news and intelli- gence of a general character,having a bona fide subscription list of paying ! subscribers,and is not devoted to the interest,or published for the entertain- ,. meat or instruction of a particular class, profession, trade, calling, race, denomination or for the entertainment or instruction of any number or such classes, professions,trades,callings,races or denominations; that at all said times said newspaper has been established, printed and published in said f.3" Town of San Pablo,in said County and State at intervals for more than one year preceding the first publication of the notice herein mentioned, that said notice was set in type not smaller than nonpareil,and was preceded with words printed in black face type not smaller than nonpareil,describing and expressing in general terms the purport and character of the notice intended r t - to he given;that the-....-_____...._..... _.._.. RMCE TO CONTRACTORS FOR BIDS - (Richmond Health Center and Medical Clinic Phase II) which the annexed is a printed copy,was published and printed in said newspaper at two times m least..................... 24th December, 1969 ,,,;. _ commencing on the........__......-__..._day 31st December, 1969 and ending on the........._...»-.._._....._day of_. December 24, 319 1969 both days inclusive, to-Mit:..................... _ ............................»............................................._....................... . ...._....._ _ .W._.._...._...................... That the notice was publ' d fit a,n�rspa proper :n/dm a supplement. I ' '! / �//' �_ ___ .__ H.�• C. Meinke _ .SiiLscribcd and sworn to before me this FILED `�z;�tl' , `v`1,1`c '= 1St day of '%� December 9 69 JAN 5 - 1970 ��~u 1�__ W. T. PAASCH ( t _ Lillian M. Low L CLEC K BO A COSTA CO.D OF VISORS _ —_---- g Deputy Notary Public in and for Contra Costa County, y a tam' vu- State of California. �+�iSM 8.1 (15906) r 1 S IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the ?natter of Approving Revised ) Plans, Specifications and Estimate ) for construction of Richmond Health ) RESOLUTION N0. 69/850 Center and Medical Clinic, Phase II, ) Richmond, Work Order 5381• ) WHEREAS the Board on November 12, 1969 rejected all bids received on November 4. 1969 for the construction of the Richmond Health Center and Medical Clinic, Phase II; and WHEREAS the Public Works Department was directed to instruct the project architects to revise the plans and specifications in order to reduce the cost of construction and then present the revised plans and specifications to the Board for approval and advertise for new bids; and WHEREAS revised Plans, Specifications and Estimate of Cost ($339,000) for said project have been filed with this Board this day by Mr. Victor W. Sauer, Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board: NOW, THEREFORE, IT IS BY THIS BOARD RESOLVED that said Plans, Specifications and Estimate are hereby APPROVED. Bids for this work will be received on January 13, 1970 at 11 a. m. and the Clark of this Board is directed to publish Notice to Contractors in the manner and for the time required by lair, inviting bids for said work, said Notice to be published in the SAN PABLO NEMS. PASSED AND ADOPTED on December 16, 1969, by the following vote : AYES: Supervisors J. P. Kenny, A. M. Dias, T. J. Coll, E. A. Linscheid, J. E. Moriarty, NOES: None, ABSENT: None, CERTIFIED COPY I certify that this is a full, true & correct copy of the original document which is on file in my office, and that it was passed & adopted by the Board o` Supervisors of Contra Costa County, California, on the date shown. ATTEST: WF T. P_AASCH, county clerk&ex-officio clerk of said Board of Supervisors, by deputy clerk. 1 RESOLUTION NO. 69/850 0 THE BOARD OF SUPERVISORS C 0 N T R A C 0 S T A C 0 U N T Y P. 0. Box 911 Martinez, California 94553 December 160 1969 San Pablo News 164 Tenth Street Richmond, California 94801 Gentlemen: Re: Purchase order # 37478 Enclosed is Notice to Contractors for bids re Richmond Health Canter and Medical Clinic, Phase II. which we wish you to publish on December 24, and_31# 1969 Please sign the enclosed card and return it to this office. Immediately upon the expiration of publication, send us an affidavit of publication in order that the Auditor may be authorized to pay your bill. Very truly yours.. W. T. PAASCH, CLERK r Deputy Clerk Enclosures s 0 Form #T7 N1 t i NOTICE *CONTRACTOR • r � Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, material;, equipment, transportation and services for the con ruction and completion of the project titled RICHMOND HEALTH CENTER AND MEDICA CLINIC, SECOND PHASE DEVELOPi•1ENT, 37th and Bissell Avenue, Richmond, Califo nia. Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administra- tion Building, Martinez, California, as prepared by COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta. The drawings and specifications may be examined at either the office of the Clerk of the Board of Supervisors or the office of the Architect, and copies of said docu- _'-ment-s may be obtained at the office of-the Architect upon deposit of Twenty-Five Dollars ($25.00) per set. Each bid shall be made on a bid form to be obtained at the office of the Archi- tect and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of Ten percent (10%) of the Base Bid amount, made payable to the order of "The County of Contra Costa", and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before Tuesday, the Thirteenth (13) day of January 1970 at 11:00 A.M. and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. - -The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to fifty percent (50%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. 1 t The said Board reserves the right to refect any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may with- draw his bid for a period of thirty (30) days after the date set for opening thereof. *=qllE/% SUP V S By W. T. Paasch County Clerk and Ex Officio Clerk of The Board of Supervisors, Contra Costa County, California BY -Anne M.- McSorlo Deputy clap Dated: December 16, 1969 PUBLICATION DATES: r 13 7 v - _ t COMETTA and SOOTARU ARMAS SOOTARU. ARCHITECT AIA ELVIN A. COMETTA 3516 MACDONALD AVE., RICHMOND, CALIF. 94805 232-2637 December 15, 1969 Mr. Robert M. Rygh, Projects Engineer Public Works Department Contra Costa County Martinez, California Rei Richmond Health Center Second Phase Development 1033-67 Dear Mr. Rygh: Enclosed are four (4) sets of corrected specifications of the subject project. The estimated construction cost of $ 324,000.00 which was submitted on October 6, 1969 is subject to current construc- tion cost escalation factor and should therefore be raised to $339,000.00 Very truly yours, v Armas Sootaru AS:lm FILED W. T. PAASCH CL-M t}WO CF SUPERVISORS oN�17 uolty i � i , FOR Yt6MIATR RSLMRASR Jaron s. Moriarty, anismun Board of prison Docalber 160 1969 �eEs� sjtr�s � ss Cbsirmmn of the bard of Sopervisors, Jars S. Moriarty, ammommeed today that construction bids will be received until 11:00 a.ew ea Jammery 13, 1970 for "Atch■mud Health Center Medical Clinic • Phase II." Bids for this project were preeiorsly taken on November 4, 1969 but were all rejected by the Board of Supervise= for several reseeus, includift Indications from contractors that tbey experienced difficulty is obtaining quotatimo on certain portions of tbs work, and the fact that the bids more ors the estimate. The plans and specifications balls subsequently boss revised and provisioas made for several alternate prices. This project provides for completing the large basement ares, about 14,000 square feet, whicb was left as unfinished open space in the room itly completed building. The plans and specifications went prepared by the architectural firs of Cometto 6 Sootaru of Richmond, who more the project arebitects for the original building. Tbeir estimated cost of the comstruction contract is 5339,000. The mucb needed additional space, primarily office space, peo vided by this project will be assigned to: Adult Probstion, Department of Agricultmer, Juveaile Wert Reforee, and the Public Defender.• itis floes plan also Includes a coffee abop. The actual construction project includes completion of the aWmaioal, boating, and ventilation system for the ares, construction of wall partitions, and complatioa of floors and ceilings. The ossstruetton contract will be administered by the Public weeks Dspartmsat, Victor w. Sauer, Directeur, with teebaical asslatamoe by the project architect. it is estimated the project will be completed Is the sorer of 1970. W.O. 3381 r IN THE BOARD OF SUPERVISORS 0! CONTRA COSTA CODlTYv 3TATS OF CALIPORNIA November 12, 1969 In the Matter of Bids re ) construction of Richmond ) Health Center and Medical ) Clinic, Phase II, ) Work Order 5381. ) The Board on November 4, 1969 haviat received bids f1mm the following contractors for the construction of the Richmond Health Center and Medical Clinic, Phase II, and having deterred action in connection with the matter of awarding bids, for same: Millard H. Meyers, Richmond; Raphe Construction Co., Ltd. , San Francisco; Built-Right Construction Compan1, Msrtines; Steomark Construction Company, San lrancisco; Wallace Webb and Son Construction Co., Inc., Hayward; Kirkham Chaon A Kirkham Inc-, Walnut Creek; N. H. Sjoberg do Son, Oakland; W. S. Lyons Construction Co., Oakland; Torrance Western, Inc., Oakland; and The Public Works Director this day having recommended that the Board: (1) Reject all bids received on November 4, 1969 for the aforementioned project; and (2) Direct the Public Yorks Department to instruct the project architects to revise the plans and. spocirl- cations in order to reduce the cost of construction and then present the revised plans and: speeitica tions to the Board for approval and advertise for now bids; NOW, TH1 VIORZp on notion of Supervisor A. N. Dias, seconded by Supervisor T. J. Coll, IT IS Nr WS DOAwD OR=m-that the recommendation of the Public Works Director is APtlI MO The foregoing order was passed by the following vote of the Board: AZSB: supervisors J. P. Eenay, A. Me Dias, T. J. Coll, J. S. Moriarty. NOSS: Zone. ABS=T= Supervisor S. A. Linedwid. cc: Public Works (2) Auditor CLUC'1.IFIED Copy Administrator t off y Mat this 1:; ,, fall. o the o�itrf..n? 7nt•ii�; Cru Cv"PCCt copy of and Et,t:t .' n ^.;l :s On file Sn rn:• office, the Board of F (` r t• a i C'^lifornIa, on Irl_e, e;. �'• PAASCH, county t'tr irk of said Board of S:peryigors, Jy deputy clerk. POELSC WMIS DWARTMENT MArtines, Cslifornls Novenbm 12, 1969 EZ � RA BUSINESS art Item 1. lICT40ND HEALTH CRIZER AND MEDICAL Q_C_ Phase Ir Wak Order 5-1—ft It is recommended that the Board (1) reject all bids received on November 4, 1969. for the RLP-4, F Health Canter and Medical Clinic - Phase II. (2) direct the Public 'Wbrks Department to instruct the project architects to revise the plans and specifications in order to reduce the cost of construction and then present the revised plans and specifications to the Board for Approval and advertibement for new bids. the above recomerdatiaas are based on the following: (1) The bids received were wall in excess of the $324,000 estimated by the architect. • (2) It has been reported by various bidders that certain ts in the plans and specifications were unduly restrictive, thereby raising the bid prices. (3) Several bidders reported difficulty in getting sub-bids. (4) Several bidders and sub-bidders have expressed s to rebid the wank. (BP) EZZRA BUSINESS Page 1 of 1 page Public 1Wbrks Department Nsvoiber 12, 1969. n :4 0 MI D H. RS Cmeractor and Builder NO.1 FIRiT STR[[T MMRKMMOND.CALIFORNIA PNOM[.415 233-3000 November 4, 1969 The Honorable Board of Directors of Contra Costa County Administration Building, Room 107 Martinez, California Reference: Richmond Health Center and Medical Clinic, Second Phase Development 37th Street and Bissell Avenue, Richmond, Contra Costa County, Calif. Gentlemen: Due to a gross error on our part, namely Item 15-C, Fire Protection which we in- terpreted as being included in the plumbing bid, we respectfully request that you withdraw our bid of $334,000.00 on the above project which we submitted to you this morning at 11:00 A.M. lie sincerely regret the error and trust that you will grant our request For with- drawal. Very truly yours, 1�Tl �llye s MHM:hb - `.{{( . RECEIVED- W. T. PAAW14- cuRlriboko os,awsnviQY 'oo. 0 06- o i e: • Richmond Health Center and Medical Clinic Second Phase DeveloBissell �� 37Ch Street and Bissell ::venue IVIED Richmond, Contra Costa County, California 1 �/ IED Bid Date: November 4, 1969 Time: 11:00AM Ml. T. PAAWN SMC BARO OR�PERV14ORS TA CO, General Conditions 2-A D-Demolition ,i 2-B Trenching and Backfill 3 Concrete 5-A Galvanizing and Priming 5--B Miscellaneous Metal 5-C Metal Railings !, 5-D Metal Decking 6 Lumber Rough Hardware Labor v ^ 6-B Finish Carpentry s G r 6-C Custom Millwork 7-A CaulkinA and Sealants 7-B Built-un Waternroofin 7-C Building Insulation - 7-D Custom Sheetmetal CJ —8-A Hollow Metal Work SI Lr " 8- ' Roll-uDoor _ 'r 8-C Finish Hardware 8-D Glass Work U L 9-A 9-B Lathing and Plastering (see alt.) 7 — 9-C Drywall Framing (see Alt.) 9-D Gypsum Wallboard 9-E Gypsum Wallboard Finish 9-F Tilework 9-G Terrazzo 9-H Resilient Flooring !, 9-I Painting / ! i - 9-1 Wall Covering 9-K Fire Proofing Repair Y , 10-1 Metal Partitions fl 10-11 Folding Partitions C '" _ 10- Chalkboards and tackboards 10- Director Li iQ-d Room Signs 10-1 Pre-Fab. Wood Cab. 10- Special Accessorie 13-1 Acoustical Tile 15-A Plumbing ` 15-1 Heating and Vent and A.C. �7 15- Fire Protection - 16- Electrical - - 00 1 0 7 2 5 4 8 0 1 3 5 1 6 2 0 1 7 3 1 8 2 0 0 4 3 1 2 2 8 5 1 6 6 0 2 2 0 0 0 3 5 0 5 0 0 1181 . 4 0 0 0 5 6 9 5 5 5 8 5 5 6 3 1 0 0 0 2 3877 2 7 0 0 0 1 6 4 9 2 6 0 4 6 3 7 8 1 6 8 8 5 8 9 3 3 7 1 8 7 6 2 5 6 6 6 0 7 00 FR,nXECEIVED ` 5 0 0 7 6 6 7 . ... 1 9 2 3 9 W. T. PAASCH 6 7 8 0 0 CLERK BOARD OF SUPERVISORS 5 3 7 0 0 CO TR COS A CO. puly 2 1 7 1 5 0 0 1 9 7 s 2 3 12 0 — t 18 O 1 5 0 0 0 3 3 4 2 5 7 - Q► ;,,,,.,..---'''l •� l is t;, ti t '•: ;r, :c! `�, `',..•tet t t tt ` l t� \� '`,�1♦•1 '� � `�� `\.. � 1 \`: �.i syn �?\'r,I"it` , t; f' {{{ v � ,, Jit E\ � \ t --„'"1 ` t ,•T fl *� C3 •\ is Jai �`.-, ^'''r-e •t , t rA \vl 11 Ln JJ � all A �,� •Q', .04 ✓ v p 4 p 1-1 ' wt t - to�� � � ,,t` g d '' U N �. p+ 4 � �. 6 .�► '�, `� ' Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMrTTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: m-o ollars ($ ���ll-a-� ✓ ) . ALTERNATES: / 1. ALTERNATE NO. 1 - METAL FRAMING: I State the amount to be added/deducted to the Base Bid for M C'"' providing metal framing, in lieu of wood framing for partitions, as 0 indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / Deduct the sum of: Dollars ($ ) . F I LED -14- W. T. PAASCH CLEW( COARO Cf SUPERVISORS � yy�.'�);;,,v,,/'/'�,,-',�A O COUNTY 3 DIVISION E. PROPOSAL (Bid Form) Cont'd. (B} It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e r. t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it woiil.d be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the loca.i conditions at the place where the work is to be done. (E) The undersigned has checked carefull; all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on th,e part of the undersigned in making up this bid. r- M M O -i —15— s . DIVISION E. !ROPOSAL (Sid Folz) Con t. (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive. or made in the interest or in behalf of any person not heroin named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ohm bid, or any other person, firs or corporation to refrain from bidding. and that the undersigned has not in any Banner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations cf the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. kidders Bond 107. of the amount bid Cashiers Check Certif ted Check ( 1) The following addendum are hereby acknorledeed as being included in the bid: Addendum I 1 dated October 29, 1969 Addendum I darod Addendum ! dated -16- r-� i ij DIVISION E. PROPOSAL (Bid Form) Cont. MILLARD H. MEYERS c By #1 First Street Richmond, California 94801 Address Phone 233-5000 Licensed is accordance with an act providing for the registration of Con- tractors. Classification and License No, 99541 B1, C8, 03 . Dated this 4th 'day of November , 19 69 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID SUBSTITUTION OF SUCONrRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Place of Business h 7 G -17- I `m ..t� - a ■ 13 1'j M11t>M ONIM: OM1- h A.w M.E„SiWdR.Woifwao1sMS Bid or Proposal Bond Approved by The American Institute of Architects, Bond No. 45091 9 A.I.A.Document No. A-310(Sept. 1%3 Edition) KNO16 AL1. MEN BY THESE_ PRESENTS. That we, MILLARD H. MEYERS as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Board of Supervisors, Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten (10%) percent of the amount bid ---------------------------- Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. IIHEREAS, the Principal has submitted a bid for Richmond Health Center and Medical Clin Phase 11 37th Street and Rissell Avenue- Richmond- California NOW. THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall f pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid I and such larcer amount for which the Oblieee may in rood faith contract with another nar►.. r.. .,PrF..r.. .t. -1- ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. CITY AND COUNTY OF SAN FRANCISCO On this 4th day of November 1969 , before me Frederick n ,. lid]n , 11 a notary public in and for the State of California with principal office in Elie City and County of San Francisco, residing therein, duly commis- sioned and sworn, personally appeared D Schaub _, known to me to ' be the attorney-in-fact of General Insurance Company of America, the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. ' 1N WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official sea], at my office in the aforesaid County, the day and year in this certificate first above written. :S!l:IIIIi1SlIIR:t!S:a'C:;iStt2tgfl11Iiitlllllllllgi_ � r FFA'__ti:L•:; 0. LUE)WIV 11 'L 0F1 IN J�-•'/ ,i.f! i t.•,i:Cl;;CQ COWNTY (Seal) _ In My CC.'»t:o ILA L"'.%tS APRIL 13. 1913 – S-587 R 1 7/66 — _ fWltlirllY�e•f•r..i ....................�.._ ---�---__.__._---------'- x fr f♦eS AWh Gt whh.Ae�KE►�MIq u Bid or Proposal Bond Approved by The American Institute of Architects, Bond No. 450919 A.I.A.Document No. A-310(Sept. 1%3 Edition) KNOW ALL MEN BY THESE PRESENTS. That we, MILLARD H. MEYERS as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Board of Supervisors, Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten (10X) percent of the amount bid ---------------------------- Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 14HBREAS, the Principal has submitted a bid for Richmond Health C nt r anA Medical Cl inoc t- Phase 11 , 37th Strppt and Ricsell Avenue, Richmond, California NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this 4th day of _ November A.D. 1919_ . M i I l and H.Maori (Seal) (Principal) • (Title) GENERAL INSURANCE CON Y OF AMERICA 13v -rc� D.Schaub (Attorney-In-Fact) 4SO Sansome S 3 5Job GENERAL' INSURANCE MPANY OF AMERICA • Home Office:4347 Brooklyn A—1W.,Seattle,Washington 98105 lM�CO i POWER OF ATTORNEY 30id KNOW ALL MEN BY THESE PRESENTS: Mat General Insurance Company of America, a Washington corporation, does hereby appoint -----------------------------------D. SQ►U14------------•--------------------------- its true and lawful attorneys)-in-fact, with full authority to execute on behalf of the company fidelity and surery bonds or undertakings and other documents of a similar character issued by the company in the course of its busi- ness, and to bind General Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, General Insurance Company of America has executed and attested these presents this. j day of JKly 19"— `.�/ I v �L�✓►rL'��`Q'�GC� ..•i:. i���i�� /�'• � ����//� ^aE SCE :: V CERTIFICATE Extract from the By-Laws of General Insurance Company of America: "Article VL Section 13. – FIDELITY AND Sl:RE1'1' BONDS . . . the Chairman of the Board of Directors, the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. "The power of appointment granted in this paragraph to the officers enumerated may be exercised by each of them severally, regardless of the availability or unavailability of the other officers enumerated. On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. "On any instrument conferring such authority or on any bond or undertaking of the company the seal, or a facsim- ile thereof, may be impressed or affixed or in any other manner reproduced. provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." 1, W. D. 11ammersla, Secretary of General Insurance Company of America, do hereby certify that the foregoing is a true and correct copy of Article VI. Section 13 of the By-l-aws of said corporation and of a power of attorney ex- ecuted pursuant thereto and that both said By-1-aws and said power of attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 4th day of Novel or , 19 -9 CO,yp♦�o COIfr0A1TE 2 SEAL X ' SECRETARY A 1923 a fd�Of(MiS��O�oc S-942 R2 10 fi; PRINTED IN U.S.A. rj!)sArE.-ni.. ....e—w,,MA, ......r,:­,ne—.e�.. • O r crn► p ' w � w � N da" , V N to ir; O a to d d � d • a Aq ='a0 too V C7 q0aq � P � rJ v O y k O W 6 � � A a a' igx c S' Q - NOV _ PUBLIC WORKS DEPARIMENT. GENERAL CONTRACTOR We propose to furnish all labor d materials complete per applicable sections of the plans and specifications and addenda, except as may be modified by notes on this page. Bid quotations are tax included and subject to acceptance within 30 days unless extension is mutually agreed to by the general contractors and the undersigned, or unless otherwise specified in the General conditions and contract documents. No back charges will be accepted by this bidder unless prior author- ization is given by same in writing. Billings on approved back charges to be monthly. The undersigned agrees to abide by the bid rules on file at the mechanical Trades Bid Service of the East Bay, Oakland, California. Bids will be automatically disqualified if any unauthorized inclusions or exclusions appear. The undersigned certi- fies that he is properly licensed by the State of California to per- form all work included in this bid. Alternates that affect your crafts must be bid with an amount or the words "No Charge." If awarded a contract of work bid below,the undersigned at" the request of and at the expense of the General Contractor shall furnish a faithful performance, labor and materials bond with an authorized Surety company. Banding Agent of the undersigned is as follows: t City r;e-2- - Phone JOB #1261 DEPOSITCRY CLOSING TIME 11/3/69 4:00 P.M. PROJECT: HEALTH CENTER (ALTS) . - Richmond #1 Plumbing: Sec. 15A #2 Heat, Vent & Air Cond. : Sec. 15B #3 Custom Sheet Metal work: Sec. 7D BASE BID #1 #2 #3 COMBINED BID #1 & 2 & 3 "' D #1 & 2 #2 & 3 0 F, Sub-Contracto By Address / �✓ frS�yv/ S-f fC fG — Phone_�� -------r (a) Insurance Premiums charged for hold harmless clauses will be add- ed to the contract price, but cannot be used to determine low bid (b) This Sub-Contractor will not accept a contract that is more stringent not more lenient then the General conditions of the specifications and the Bid proposal submitted by the General ' contractor for the above subject job. ' (c) All of the above conditions to be accepted as part of the General contractors contract with the Sub-Contractors. (d) All combination bids must be segregated or this bid will be in- valid. 17ti Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE ID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ 3 X51,34q ) . ALTERNATES: 1. ALTERNATE NO. 1 - METAL FRAMING: ti M State the amount to be added/deducted to the Base Bid for M providing metal framing, in lieu of wood framing for partitions, as 0 r+ indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / Deduc the sum of: ? Dollars ($ — 3 9457 .o v ). -14- 'c rfiy DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. ti i cn cn 0 -15- e � DIVISION E. PROPOSAL (Bid Fors) Con-t. (F) The undersigned hereby certifies that this bid is genuine and not shams or collusive, or wade in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a shag bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any wanner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. 00 Attached is bid security as required in the Notice to Contractors. Bidders Bond Bidders Bond Cashiers Check Certified Check ( 1) The following addendum are hereby acknowledged as being included in the bid: Addendm # 1 dated October 29, 1969 Addendum P dated Addendum • dated -16- I � � N DIVISION E. PROPOSAL (Bid Form) Cont. MME WNSTQOCTION CO., LTD. 344 HARRIET s,rREET By Address Phone431-3400 Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No. -2427 8-1 Dated this Fourth day of November 1969 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONrRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Name Place of Business uFA71i,1ti C• S.M. �p�1TM CyJ►]T� LAEAT1►1[s L%aQQ'ARQ LAT kA V LAsz EP_ —10 w 'PA I O:uxw D ZQ 1 uas k!� S F SpIF1►7V4j_= R. �80 Ir ;E ze�Iae -'n" e9ctkLwyti M p T q L. D.Qi IL��Ca I `.] LA►�D •Q V G�d�_ S(F t r5o►S14 IA.ARpu/PQE U)IAulLYC CAJQ0( W,,r jj�� 1a:c.T rj- fL_ 11.2 r✓-r-a�y G�ktaw�_. TQ%r dg j�_ ��1�L�a n r- a�'i L L.�T FLCr'�1 r r L 1Q 1 L� \ V Q t�{� A ni�S�lCge- L)Q iT En ArausTre_nL_ _ QC,k LAyn -17- Mems ows.IU7 OwAh-A w 1tf.E;S. o .11rslfdivtew lepS Bid or Proposal Bond Q Approved 6y The American Institute of Architects, Bond No. 497373 A.I.A.Document No. A.310(Sept. 1%3 Edition) ANO14 ALLMEN HY THESE PRESENTS. That we, EMPIRE CONSTRUCTION CO. LTD. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the law's of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Board of supervi sore of Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten 110V percent of the amount b i d ---------------------------- Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. KHEREAS, the Principal has submitted a bid for construction of Richmond Medical b Health Clinic, Phase 11, 37th Avenue 8 Pessil , Richmond, California NO{{'. THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid "'•" and such larger amount for which the Obligee may in ,good faith contract with another party to perform the work y`~^ ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. CITY AND COUNTY OF SAN FRANCISCO On this 4th day of _ November 1969 before me Frederick 0 1 udiow 11 a notary public in and for the State of California with principal office in the City and County of San Francisco, residing therein, duly commis- sioned and sworn, personally appeared D.Sehaub , known to me to be the attorney-in-fact of General Insurance Company of America, the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS TAIIEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid Countyy the day and )-car in this certificate first above written. a!illfllliii::. ►dY C;.`.tl S'_N Vi$ A.:.,, 13. 190 5-587 K1 7/66 ;I�t11!11�1'�ttltl:lift:S:(tSt111111!1:1111i1'.11illilil: Mr s Or Mr 1 T8,8440 0tra. Mtifw/ra�.�faS _ Bid or Proposal Bond {� Approved by The American Institute of Architects, Bond No. 487373 A.I.A.Document No. A.310(Sept. 1%3 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, _EMPIRE CONSTRUCTION CO. . LTD. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto - Board of supervisors of Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten (10%) percent of the amount bid ---------------------------- Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. NH/-REAS, the Principal has submitted a bid for construction of Richmond Medical 8 Health Clinic- Phase 11 , 37th Avenue b Pessil Rich-pond California ,VOR, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bondor bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. i i Signed and scaled this 4thday of NOydllber A.D. 19 b9 _Wpire Construction Co. ,LTO. (Seal) (Principal) ' (Title) GENERAL INSURANCE COMPANY OF AMERICA By ss� D.Schaub (Attorney-In-Fact) ; 1 5/66 Ar 7 f� GENERAL, INSURANCEMPANY OF AMERICA • Home Oflice:4307 Brooklyn Av�,Seottle.Wash-9ton 98105 SAPf �twtnt�ntcrf POWER OF ATTORNEY No. �r►u KNOW ALL MEN BY THESE PRESENTS: 71tat General Insurance Company of America, a Washington corporation, does hereby appoint -----------------------------------D. SCHAUB---------------------------------------- its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its busi- ness, and to bind General Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, General Insurance Company of America has executed and attested these presents this It day of JW!W 19" // .. CERTIFICATE Extract from the By-Laws of General Insurance Company of Americo: "Article VI. Section 13. — FIDEI.111" AND SURETY 13ONDS . . . the Chairman of the Board of Directors, the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. ' The power of appointment granted in this paragraph to the officers enumerated may be exercised by each of them severally, regardless of the availability or unavailability of the other officers enumerated. On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. "oil any instrument conferring such authority or on :uty bond or undertaking of the company the seal, or a facsim- ile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not he necessary to the validity of any such instrument or undertaking." 1. W. D. liammersla, Secretary of General Insurance Company of America, do hereby certify that the foregoing is a true and correct copy of Article VI. Section 13 of the 13y-Laws of said corporation and of a power of attorney ex- ecuted pursuant thereto and that both said 13y-Laws and said power of attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 4th day of Novetttiber 19-6-CL—. ,I co*, CTE 2 SEAL ._, X SECRETARY d 1923 a ofWas 5-94? F2 10'0: PFt1TED Iri V.S.A. wSAFI rOL u�:..C--_,.�1a..d...:�:,:�.a...e��.�o.�... d n M s w N • n y 6p : d `r At o� o s u o D p » V e, 0 43 d W •. . . CE) Built-Right Construcion Co. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room lOT, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: EASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the Following Alternates: For the sure of: -�69 (�v•dd S ollars ($ . ALTERNATES: 1. ALTERNATE NO. 1 - METAL FRAMIIIG: ti M State the amount to be added/deducted to the Base Bid for providing metal framing, in lieu of wood framing for partitions, as r' indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / Deduct the sum of: �1�: 2e� Dollars ($ -5-3,660.00 ). i = L E -14- WA T. PAASCH CWHk 90AR0 OP 9UPlRVt9CR3 a�� �4aJ' CO!!N'fY r ; DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood., with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated tire, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the locate conditions at the place where the work is to be done. (r.) ?he undersigned has checked carefull;. all of the above figures and understands that the Bo-ard of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. a i M M O rl -15- � 3 E 1 DIVISION E. PROPOSAL (Bid Foes) Const. (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a shams bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned hes not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. bidders Bond 10% of bid Cashiers Check Certif iod Check ( v The following eddendin are hereby acknowiedood as being included in the bid: Addendum d 1 dated October 29, 1969 Addendum # dwt•d Addend= • dated -16- E � r • DIVISION E. PROPOSAL (Bid Form) Const. Built-Right Construction Co. By. Richard 9padino 4751 Pleasant Hill Rd. East Address Martinez, California Phone 228-6900 Licensed in accordance with an act providing for the registration of Con- tractors, Classif!cation and License No. 171842 Dated this 4th day of November , 1969 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONrRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Mork Nam Place of Business Reinforcing Steel Metal Decking Insulation Sheet Metal Roal up Door _ Glasswork Lath & Plastering Metal Ceiling r �' Metal Drywall Framing Gyp Bd. Tilework Terrazzp Resilient Flooring Painting Wall Covdring Fire Proofing Repair Metal Partitions Folding Partitions Chalk G Tack Bd. _ Suspended Grid Ceiling 6 Acoustic A Plumbing Heating & Air Conditioning Fire Protection Equipment ` Electrical -17- � , 1 r_ 0 r: M Fidelityd DD�epsittompany an fiOAIE OFFICE OF MARYLAND &,anvORE,".z= The Premium for this Bid Bend is includdd in the premium for the Master Bid bond HAD "NO KNOW ALL MEN BY THESE PRESENTS: That_____.........................................BUILT--RIGHT-CONBTHUCI'?OIJ. CO.-------------------- - - - - --- ---.._-----------------------------------•----------------------•------------•-•------.----_-._.-----...---......------------.....-----------....---------------•----.-_..-._------. ......-....-...................................................................................................-..............................-......-- - (hereinafter called the Principal), as Principal, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation created and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, Maryland (hereinafter called the Surety). as Surety, are held and firmly bound unto ....................................................-........ QO ' ..9F_.GQR.R�iA..�S? T�►___- - - - - - - - --- - ---------------------------------------------------•--------------------------------------------------....----•----------------------------------------------------------------------- -----.-------------------•----.....------.._.._......---•--•----•-----...-----••-------•--------------•-•----.._..__..._...-------------------------•----------------------------- (hereinafter called the Obligee), in the full and just sum of_! EU.-PO(SM--02-AN00T.BAIL-_ .Dollars ($10gt good and lawful money of the United States of America. to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal herein is submitting a proposal for-nanatrlietiati_and-_a Wetion~.ol- the project titled Richmond Health Center and Medical Clinic, Second Phase Develop- _. went 37zb-and Bisel� -Ayenue1--__ 'chmond ifornia _.._. _ __.�.. _.._x-.�� --- - NOW,THEREFORE,if the bid or proposal of said Principal shall be accepted,and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a con- tract for the completion of said work and furnish bonds as required by law, then this obligation shall be null and void. otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed, sealed and dated this....................4!h------------------------------.---&y of----------_HQYBi0h8t__-----...____.._____19.. WITNESS: BUUR-RIGHT CONSTRUCTION CO. (SEAL) By:421 --.____.-------------- --_ (IF INDIVIDUAL OR FIRM) , ATTEST: -Prbra�al- -•--------•-----•.................-------___ ----------•---•--............... (IF CORPORATION) FIDELITY AND DE COMPANY OF M D t Georg nster - Allo wy4s;-Fact CAIAW2-4m. MUN v v a 1 as g : � • •� cv Q I o E W Of 'or ` G Y 'Q so z 3 3 4 1-2 co Z +f u U ° ....... ............... a O � � U � u a ,f. So 40 • 00 ; y � r x A 40 wa a w e o 0 a 0 BEV ., 0,04 as E•a pG • M �tacn ONO ''a a IL'cl < 0 u d 0< W L < w C:; or- J t W i = 3 ►, t q « z v o � a z s a s 7 � � Qt) ST�RK CQ 0 Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars 519e ALTERNATES: 1. ALTERNATE NO. 1 - METAL FRAMING: State the amount to be added/deducted to the Base Bid for o providing metal framing, in lieu of wood framing for partitions, as r+ indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / D f: 0 Dollars ($ /oZOo I L Ea -14- t W. T. PAASCH CLERK BOARD OF SUPERVISORS CONTRA COPT�'COUNTY EY Deputy DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75..00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it woixld be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the locaL conditions at the place where the work is to be done. (a) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions o.i the part of the undersigned in making up this bid. c-- �o m cn -17- i 0 DIVISION E. PROPOSAL (bid Forty) Const. (F) The undersigned hereby certifies that this bid is gonuino and not ohm or collusive. or made in the Interest or In behalf of any person not herein named, and that the undersigned has not directly or Indirectly Inducedor solicited any other bidder to put In a shay bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned hal not In any scanner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations cf the place of business of the subcontractors. (10 Attached is bid security as rewired in the notice to Contractors. Pidders Bond 1011 amount bid Cashiers Check Certif ted Check ( 1) The following addends are hereby acknowledged as being included In the bid: Addenduo i 1 dated October 29,1969 Addonduo 1 dated Addendui • dated -16- . mai r R DIVISION E. PROPOSAL (aid Forst) Const. Z5;ST-54 CONST TION COMPANY V 5TEW-M, M-13IDENT By StreetFAmim San Francisc2m Calfornia 91 2h Address !'hone - L67-166h .�.__....,.�....,,._ Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No. _._.._lg4l S.�_.....�..._..• Dated this kith, day of Nobember LIST OF SUBCONTRACTORS: (As required by SECTION 12 • "SUBCONTPACTORS TO BE LISTED IN BID SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Mork NM FlaggofBusiness a w17- 4 Y • S � - lJOnSTRUCTlon 0. Listing of Sub-Contractor's Division of Work Sub-Contractor tIL 41 ,ue,-7 1- ►tem n � as nn � 1 max( Lw Y ,r=:P'_, T[�IG GENERAL CONTRACTORS 75 ELMIRA ST..SAN FRANCISCO.CALIF..94124 AREA CODE 415 PHONE 587-1664 r7 E ►a•Z101-01: too-CIA 171fj-NI-A3Na OL6l'fl'AONS3�lIdX3NOKSIVVWO�AW sandx3uo�ssluw,o'A� AxVdW00 NNIS '� 3311r 31'lund Aar'1ON J/ Auodwo] p!os Aq w!y uodn paiAeluoD Alnp A4!J04&nD y,!M 03uopi0330 w Auodwo,aouoinsul +nouormV pins aq+}o po ayt so auawnusw ui44iM aqa painDaxa aq 4044 au 04 POBpaIMou130 aq put 'luaunsasu! Irm .0 w44'M ayl ul paquosap uoiaoiodAoD aqt 'Auodwo:) aouoinsul inouoBay jo 400:J-ul.Aauiouv uo aq oj* aw o; uMouJ �VT ;USV:) 'r NHOf paloaddo Allouctsiad -6-9-61 aw ajofaq ' 69 61 =agwQA0N ;o Aop q4v SIL14 u0 008T2t 'Rldl UWS ja A&uno> ss� asiAuaglo !pio.% aq 01uuo}!lo>p"We of ajgeldaaae tiains gitm 'puoq ani2 pue 'iutltam, ut iae.tluoa aql olut aalua 'patjtaads aq Aew se awil vans uigiim 'jjegs ledtauud aql pue ledtaui.td aql of papteMe aq lae.tluoo pies ayl jt '3dO33)A3".L MON a Qqd paO"S OTuTTO Ta3TPOK Pua 204ua0 g4TWOR PUOMPTIA JOj 696T ,pWSHpgjMOK Palep piq OuiAuedwoaae aql pautwgns seq 'IVdl0N1Nd pies aql 4SVgU3NM •sluasatd asagl Aq Aluuij pue Aputo[ 'suSisse pue siossaaons 'stolnoaxa 'sioletlstutwpe 'siiaq ino 'saAlasino puiq am 'salelS paltujl ay jo Aauow Inpel ui joatagm luawked ay aoj ( T S) 'stejjoa PTS '4vnoteY ;o (%OT) 4uaosad uaZ jo wns lsn[ pue linj aql ut (aa,9ilgo ay palleo .taljeuia.tay) KZSO, va"03 ;O AMMO, own punoq (jwaij pue pjaq aie 'Alam$ se 'eituojtle0 jo alels aql jo Smul ay .tapun paziuedro uolletod.toa e 'ANVIJK00 33NdlIIISNI .LfIVNI091Jd ay pue 'ledpuud se *ZTi6 QTUJG;TTEO 'ODSTOUVIJ aaS '400=4S 02TUTS SL 'MI '00 lg0I;L0njQS*W MMS ZS `am jeq.l, `SlN ma mtli Aa N31i ']'IV makim QNos zVS0d0Ha rlNtlodt'11I� 'X♦tlrd O7N3Y'1 3JIdd0 7/WM - , MOPE OFFICE MENLO PARK, CALIFORNIA PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, STENHARK CONSTRUCTION CO., INC. 75 Elmira Street, San Francisco, California 94124 as Principal, and the ARGONAUT INSURANCE COMPANY, a corporation organized under the laws of the State of California, as Surety, are held and firmly bound unto C009W Of CQMMM COSTA (hereinafter called the obligee) in the full and just sum of Ten Percent (19%)of Amount Bid Dollars, ($_ 109E ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid dated N04i1ERlHSR 4, 1969 for Richmond Health Center and Medical Clinic Second Phase NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall. within such time as may be specified, enter into the contract in writing. and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this 4th y November 19 69 CLS a 11W LT "ARGONA AN COMPANY gI EY-IN-FACT 1 FID-1012-RI i1. t; HOME Offla a MENLO PAM. CAUMMN1A POWER OF ATTORNEY KFOW ALL MEN BY THESE PRESENTS: That ARGONAUT INSURANCE COMPANY, a corporation organized and existing under the laws of the State of California, and having its principal office in Menlo Pack, California, does hereby constitute and appoint JOHN J. CASEY of San Francisco, California its true and lawful Attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed, at any place within the United States, or, if the following line be filled, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other v ritings obligatory in the nature thereof, as follows: Any such obligations within the United States, in any amount. And said Company hereby ratifies and confirms all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents. This appointment is made under and by authority of the following Resolution passed by the Board of Directors of said Company at a meeting held at the principal office of said Company, a quorum being present and voting,on the seventh day of July, 1959, which resolution is still in effect: ••RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, be and they are hereby authorised and empowered to appoint Anorneya-la-fact of the Company, in Its name and as its acts, to execute and acknowledge for and on its behalf any and all bonds,recognisance*, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, with power to attach thereto the ■eil of the Company. Any such writings so executed by Much Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and*cknowl- edged by the regularly elected Officers of the Company in their own proper persons." IN WITNESS WHEREOF, ARGONAUT INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President and its Assistant Secretary, this lith. day of February t9 66 ARGON NSURANCE COMPANY .................. .............. ................... ice Preside (SEAL) ... ..w.... ............... THE STATE OF CALIFORNIA iss Assistant Secretary COUNTY OF San Francisco S On this lith' day of February 1966 , before me came the above named Vice President and Assistant Secretary of Argonaut Insurance Company, to me personally known to be the individuals and officers described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of Argonaut Insurance Company and that the said corporate seal and their signatures as of- ficers were duh• affixed and subscribed to said instrument by the authority and direction of said Corporati Jacqueline A:... _.._-------..._...._._..._......_..... Notary Public 'SEAL ( i My om is.. n Expires SEPTEMBER 24. 1 1, the undersigned Secretary of Argonaut Insuratce Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by fac- simile under and by the authority of the following resolution adopted by the Board of Directors of the Argonaut Insurance Company at it meeting duly called and held on the 25th day of May 1965, and that said resolution has not been amended or repealed: -RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation. and the seal of this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation. and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, at Menlo Park, California, this 4th day of November i9 69 /)„- 6) Seovty FID-1105-R4 i�„ V} T y Z nol! U & O � O O Mri w t3 cn o . 4 V t Q Y ��� W VALLACE WEBB AND SON CONSTRUCTION CO. , INC. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 10T, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA r in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: %amu��aR� ���1�-�► �_ Dollars ($ f5_) 617 ALTERNATES: T 1. ALTERNATE NO. 1 - METAL FRAMING: t` I State the amount to be added/deducted to the Base Bid for M providing metal framing, in lieu of wood framing for partitions, as 0 indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / tm"Pir the sum of: a F I LED' -1 k- '.'.'. T. PAASCH UNTV ti�lLL'r,:�.Gl' Duty i I i DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (n) The undersigned has checked carefully- all of the above figures and understands that the Boixd or Supervisors will not be responsible for any errors or omissions on tha part of the undersigned in making up this bid. c-- M M O r-i -1�- R 1 t P • DIVISION E. PROPOSAL (Bid Form) Cont. (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or wade in the interest or in behalf of any Person not herein nawad. and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from biddinit. and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. Pidders Bond 10% of amount bid Cashiers Check Certif ted Check ( 1) The follovtnic addendum are hereby acknowledged as beim included in the bid: Addendum i i dated to-3o-69 Addendum • dared Addendum • dated -16- Ni DIVISION E. PROPOSAL (Bid Forte) Cont. '.4AZACM WEBB AND SON CONSTRUCTION CO. INC. c By P. 0. Box 359. Hayward, California 94543 Address Phone 357-3611 Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. 176301 Dated this 4th day of November 1969 LIST OF SUBC0NTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONiRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Ns Place of Business . -L ­11IT-UM411!j Ste Aso Metal Decking , /A�� Sheet Metal u� �'o . � 1'0 Rol.lup Door C�dK $�JQ-, Sr ,QfI Lath b Plaster 5CO•u5� k'D �`r, Q �K Ceramic Tile 5Y��", � c � Terrazzo �/ 1 f0 d[L Resilient Floor ! Painting Wall Covering Folding Partition -17- (continued on reverse) Portion of :fork Name Place:.of:.busi.ness s Ac ustical Tile JU �6. Plumbing - co Heating � Vent. u 71_ Sprinkler Electrical i 6 Nae Olde ::NY 8wekiya Awo.OLE,ftM�, >N1K Bid or Proposal Bond Approved by The American Institute o/Architects, Bond No. 450905 A.I.A.Document No. A.310(Sept. 1%3 Edition) KNON ALLMEN RI' THESE PRESENTS. That we, WALLACE WEBB i SON CONSTRUCTION COMPANY, P. O. BOX 359, HAYWARD, CALIFORNIA as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANI' OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT THE AMDIJNT OF BID—(1Q%) Dollars (S -------—), for the payment of which sum well and truly to be made, the said Principal and the said Surery, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. HHf:REAS, the Principal has submitted a bid for Construction Of Ri_ehmnnd Heal th Canter An-d-INedical Clinic, Second PhaSepyElonmani- 37th Street and Bissell Avenue, Richmond, Contra Costa County, California. N00, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this 4th _ day of November A.D. t9 69 WALLACE WEBB &!SON CONSTRUCTION CO. INC.(Seal) (Principal) (Title) c:f:NERAI..L�SURANCE COMPANlF AMERICA l Z t. fi_v Carl H. Kuhn (Attorney-In-Fact) S-54 R33551000 iN z Sll V. � ttttl:SL±�iOC' v� vA w i 7 t "' `'` ' -.• �i��J !fie �� �4 �. O^ N •:, r... G � vw A $ v v � tP ` r :� �i r• A A 7 7 � P f O'er n A G � 7 n .a . ?"o � o '° ow �a° .• i � i• �f' v n. A A A MA 7 A O �S1 ! y y Ion all co .. - �Y.� : p. O G Ya•-. '!' t ' 4 m E to uo to G co A�AN tA 10 Y y N G c.1 (D G � r i s v G +� o 10 0 cc. � a �.✓ co k R FAM CHAON KTRKTHAM !P C. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: 07lh�fy �f/9,ris m� Dollars ALTERNATES: 1. ALTERNATE NO. 1 - METAL FRAMING: ti M State the amount to be added/deducted to the Base Bid for o providing metal framing, in lieu of wood framing for partitions, as in7icated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / ➢aiw6-the sum of: / yJ� � o / Z a Dollars ($ I L E D -14- 'L% �ydy W. T. PAASCH CLERK e� ROARO C CP ERVISORS ON UNTY Uty 1 � s fj 3 i i DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (r.) The undersigned has checked carefully all of the above figures and understands that the Bowrd of Supervisors will not be responsible for any errors or omissions on tha part of the undersigned in making lip this bid. r-- i M M v r1 -15- DIV IS ION E. PROPOSAL (Sid Form) Can't. (F) The undersigned hereby certifies that this bid is gonvine and net shun or collusive. or wade in the interest or in behalf of any person net hereln named. and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a shun bid, or any othsr person, firs or corporation to refrain from biddinx, and that the undersigned has not in any manner sought by collusion to secure for himself an advmntaxe, over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the Notice to Contractors. !udders bond Creat American Insurance Company 1593652 Cashiers Check Certif iod Check ( T) The following addendum are hereby aeknoviodwed as being included in the bid: Addendum # one dated October 29, 1969 Addendum • der.d Addendum # dated DIVISION E. PROPOSAL (Bid Form) Cont. x ,srPAnfV F. C. Ki ham, President 2750 Camino Diablo (P. 0. Box 905) Walnut Creek, Ca_ 94597 Address Phone 9 3 4-2 611 Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No. =l N n- 19 6 n 31 Dated this 4th day of ni v mher , 19 . LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCONtRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of York Ham Place of Business CASEWORK & FORMICA: k£.e7 CERAMIC TILE: j /I ELECTRICAL: Ct 9p'-elzll FINISH HARD,IARE: ( G. �t FIRE SPRINKLER SYSTE ': z2 FOLDING PARTITIONS: GLASS AND GLAZING: GYPSU". BOARD & TAPING: p HEAT,VEET, AIR, SHEET ;FETAL: �iOLLO;1 'f .TPIL: CA ._fes. S INSULATION: LATH & PLASTER: ;tETAL DECKING: � F� tZ� C' 1 l ?FETAL PARTITIONS: -17- MISC. METALS: in (,�) CONTINUED. rI i a ij Subcontract List continued: PAINTING: r PLUMBING: w REINFORCING STEEL: RESILIENT FLOORING: �Ulit ROLL-UP-DOORS: SPECIAL ACCESSORIES: SUSPENDED GRID SYSTEM-ACC.TILE: TERRAZZO FLOORS:-C'�k �,� , WALL COVERINGS GREAT AMEIRCAN INSURA14PE COMPANY ITEM YORE.N.Y. BOND NO. 1593652 KNOW ALL MEN BY THESE PRESENTS, that we, KIRKMAN, CHAON b1 KIRKHAM INC. as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of New York,having its principal place of business at 99 John Street,New York, N.Y., as surety, are held and firmly bound unto, County of Contra Costa as obligee, in the penal sum of Ten Percent (10X) of the amount bid. DOLLARS (S ), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed, and dated this 3rd day of November 1%9 WHEREAS, the said principal has herewith submitting a proposal for construction of Richmond Health Center and Medical Clinic. Second phase development, Thirth seventh Street and Bissell Ave. , Richmond. NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be awarded the said contract,and shall within SiXty ( 60 ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this ` obligation shall be null and void otherwise the principal and surety will pay unto the obligee the dif- ference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. 71'- "x Principal GRE A AMERICAN INSURANCE COMPANY By Peter W. Pel letierAttorney-in-Face F.9116G- 3-67(BID FORM) �: f � tin 00 $ A % t k , ir 0 # _ a � g - o % $ % a , » - �'. cbo ■ e 17 5 C� � ■ % % 2 ° - ■ o - � �s+ % r 3g i i t a RECEIVED W. T. PAASCH CLERK 8OARO OF SUPERVISORS CON RAC TA CO. By dcputy i TO THE HONORABL' BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. Chambers of the Board of Supervisors. Administration 3uildi.ng Room 107 Martinez, Ca. 94553 BID PROPOSAL: Richmond Health Center and Medical Clinic. Second Phase Development. 37th Street & Bissell Ave. Richmond, Ca. r ~ • • f r N. H. SJOBERG & SON Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 10T, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ "4 ) . ALTERNATES: 1. ALTERNATE NO. 1 - METAL FRAMING: ti t State the amount to be added/deducted to the Base Bid for M rn providing metal framing, in lieu of wood framing for partitions, as indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add /- the sum of: Dollars ($ Qr FILED_ �� ` "� -14- 106� IfO W. T. PAASCH CLERK HOARD CF SUPERV19tlRS t3 Cp TFt A C LINTY OrOuty R1 � DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y — f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (G) The undersigned has checked carefully all of the above figures and understands that the Bo3xd of Supervisors will not be.responsible for any errors or omissions on the part of the undersigned in making up this bid. N- i M M O rl -15- ! j � 3 DIVISION E. PROPOSAL (did Fots) Cont. (F) The undersigned hereby certifies that this bid to Somata* and not ohm or collusive, or wade in the interest or in behalf of any person net heroin nnad, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a shoo bid, or any other person, firs or corporation to refrain fres biddiax, and that the undersigned has not in any gunner sought by collusion to secure for hisself an advantaRi ever any other bidder. (G) Attached to a list of the noose and locations of the place of business of the subcontractors. (10 Attached is bid security as rewired in the Notice to Contractors. FIdders Bond 10% of Bid Amount Cashiers Check Cert i f 1•d Check ( I) The following addenda, are-her y acknorledRod as being included in the bid: Addendus • 1 dated Oct• 299 1969 Addendun S dated Addenda • dated .16_ .J WY DIVISION E. PROPOSAL (Bid Form) Const, N. H. SJOBERG b SON By - 42 President 856 - 98th Avanna l d Oakland. Calif. 94603 Address Pho1e 568-565 7 Licensed in aceosdeneo with an act providing for the registration of Con- tractors, classification and Lieu No. 140404 . Dated this 4th day of _ MMgWber , 19_ 69 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - „SUBCONTRACTORS TO BE LISTED IN BID SUBSTITUTION OF SUCOIRRACTORS", paragraphs (A). (B), and (C), of Instruction to Bidders). Portion of York Ns Place of Business Fla O -17- `)X oe 71lu-W ? .Svc 71teW 4.&4�_,��� Mrw OawwMJ+:ata ItE.,"fM►Me. ramMitq�#*!f Bid or Proposal Bond Approved by The American Institute of Architects, Bond No. _473366 A.I.A.Document No. A-310(Sept. 1963 Edition) KNOW ALL MEN H1' THESE PRESENTS. That we, N.H.SJOBERG S SON INC. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Board of supervisors of Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten (10%) percent of the amount b i d --------------------------- Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for construction of Richmond Medical Health Clinic, Phase II , 37th Avenue >i Pessil , Richmond, California NOW. THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee tate difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. CITY AND COUNTY OF SAN FRANCISCO On this 4th day of November 1969 , before me Freder6ck 0 Ludi out 11 a notary public in and for the State of California with principal office in tl!e City and County of San Francisco, residing therein, duly commis- sioned and sworn, personally appeared D Sehit& , known to me to be the attorney-in-fact of General Insurance Company of America, the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS VIIFREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. , .:[1111ia1L...... • ...... trlfllati� 1 „` (Seal) my COLIN, uj.i.i� N::IL 13. 1377 5-587 R1 7/66 :,=.�tunl'111t;t!;IS!lUif'It[lilt IIIIIIIIII11IIIUI L � C Y� C:il t�tllO Nro OlRe+rMF&OSAhlw fNMb. M.,il �tdi ..,>tlpaf - Bid or Proposal Bond p� Approved by The American Institute of Architects, Bond No. 473300 A.I.A.Document No. A.310(Sept. 1%3 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, N.H.SJOBERG b SON INC. as Principal, hereinafter called the Principal, 3 and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Board of supervisors of Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten (l O%) percent of the amount bid --------------------------- Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for construction of Richmond Medical 8 Heal th Clinic, Phase 11 , 37th Avenue Pessil , Richmond. California = NOW. THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall <ai pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid = and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 4th day of November A A-"- 1969 .H.S'ober t Son e. (Seal) (Principal) (Title) GENERAL INSURANCE COMPANY OF AMERICA - D.Schaub (Attorney-In-Fact) _ 450 Sansome Street San Francisco,Calif. :3 5/66 ■■ • GENERAL INSURANCE A&MRANY OF AMERICA Haire Office:'4347 Brooklyn AJW.,Seattle,Washington 98105 SAPINM POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: "lhat General Insurance Company of America, a Washington corporation, does hereby appoint -----------------------------------D. SCROM---------------------•------------------ its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surer bonds or undertakings and other documents of a similar character issued by the company in the course of its busi- ness, and to bind General Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, General Insurance Company of America has executed and aaested these presents Ellis. 3 day of July 19" <��i��� /V �l GLS r .. -., /TKAt �'�� v^•E 5:7 E•:' CERTIFICATE Extract from the By-1-aws of General Insurance Company of America: "article VI, Section 13. — FIDELITY AND SURETY BUNDS . . . the Chairman of the Board of Directors, the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. "The power of appointment granted in this paragraph to the officers enumerated may be exercised by each of them severally• regardless of the availability or unavailability of the other officers enumerated. On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. "On any instrument conferring such authority or on any bond or undertaking of the company the seal, or a facsim- ile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." 1, W. 1), llammersla. Secretary of General Insurance Company of America, do hereby certify that the foregoing is a true and correct copy of Article V1, Section 13 of the By-1-aws of said corporation and of a power of attorney ex- ecuted pursuant thereto and that both said By-1-aws and said power of attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 4th day of Novw6er 19-69-- TE 9 b9--TE S E A SECRETARY 1923 a fd�of w>tsti���°� S-942 R2 10.'67 PRINTED IN U.S.A. 'wti�trroi,.,,,..�',H,„ a.+•.•�,..•-a::,..en.:..,,y..,.r. r s 0 • led 1 w7 O � �O N y�o w o a�. a •ta. �M • . r1< 00 ; �. '19 p N � A • Z w. F. LYONS CONSTR[ICTTON CO. Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities .therein, but not including any of the work in the following Alternates: i� For the sum of: 1�ree HvrCa 1a,Yt�ti1 7w c+vs.,d S�tc��.c�l1a� _Dollars ($ 38 (y-5 ), ALTERNATES: 1. ALTERNATE NO. 1 _ METAL FRAMING: ti t State the amount to be added/deducted to the Base Bid for M o providing metal framing, in lieu of wood framing for partitions, as indicated on the Drawings and specified under specifications Section FF - ALTERNATES. / Add / Bathe o J/ r+ee iwet sum f: �3 14b°o �� Dollar's ($ ) F LE ® -14- T. PAASCH CLERK COMBO CF SUPERNTY' t yON RA �C DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the locate conditions at the place where the work is to be done. (E) '-he Undersigned has checked carefully- all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions o.i tha part of the undersigned in making up this bid. r- M M r-1 -17- s 1 DIVISION E. PROPOSAL (Bid Form) Cont. (F) The undersigned hereby certifies that this bid is genuine and not shams or collusive. or mode in the interest or in behalf of any person not herein nsmed� and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ohm bid, or any other person, firs or corporation to refrain from bidding. and that the undersigned has not in any ■sneer sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations cf the place of business of the subcontractors. (I0 Attached is bid security as required in the Notice to Contractors. Bidders Bond R Cashiers Check Certif ted Check ( 1) The following addendum are hereby acknoviedned as being included in the bid: Addendum / 1 dated October 29, 1969 Addendum P dated Addendum • dated -16- �! w i DIVISION E. PROPOSAL (Bid Form) Con't. W. F LYONS rONSTRT!CTION CO,= By 50genbercer o Oakland, Calif. 04621 Address Phone 568_ 4829 Licensed in accordance with an act providing for the registration- of Con- tractors, Clsgif!cation and License No. 180607 A, SB1 , Dated this 4th day of November 19 69 LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUCON[RACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of York Ham Place of Business Reinf. Steel Qqk Concrete Rouch E L`C01�S DAL Concrete Flatwork Metal Decking- Misc. eckingMisc. Metal Metal Railings iha�,i Cex Ga� Metal Floor Gratings �e�n@CLQ Waterproofing Building Insulation >A Sheet Metal '��\ SIN14)0 Caulkinn C Sealants _4C,o1C� Roll-un Door Glasswork -17- a . W4 W. E. LYONS ComsTaucTION CO. GENERAL CONTRACTORS OAKLAND - Las AmouLEB ADDRESS ALL CORRESPONDMiCE TO November 4, 1969 OANZAND OTInCE 50 BROMMZR iE!1AMP Own.CLLn%mxiL 94021 TELEPHONE(415)566-4829 LIST OF STIRCONTRACTCVS nCIPTTON OF WORK NA?1E tt PUKE OF BUSINESS Metal Lath V"."A-"\ bc•,� Crpc1 Si� Gypsum Lath !O nit la: �ch�Sb`v S i Plaster Gypsum Drywall C Ceramic Tile J'v�@Y.�Q� Terrazzo Resilient Flooring 1CG��rn,�, � (AIC Painting Wall Covering `�Of.cu �Q Fireproofing Material Chalk & Tack Boards Toilet Partitions Folding Partition Suspended Grid Ceiling) `\ ` & Acoustical Tile 1 v���@ oV 1Cf3 eAL Plumbing -�G•^`1Q�0,., (un�wv�CJ\�. Fire Prot. Systems & Equip. Heating, Ventilating & A.C. Electrical �`1�(0v\ �0.� '�`*• fIM p"gum cha,9W for his bwj 6 ¢` Ldudd L dtr96 for At"teal Bid Bntd r !, I :• t L P4I T E I PA46,C I F I Ylfi FIDELITY AND SURETY DEPARTMENT T Bond No. I i f@`_s BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, `-' DUCTION CO. _ i tf I` as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a corporation organi ed and existing under the laws of the State of Washington, and authorized to do business in the State of Na 4 QQti t as Surety, are held and firmly boun unto the ' -- e-7 A 3_� ?,SSA u r as obligee, in the sum of PERcu* A DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the i I Principal for: C. y ,�0.2 •v..q i .4 i ? according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make 1; and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPANY as I: Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure i so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceed- 4 ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. ' Signed, Sealed and Dated this day of 19— t i 0 1'1 7 ,ire r`ilnf^j RUCT10,1N CO" t State of California s s: County of ALAMMA On November 4, 19 69 before me, the undersigned, a Notary Public in and for said County, personally ! appeared GORDON W. RIMARDS known to me to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me thathe subscribed the name of UNITED•PACIFIC INSURANCE COMPANY, as Swety, and h j•S r own name as Attorney-in-Fact. astir �. AL;.'JEi)A CUUWY,CALIF. p My Commission expires Mir COMML-:;iot1 i xpir Jct. ;,y3/i tory Public in and for said Cour B-2001 California - Jurat (Attomey-in-Fact Acknowledgment) Rev. 1-65 ROSE GONZALES, c r 4 , — !h� pry char �rJ or Iha i7s f L . Ldudid it A" for Annual &� f IDEL11 V AND SURETY DEPARTMENT Bond No. F BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, �i i J amu;;S T°UCTiON CO: i I as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a corporation organized and existing under �I the laws of the State of Washington, and authorized to do business in the State of_- �AGiFe'QA—;nol '.; as Surety, are held and firmly bounA unto the ,i,•. Q-A1L26� G'S T� � Q�I nl r y I I I I as obligee, in the sum of PERCENT( o DOLLARS, lawful money of the United States f' J!' ' !: of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety i± bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and ! i rI severally, by these presents. . , ' THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: 11/ eP.,ro/P2 ioC-/ i � ' �.�.�rpA C--O.��`� C G'u-v :y �•4Jc i �O� ti�.9 ��i €a � according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make s= and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and j shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPANY as 4 Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceed- ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in f' full force and effect. ! `Y Signed, Sealed and Dated this '7" day of II, i� i= j '- i LYONS COi!STRUCTION CO, €3 I, PsfAcipol(s) !: By: n. UNITE CIF1,9ANSURANCE COMPANY i ± I A�torreyds-Fdst �' i ORD4 W., RICHARH$ B-1312-Contract- Bid Bond vt •Q T d � i 7 3� H G Zia 31. r5 w r, O p w .- e D G 00 44 r 0 o v 4 Gas. cr 40 U w O U •O.R yy. v N w w a 4y yG G '•tS is �'� G y0 H ro d G d d Z � a �o''" t� �o a e . 0m G m x � 9L sY 7 3 t� U Vi � rJ J0 �� S:a � TORRANCE WESTERN, INC_ Bidder DIVISION E. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 4th day of November, 1969 at 11:00 a.m. , in The Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA_ COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for the project titled RICHMOND HEALTH CENTER AND MEDICAL CLINIC, SECOND PHASE DEVELOPMENT, 37th STREET AND BISSELL AVENUE, RICHMOND, CONTRA COSTA COUNTY, CALIFORNIA in strict conformity with the Plans, Specifications, and other contract documents on file at the office of COME TA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta, 3516 Macdonald Avenue, Richmond, California, for the following sums; namely: BASE BID: Shall include all of the work for the construction and comple- tion of all facilities therein, but not including any of the work in the following Alternates: Q For the sum of: Dollars ($ 9`3 ALTERNATES: 1. ALTERNATE NO. 1 - METAL FRAMING: N M State the amount to be added/deducted to the Base Bid for M providing metal framing, in lieu of wood framing for partitions, as indicated on the Drawings and specified under specifications Section FF - ALTERNATES. Add / Deduct the sum of: Dollars ($ FILED -14_ �•. i 9�y W. T. PAASCH CL now or SUPERVISORS ���PIE_R,VIS R Cd A„ d� - oepaty r- J DIVISION E. PROPOSAL (Bid Form) Cont'd. (B) It is understood that this bid is based upon completion of the work within 240 calendar days from and after the date of commencement. (C) It is understood, with due allowance made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of S e v e n t y - f i v e Dollars ($75.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as-and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual mount of damages. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the locai conditions at the place where the work is to be done. (F,) The undersigned has checked carefully all of the above figures and understands that the Beard of Supervisors will not be responsible for any errors or omissions on tra part of the undersigned in making up this bid. r-- M M O r-1 d t � C � DIVISION E. 'PROPOSAL (did Foes) Cont. (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named. and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a ohm bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached to a list of the names and locations of the place of business of the subcontractors. (10 Attached is bid security as required in the Notiee to Contractors. Bidders Bond X Cashiers Check Certif led Check ( 1) The following addendum are hereby acknowledged as being included in the bid: Addenda i 1 dated Oct. 29, 1969 Addendum • dar.od Addendum • dated -16- I DIVISION E. PROPOSAL (aid Fors) Const. TORRANCE WESTERN_ TNC By C_ .h�gQ T T.Ahr►najnn� SB..+�.._ Treas. 1810 F 2Sth -ct Oakland ('alif�94Anh Address Phone 533-4500 Licensed in accordance with an act providing for the registration of Con- tractors. Classification and license No, B-1 259550 Dated thin 4th day of November 1q 69 , LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN SID - SUBSTITUTION OF SUCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Nam Place of Business s. a -17- � F /Ire OM:Ms 4317 8w�kfyw Aew M.!„SioNq We tom- 1111/I5 Bid or Proposal Bond Approved by The American Institute of Architects, Bond No. 7329SS A.I.A.Document No. A-310(Sept, 1%3 Edition) KNOW ALL MEN 111• THESE PRESENTS. That we, TORRANCE WESTERN INC. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten {10,r) percent of the tllgunt bid ------------- -------- Dollars (S ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. gill-REAS, the Principal has submitted a bid for Richmond Heal th Center and Medical C1 inie. Second Phase Development. 37th Street and Bissell Avenue, Richmond. California NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. CITY AND COUNTY OF SAN FRANCISCO On this 4th day of November 1969before me Frederick 0.Ludl ow 11 a notary public in and for the State of California with principal office in the City and Count}- of San Francisco, residing therein, duly commis- sioned and sworn, personally appeared D.Schaub , known to me to be the attorney-in-fact of General Insurance Company of America, the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS a11FR1:01', I have hereunto set my hand and affixed my official seal, at my office in the aforesaid Count , the da and +tate first above written. anutl;tlnttntmintrt:u�iSt�Ftt4�tt�itth?i61i�fIL FRFCFi:1e:; O. LUDLOW 11 SAN J14 ly (Seal) t.1Y COML:SS101,1 EAI•.BES A•I:IL 13. 1773 S-587 R 1 7/b6 ;tIt,tl lift! lilt 11111111i1111111tt11Niaialiil!Illi!: Y� " If-dMew,4M7 Gwek/r.Aw, Mwii�/4ra X115 Bid or Proposal Bond Approved by The American institute of Architects, Bond No. 732955. A.I.A.Document No. A-310(Sept. 1%3 Edition) KNOW ALL MEN BY THESE PRESENTS. That we, TORRANCE WESTERN, INC. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto Contra Costa County as Obligee, hereinafter called the Obligee, in the sum of Ten (10°') percent of the amount bid -----------------------------Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. NHEREAS, the Principal has submitted a bid for Richmond Health Center and Medical C1 inic, Second Phase Development, 37th Street and Bissell Avenue, Richmond, California NON', THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 4th day of November A.D. 19 69 . Torrance Western, Inc. (Seal) (Principal) (Title) GENERAL INSURANCE COMPANY OF AMERICA 40, D.Schaub (Attorney-in-Fact) w 450 Sansawe Street San Francisco Cal i f. 5/66 • GENERAL INSURANCE �MPANY OF AMERICA • Home Office:4347 Brooklyn AIR,Seortle,Washington 98105 Y/tiCO POWER OF ATTORNEY - No.- WAR KNOW ALL MEN BY THESE PRESENTS: 1-hat General Insurance Company of America, a Washington corporation, does hereby appoint -----------------------------------D. SCOMIN-------------------------------------- its true and lawful attorneys)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its busi- ness, and to bind General Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, General Insurance Company of America has executed and attested these presents this. 3 day of .1r111 1962 III CERTIFICATE Extract from the By-l-aws of General Insurance Company of America: "Article VL Section 13. — FIDELITY AND SURETY BONDS . . . the Chairman of the Board of Directors, the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. "The power of appointment granted in this paragraph to the officers enumerated may be exercised by each of them severally, regardless of the availability or unavailability of the other officers enumerated. On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. "On any instrument conferring such authority or on any bond or undertaking of the company the seal, or a facsim- ile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." 1, W. D. H:tmnlersla, Secretary of General Insurance Company of America, do hereby certify that the foregoing is a true and correct copy of article VI, Section 13 of the By-l-aws of said corporation and of a power of attorney ex- ecuted pursuant thereto and that both said By-Laws and said power of attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 4th day of November , 19_x__ ca GATESEAL �e X SECRETARY 1923 f44 o/%sk�a�oo S-94: R2 10-b" PRINTED IN U.S.A. 'P,SAVU01--•..<.o-=;. ,:,,.11...ts.•....,,•:,f.-�,�a.e.:. nv - H S � t � a 0 V d a ti+ y•moi+ O r d � o v A sA o (6 a 40 a o � r r In the Board of Supervisors of Contra Costa County, State of California 110TO her It ' 19'.69 In the Manx of Approval or Contract with Charles Bradshaw !or Inspec- tion Services re Richmond Health Center and Medical Clinic, Phase II, Work Order No. 5381. This Board having been presented with a contraot between the County or Contra Costa and Charles Hraddum to Provide for ' inspection services at $7.93 per hour rate of asatioti-ia ooh nection with the construction or Ricbmond Health Crntor amid *&Gal Clinic, Phase II, Richmond, California, as more Pully set torth< in said contract; On motion or Supervisor A. M. Dias, seconded by fter visor T. J. Coll, IT IS BY TER BOARD O� that said contract'. la APPIIOM and Supervisor J. Z. Moriarty, Chairman, is. 11109N0 121W to. execute sane in behalr or the county. The foregoing order was passed by the following vote or the Board: AYES: Supervisors J. P. Kew, A. K. Dias,, T. J. Coll, J. E. Moriarty. NOBS: Hone. ABSBOT: Supervisor B. A. Linscheid. 1 hereby certify that the foregoing is a true and correct copy of an order w i oe the nwwfes of said bard of Supervisors on the date aforesaid. Witness my hand and the Seal of the bard of ce: Mr. Bradshaw Supervisors Public Works (2) affixed this_1�day of November 19 , 69 Auditor W. T. PAASCH, Clark BY Deputy Cl" Mildred 0. Ballard H 24-5/69-iom Ii __ Vr r` ' ' L S'r ' `}. _"3 k f �-.r,-*..�Ug€�•-...,,ire»'. ���ait� � V.. 'r- .' - h rii• CONTRACT Special Engineering-Administrative Services Construction SHEervision & Inspection A. 1. Variables. These variables are incorporated below by reference: a. Inspector's Name & Address: CHARLES StADSHAW ;. 630 St. Marys Road, Lafayette, California -+ b. Effe-t ive Date: October 28, 1969 u by . c . Project's Name, Location, & Public Entity. Ricbmad Health Center "n, and Medical Clinic, Phase II, Work Order 5381 • 4 YI�j vf� d. Rate of Compensation: $7.93 per hour 4 . 2. Signatures. These signatures attest the parties ' agreement hereto ; COUNTY OF CONTRA COSTA INSPECTOR ���. Ch rman, ar of upervisors ATTEST: W. T. PAASCH, Co. Clerk ' r . ` and ex officio Clerk of Board Deputy Recommended for Approval: FILED -1. is or K. Sauer, R om.-Surveyor „ (Public Works Director) W. T. PAA$CH CLERK 6000 OF SUPERYtSORS CONT A O T O ,yTV QY/� eputy I J. FV McBri , Co. Admin strator OOUNTY COUNSEL, J. B. CLAUSEN Form Approved: By ,�'' -, '. '`�==-£ l "f` Deputy 5`- 3. Parties. Effective on the above date, Contra Costa County (County- OwnerT ancl the above-named Inspector mutually agree and promise as follows: �+. General Qualifications & Conditions. County hereby contracts with Inspector, as one specially trained, experienced, and competent there- in,, to perform the engineering and administrative services of a con- struction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as Clerk-of-the-Works, in connection with the above construction project, s - which services are necessarily incident to the services performed for the County by architects and engineers in the design and construction supervision of construction projects. This agreement does not pre- clude other employment of the Inspector if it does not interfere with 44yg the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of the said construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions: z a. Status & Relationship with County & architect. His independent contractor relationship with the County parallels that which exists between the County and the Architect; but he is subordinate to the :N R 21A 77 -1- a t •k $ ¢ L 7 . J M t tfl Architect, because the Architect is responsible for the design of project ect and for p � general supervision of its construction, pur- =.:a suant to the County-Architect agreement. b. Status & Relationship with Contractor. He shall maintain a : j 7 dignifie u un erstan ing re a onsh p w th the workmen on the job; but he shall conduct business only through the contractor's job superintendent, and shall not assume the Contractor's duties; and he shall not give instructions directly to the Contractor's employee(s) or subcontractor(s); and he shall immediately advise the !? `_ Architect of any case where County representatives give instructions `' #`'s}'' to the Contractor' s employees. T c. County-Contractor Coordination. He shall effectively main- tain close coordination of Contractors work and owner requirements by frequent, regular conferences or other suitable means, especially s where projects involve alterations or modifications of or additions to an existing functioning facility, which must be maintained as an Y operating unit during conduct of construction work, and therefore G require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions a_s =s of normal County activities with the County and General Contractor .r beforehand. w_ d. Familiarity with Contract. He shall become thoroughly familiar w th all contract documents including specifications, draw- ings and addendums; and he shall supervise and check the adequacy and +t ' accuracy of required "as built" drawings prepared by the Contractor's ` employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed (even on overtime, night, } holiday or weekend basis when so directed), and shall attend meetings < L= called by the County, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and sub-contractors) for certification to County-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice & Suggestions . He shall advise County on all con- s , Y � struction matters, such as suggesting change orders or reviewing ` construction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job problems, and report them with recommendations to the Architect; and he shall review and make recommendations to the Contractor on all pay estimates. 7. Special Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: ` > a. General Records & Files. He shall maintain a file of and be aware of the contents of, the local, State, Federal, NFBU., NFPA, etc, , codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the County; and he shall maintain a complete file of all drawings, specifications, con- tracts, change orders, directives, etc. , which determine work to be done by the Contractor (see also 6-d, above) . b. Diary & Reports. He shall maintain a bound daily diary, tt: noting therein j55problems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, r Architect and County, which shall be timely and in sufficient detail dk: to satisfy the purpose of the report. - .Y ^ Material Records. He shall maintain records of materials and/,)r equipment delivered at the site, showing manufacturers names, catalog, model serial number, style, type or other identifying infor- s nation thereon, and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to County that all materials used in construction are as specified in contract documents; and, on com- pletion and/or installation of each applicable item, he shall collect Y`:t —2— x t• _ 77777 I h 90„� �� �uv - I rR and assemble relevant information (including guarantees, certificates. maintenance manuals, operating instructions, keying schedules, cata- log numbers, vendors ' addresses and telephone contacts, etc., of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the County. 8. Pay for Services, & Reimbursement for Expenses. a. County shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and t-he 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period if a demand billing is received by the County Public Works Mai Department on the last County working day of the period: b. Mileage authorized by the Road Commissioner-Surveyor (Public Works Director) or his deputy shall be reimbursed at the rate of 'llo -�� a mile. 9. Insurance Requirements. Before performing any work under this _ Contract, Inspector shall at his own expense furnish County with certificates or other acceptable evidence of his coverage by Public Liability Insurance, for all his acts in performing the duties required by this contract, in amounts of at least $250,000 for all damages arising out of bodily injuries or death to any one person and T500,000 for two or more persons in one accident or occurrence, and Property Damage Liability Insurance of at least $50000, both of which shall name the Inspector and the County as insureds. 10. Enforcement and Interpretation of Contract. The County's agent for en orc ng an interpreting th s con ract s all be the County's Road Commissioner-Surveyor (Public Works Director) or a deputy. .meq 11. Adjustment of Compensation. The rate of compensation may be ` ad5usted by mutual consent the parties involved for good cause shown. 1 u 4. til - 7 GWM:bw 9-67;100 —3— `Y + a •a'}..7•... i In the Board of Supervisors of Contra Costa County, State of California November In th*Molter of Approval of Contract with J. M. Nelson for Inspection Services re Richmond Health Center and Medical Clinic, Phase II, Work Order 5381. This Board having been presented with a contract;:betr"n the County or Contra Costa and J. M. Nelson to pr*v1defor inspea tion services at $8.51 per hour rate of compensation in co.Weetion with the construction or Richmond Health Center and lbdioal Clinic, Phase II, Richmond, California, as more fully set forth in:;said contract; On emotion of Supervisor A. M. Dias, seconded by Sep visor T. J. Goll, IT Is HZ TSS DOM OAnR= that saSd''oontsaet is APPBOYlD and Supervisor J. _. Moriarty, Chaimtun, is AVMFIZID to execute same in behalf of the count?. The foregoing order was passed by the following vote of the Board: AXES: Supervisors J. P. Remy* A. K. Dias, T. J. Coll, J. S. Moriarty. ROSS: None. ABSENT: Sups"isor B. A. Linscheid. I hereby certify that the foregoing is a true and correct cW of an order,wAsred on tl� miiwtes of said bard of Supervisors on the dale aforesaid. Witness my hand and the SW of"bard of ee: Mr. Nelson Supervisors Public Works (2) affixed :his -4th—day of Novmber , 19 . 69 Auditor W. T. PAASCH, Chris By'Alla,6,,.!'.( Depuly Clerk Mildred 0. Ballard H 24-5/69-iOM - i _ '� -� 'mac.:J2''iT7p,.y'-a•1'.vt,,g"�1 �"'.+ 'Ilar7=. x r`Zl5_ew • s, CONTRACT ,5 Special Engineering-Administrative Services - = Construction Supervision & Inepection . ' 1. Variables. These variables are incorporated below by reference: Xa. Inspector's Name & Address: J. M. NELSON r 1905 Pacheco Boulevard, Martinez, California Ka b. Effective Date. October 28, 1969 c. Projects Name, Location, & Public Entity: Richoond Health Center and , Medical Clinic, Phase II, Work Order 5381 d. Rate of Compensation: $8.51 per hour 2 . Signatures. These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA IN TO ;« By ChagLan', 493a`ro- upervisors k ;• ATTEST: W. T. PAASCH, Co. Clerk L4 t and ex officio Clerk of Board S By`7' ' '� � 1 Deputy F 1 L E D Recommended for Approval: .,.: .::. W. T. PAASCH 21. r f CLERK BOARD OF SUPERVISORS Or V. auer, . Com.-Surveyor ¢ CONTRA 0 OUNTv uh (Public Works Director) x J. McBri.en, Co. Administrator COUNTY COUNSEL J. B. CLAUSEN F rm App- 17 7 : BV • i�f�%/ tl ' putt' Parties. Effective on the above date, Contra Costa County (County �. Owner an the above-named Inspector mutually agree and promise as follows: h 4. General Qualifications & Conditions. County hereby contracts with Inspector, as one specially trained, experienced, and competent there ` in to perform the engineering and administrative services of a con- struction supervisor and inspector, including those associated with t' the continuous construction supervision position commonly known as Y: n Clerk-of-the-Works, in connection with the above construction project, ?' which services are necessarily incident to the services performed for the County by architects and engineers in the design and construction supervision of construction projects. This agreement does not pre- , Y }" elude other employment of the Inspector if it does not interfere with r the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of the said construction project, but either party may terminate it by giving 30 days advance written notice to the other. 7: 6. General Duties & Instructions. The Inspector's construction supervision and inspection sere ces include the following general duties and instructions: a. Status & Relationship with County & Architect. His independent contractor relationship with the County parallels that which exists between the County and the Architect; but he is subordinate to the r""0j `max•: �y. Architect, because the Architect is responsible for the design of the project and for general supervision of its construction, pur- suant to the County-Architect agreement. f b. Status & Relationship with Contractor. He shall maintain a z dignifieT ut understanding relationship with the workmen on the job; 3; but he shall conduct business only through the contractor's job superintendent, and shall not assume the Contractor's duties; and s he shall not give instructions directly to the Contractor's employee(s) or subcontractor(s); and he shall immediately advise the Architect of any case where County representatives give instructions to the Contractor' s employees. e. County-Contractor Coordination. He shall effectively main- f4:? tain close coordination of Contractor's work and owner requirements by frequent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions 41 >' to an existing functioning facility, which must be maintained as an y; operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal County activities with the County and General Contractor r beforehand. thl ` d. Familiarity with Contract. He shall become thoroughly tract documents including specifications, draw- V familiar with all con `• ings and addendums; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's -'K, employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed (even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the County, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and sub-contractors) for certification to County-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. e ; f. Advice & Suggestions. He shall advise County on all con- struction matters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job problems, and report them with recommendations to the Architect; and he shall review and r make recommendations to the Contractor on all pay estimates. 7. Special Duties & Instructions. The Inspector's duties specially ' concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of, tFie local, State, Federal, NFBU, NFPA, etc. , codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the County; and he z shall maintain a complete file of all drawings, specifications, con- tracts, change orders, directives, etc. , which determine work to be done by the Contractor (see also 6-d, above). b. Diary & Reports. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Yk Architect and County, which shall be timely and in sufficient detail r to satisfy the purpose of the report, c. Material Records . He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers names, j catalog, model serial number, style, type or other identifying infor- oration thereon, and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to County that all materials used in construction are as specified in contract documents; and, on com- j pletion and/or installation of each applicable item, he shall collect -2- yak ,i�01 ,. mi and assemble relevant information (including guarantees, certificates. maintenance manuals, operating instructions, keying schedules, cata- log numbers, vendors ' addresses and telephone contacts, etc., of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the County. 8. Pair for Services, & Reimbursement for Expenses, a. County shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and the 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of ,the period. b. Mileage authorized by the Road Commissioner-Surveyor (Public Works Director) or his deputy shall be reimbursed at the rate of lli� a mile. 9. Insurance Requirements. Before performing any work under this Contract, Lnspector shall at his own expense furnish County with certificates or other acceptable evidence of his coverage by Public Liability Insurance, for all his acts in performing the duties required by this contract, in amounts of at least $250,000 for all damn es arising out of bodily injuries or death to any, one person and $500,000 for two or more persons in one accident or occurrence., and Property Damage Liability Insurance of at least $50,000, both of ' t which shall name the Inspector and- the County as insureds. 10. Enforcement and Interpretation of Contract. The County's agent for en ore ng an nterpreting s contract s all be the County's Road Commissioner-Surveyor (Public Works Director) or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties involved for good cause xa shown. L i . c GWM:bw 9-67;100 -3- w^. MAN WRyYk r In the Board of Supervisors of Contra Costa County, State of California Novw*er 4 , 19,69 M TIS Moon of Approval of Addenda& No. 1 to Plans and Specifications for Ricbwnd Health Center and Medical Clinic - Phase II, York Order Nde 5381. The Hoard having been presented with Addendum lo. 1 to the plans and specifications for the Ricboond Health`Centereland Medical Clinic, Phase II, Riabnond, California, said< addendun to clarity numerous items in the plans and specifications discovered during the bidding period, there being no change Inthearchitect's estimate of construction contract cost; On notion of Supervisor A. M. Dias, seconded by ftpervisor T. J. Coll, IT 18 BY ?RS BOARD ORS that said Addcu*m Yb. 1' is APPROVED. The foregoing order was passed by the following vote of the Board: AYES: Supervisors J. P. Kenny, A. K. Dias, T. J. Coll, J. B. Moriarty. NOES: None. ABSUT: Supervisor t. A. Linscheid. 1 hereby cwtify That the foregoing is a hue and correct copy of an order entemd an Thr minwNs of said bard of Supervisors on the dale aforesaid. cc: Public Yorks (2) Witness my hand oad dw Seal of the Board of Supervisors affixed :his lith day of November . 1949 W. T. PAASCH, Clark By uepwy Clark c Mildred 0. Ballard H 24-5/69-i0M � f I�, 1 s -- n D GCI Rzc:�uiondrea?Liz ^.pn-ter arc :Medical Clinic Second Prase Development PUBLIC WW DEPARTMENT Richmond, Contra Costa County, California ADDENDUM NO, 1 FILED to the WNSTRUCTION DOCUMENTS W. T. PAA®CH CLM low Cf MMtovlsmd October 29, 1969 gt�CON eta l�'? owty GENERAL The following revisions and/or clarifications shall be made part of the Contract Documents and shall be taken into consideration when submitting bids. This Addendum shall be a part of the Contract Documents. Item No. 1. Drawing #2 - Deck Framing Plan and Details a. Typical girder detail 2/2 applies to all girders between grid lines 1 and 6 unless otherwise noted. Girders are extending from grid line I to near line 6 indicated with double lines and spaced approx. 101-011 O.C. b. Note: 1120i1 x 1411 access crawl space thru girders (typ.)11 refers to detail I1/2 in lieu of 13/2. c. Delete "See Sheet #P-1 for Pump" from note referring to 1811 x 1811 sump pit - near grid lines B and 3, 2. Drawing #2 - Detail 4/24 Continuous 16 ga„ P1., x 41, wide welding strips shall be installed at 101-01, O.C� max., 3. Drawing #2 - Details 8/2 and 11/2: 1 1/211 x 1 1/2" header angles shall be tack welded at 611 O.C. staggered. 4.. Drawing #4 - Partial Reflected Ceiling Plan, Second Floor - Consultation Suite: Install new 101-011 high partition on grid line 2 between lines A and B in lieu of Where indicated. S. Drawing #10 Delete details 9/10 and 10/10; delete note "Install existing louvers.. ." from detail 11/10. 6. Drawing #M-1 - Pharmacy Floor Plan Mount A/C Unit on waffle pad vibration isolators. ADDENDUM NO. 1 Page I of 5 Its_ T. Drawia /M-1 Provide bird screw at end of outside air duct serving HV-2 unite 8. Drawia /M-1 Provide bird scram at end of air discharge duct froom too Hid-2. 9. Drawia /M-1 Pre-filter is outside air duct serving W-2 unit sball have access door for filter saintwance. 10. Drawl a 1M-2 - (Rlectrical lbrk). Prov a one 3-4ay switch at each access door to kathabar wits, 4 switch". 11. Drawl IM-2 Data 2 1-2: Condensate :.tura shall be piped the ear as detail 1/M--2 snort M-2, furnish hose adapter os'aod of sate valves connected to strainers. 12. Orawis IM-3 uvula TIM-30 Provide cover plate stop on roe to bold cover plate tight against ceiling: 13. 011-2 ce are Mounting Detail shall be.sapesseiM by 2=ning M69 /lddsadr fl. la. Ocaplan 011=3 - (Partial Paas at Wating Second Floor lrassacy r Now C UWt)e ■dating siasptacle now in location of eve door brio adstiwg toil" roan, 2035 shall be COWW e. Do not relocate.- Names srde"Ne srnosp- taoiM aN :wsato eisosit a• se�oirM. 1S. � )i (Partial Paas at lddstisg Second Floor Pharmacy for Wer wiring fro: asisting panel L-4 to sur in edstisg floor trench" and "dating comecting floor calls betnsir !loos tranches to AM unit. 16. im. Div. SS - Mi 1 Para. 2a, Scope= Add$ SFloor Access Famas a 17. Spec. Div. 6A - R Ca Para. 2 Adds Installation of steel ding strips (Details 2/2 and 4/2) urnder Div. 7D. 18. Spec. Div. 6A - Rough Carpentry, Para. 6, s Change to read: ..:to concrete floors and walls only. A�lM 110.. 1 Pegs 2 of S E� Its: 19. Spec. Div: 7D - Custom Sheet Metal Mork, Para 2 Add: c. This Section includes steel welding strips as indicated on Details 2/2 and 4/2. Min. 89 leegtbs. Installed under A S. 6A. fbgIcated from 16 ga. steel *bests conforming to AM 20. Spec. Div. 8A - Hollow Metal Work Para. 4a, (3) . Deletes Republic KWI Products Co. Adds Femestra Inc: Seamless executive Doors. 21. Snec. Div. 8A - Hollow Metal Mork and Drawing •S Para. S c (3) and Detail of Typical, Hinge Rwinforcemawts In lieu of 3/8" steel plate, use 3/16" attacbed as specified to S c (5)4, 22. Spec. Div. 8A - Hollow Metal Mork Para. 6 Door frames 3—mignated by numberst 82, 83, 341, 135, 26, 87, 810, 821, 822, 8351, 836, 871 and 72 *ball be fabricated and installed as shown and specified; remainder at door framss shall be 16 ga. Fenestra F814DRY Drywall Frames fabricated to manufacturers specifications to sizes shown and Installed.without grout fill. 23. Spec. Div. 8A - Hollow Metal York Para. 6b 1) Adds. Fenestra Flush Seamless Rxecutive Hollow Metal Doors. (5) Adds All welds shall be filled and ground smooth. 24. ftec. Div. SA - Hollow Metal Mork Doors and frames including installation shell newt the ra piraments for Class "V1 openings for Doors Mb. 821 and 113S. 2S. 9 A.1 - 4athim9, Para. 6a Adds Melded attachments *will not be permitted to metal decking support- ing existing first and second floors. 26. Div. 9C.1 _ Drywall Frame Para: 6, a Add: Mel attachments will not be permitted to metal decking support- ing existing first and second floors. 27. Vic. Div. 99 - Onnun Wallboard Fimisbina, Para: Ser (S) Change to reads Surfaceshsmoo�t througbout by sandimg; no textures. 28. Spec. Div; 9Z = PaintinW Para. 2 a 141 t Delete text: Para. 3 a 1) tal Add: limber of colors shall be limited to tan (10) for this project. Para. 7 f, change text to reads Galvanised bmukails, railings, gratin", etc:, shall not be painted, unless otherwise noted. Para. a c: Delete text. Para._14_, Qmve to reads 481, Nigh Painted t/ainscot for M acbsnical Rooms 8107 and 8116 and Janitor 8106: Plaster and Concrete 1 220-06 Wall primer and sealer 1 219-08 Wass Stipple ADD•O!M NDo 1 Pm!• 3 of S a � a � Item No. 28. (Cont.) Para. 15 a and b Change to reads All exposod piping, ductwork, p pzog and duct insulation in Mechanical Rows UOT and U16 and all new work in existing boiler room and mechanical pWthouse shall receive two coats of W. P. Fuller Aluminum Paint. Para 15 c, Add: Any plumbing, beating and electrical work which To- emposod and which does not come with a fiaisbed braaa. Cbro", or other finish, to be painted to completion under this Section. Baked enamel finish is NOT to be considered as fiaisb coat, and shall receive additional'—finish coats of color as selected. 29. Div. 93 - Wall CoverIgLa. Para. 4 b. 3 Adds Interco cal Corp.= Cobyds "Director* awleb, Wood grain pact- , No substitutions. (4) Deletes Text in entirety. Add: Colors: 90N of schsdsled wall coverings shall consist of 3 colors, as selected, of V27O quality; 50°5 shall consist of 2 wood grain patterns. (5) Add: Provide and install New Castle Products, Modssncote 33, "Dado Cote" (color to match existing) wainscot approx. V-2" high with metal trim to match existing in Stair d2 only.. 30. 10 B - Foldigg Partition, Para. 5, b Change to reads- ...without added cost to Owner. In lieu of...without added cost to Company. 31. 30 C - Chalkboards b Tad boards Para. S, d Changs to reads .,without added cost to Owner. In lieu of...without added cost to Company. 32, 10 D - Directory De etc Para: 2, b. 33. §1 c. Div. 13A - Sug arid g2litzs i AcousticalTil Para. 4, c, s 4 The requirements r swpport otSt fixtures shall apply with reference to points where fixtures attacb to the grid system, whether at fixture corner= or elsewhOM.. In addition, hanger wires used to nest said requirements shall be:located within 6" of the fixture attachment points (surface mounted fixtures wider than 1011 and longer thad 23" will require 4 points Of attachumt). 34. Spec. Div. 15 - Section n 158 - H.V. and A/C 21. Centrifugal Fans% a. (1) Last sentencer Delete: - "grease lines". Adds - "lubrication lines". ADDOWUM ND. 1 Page,4 of 5 1 Item No. 35. Snag. Div. 13 - Section 13B - H.V. 47. Testes h. Deletes "...no sooner than two aoathe and before four nosths of date of oca�perep." Adds "...and before four "the of date of occupsew." 96. Spec. Div. 15 ion 13B - hN and C H. CLOMINO of 1PIPS; Systeas Adds "The above work :ball be dose In tft presrae of the job iagmMor." 37. Spec. Div. 1S - Section lei - H.V9 and Adds Filtexas lfe air handling system shall be Bg sipped with Burke, Co. filters, Type M-19 as Move ass drawings. Tfs systes shall not be operated without filters. >s[oze final, acceptance by the County, all filters shall be replaced with ave filters. 30. Spec, Div. is - section len - P&MMUM Adds ?rap Frimares Chicago "740 with access panels. 39. wee. Div. 16 - sectiae 161► - hhleetrical • 29. Paaelboazds and Cabimetss e. Deletes "All lads: shall be beg o althea" Adds "All looks shall be key'ad to misting pawls:" 40. Revision Drawigp A-1 throupb A-6 incl., dated October 29, 1969 attached hereto are part of Addendum No. 1. 41. The Project Area will be open for inspection am October 31 and !November 3 from lsOO to 3s00 P.M. !Oats it is incumbent upon the Mineral Contractor to notify bis lbb-Oostraetors= and/or Materials Sappliers of the above ebanpss in Us Contract Documents. A N ND* 1 hie S of s r� x WIS P Z 4 �> Vp b' G 3 1s Oct UN vi .,ke (� p , 4 8 0 _ C c'a q r� a U x. } � j { tA " d t , IS s Z , c1 , ` st S3 '� �c t1 � z i m x N tS �t Y pa xIn �2U qx _U I rn 99 C" IK 1T •a p 'lf► O �. � Kon c r . ? eeA►D1v5Tsizeof room-r 0% Si�oK1N 13N: 6El�rC"�'!Flflt'i .;ORC�Z: ��tJU65 �.:.> y IN MSQ4, '6107 To (A"MOK- *ax x a=o", - VEftl F1', OM x7 M'�T. L-D V e1l5 / SHOWN ON P!rAlLG,- ` I CIAO, to/ao, ;►/ID 0 t7 t i OF QUCT, .. ... � � 5G� � �/'L�t1AE5N G�t•V�I�RD��CREEI� I oc. ,4ILp . v V"T ' colic•wac.t. - --. �--- ++ Vd tictaE Miry. 2=�� itoVa13#, Pfi1l�L Ga X57 4Df AKZA WA*,f � — - '�' w�4 �trt' +t•�+DS C�llvx4c_� 1tt 1M ftFkjs-r fp►},I t2C lII[ "B!I"Cv 101, ! 4u F y �Iz•T!G,t�.l� �S�G�j'1 O t`i tf12�=(�'�" __ 56955HS Foil (t2EA W.AY 0?mH*S;- .aZiG�4ML�NC?, C�+►L.tF• Jt�N�oND i#C�L'SN GCtiTdR �4,�Dk�#►L C.LtM1G. �_ .. ., _„ : , �-�►.�'1;�r t, �i�5►tu• art. - ,. 4 - = 8X0 4PNGT �1"TY PRCYiDS"S iia G�ALY,ST'L,COUER7 ---.. i'� G-t2A•T1�• 5CE 5��rt1� F� 'fes ttP�Nt�+>ot-t GLrT=L�tl1'S iN ~`�, t ` %� ���#INAl�D�-dW 1t�G�✓r DE'>�tZ,M tN E4 #^i �i'i:�•37. HOOr LAP OPN#► ,$�:Clk �t1�. r 1, j14 , - M aG � 1 x *i-FYx a { i "t t low d MAIN oz Grp i.kY-)N PaN�i.s — � ;JV�uI�f'1'tNCr_ 1�►11,AC:��Erf, + �t t33- RICHAPHIP He�LTH G04TM : �V4L�Q€GA�.,,CLINtG a � Y 7 ' Affidavit of Publication "o�ICE o Co_ -T CTORS Mo DS I DS STATE OF CALIFORNIA COUNTY OF CONTRA COSTA } ss. Notice ie hereby Yl of Contra the Board oC liupervisors�� of;•a hd: Costa'"co,utty' :that`: -* • , 1•. Board will reoelvc bids fora, e': ,•___L•t-•___•7e�.tinLrc _................._.........._.........being first duly sworn turnIshing o2 'all labor: matena Is deposes and says:That at all times hereinafter mentioned—he was a citizen ettttlprrlest trmrspoetation-- a_n of the United States, over thea•c o[ eighteen serrvvtices or the'coaslruction and 6 years, and a resident of said coreplet�ion of the'"protect titled County,and was and during all said time the principal clerk to the Printer RICHMOND ;BFALT$' CEDITElt' ECONof the SAN PABLO NEVI'S,a newspaper of general circulation printed and AND MEDICAL CI.IIeiIC`:37 d Bissell PEASE DEVELOPMENT;published weekly,in the Town of San Pablo,in said County of Contra Costa, Beu ','Avenue. ''Rj.eh.mond,:' State of California; that said SAN PABLO NEWS is, and was at all times California herein mentioned a newspaper of general circulation as the term is defined Each bid is,to bean raecgc� � by Section 4360 of the Political Code, and, as provided by said section, is with snecill film">` D r7k# published for the dissemination of local and telegraphic news and intelli- the'}. gence of a general character, having a bona fide subscription list of paying Supe subscribers,and is not devoted to the interest,or published for the entertain- AdstsSnistea , r ment or instruction of a particular class, profession, trade, calling, race, denomination or for the entertainment or instruction of any number or such classes, professions,trades,callings,races or denominations; that at all said UattlCtta`x The drawiti sad? times said newspaper has been established, printed and published in said in -be exa xati ter xkie o f Town of San Pablo,in said County and State at intervals for more than one lice'of the'�Clerk oL.the Board of car preceding the first publication of the notice herein mentioned, that Supeevtsors<+ou the_'4d .of-the y' P g P Arcbltect, and 'copies of. said i said notice was set in type not smaller than nonpareil,and was preceded with documents maybe.obtained at the words printed in black face type not smaller than nonpareil, describing and office d theFive Dollars tpoa deposit expressing in general terms the purport and character of the notice intended of,Twenty-Five Dollars�( �),Pa Be .. .z- bid shall be made on'a iiia' ;forma be'-obtained,at;thiPoff(ce of the Arehite t and must. be ac-; companled by a.;'certttled or casbier's.cbedc+or checks: or..-,bid to be given; that the........... .........................-...............-_.-.___...-Y..-.__..- bond in the:amount-of Ten,:.�prer�t (10%) of"Bass Bid atnotttt>:e _.o iI Cu TC Co: w?JiC 1 .:' CC payable to_the sta."-a 'is.CoumY i r � (",. S F � 31 DS of .contra�^Ussta.,�'-and;shau be� ...................._._..._._...___.._..___.._--_..........-_.__._....... _-----. -. - -__ sealed and fled`wlth the:"Clerk I of the soard.of c:ni�!ond =?ealtll Center r-!d : edical a be �mi , ..............._..................................__............--- -......------...------------•••-------•--•- ----- _ on d �1��1t1 _.. will be, in Vublie at the time due in fhr Board of Supe!ryisnrs7. Clilli C Chambers Room-a -107.1 ..............................................................................__.........................._........_....-... Administration-;Building.,-D-r • Contra%Costa CountY:=Ca»�•and there read and reeWdSd- The...............................-_...__-_........____ _.,of which the all,be ov en'a ion;g hid �t t _.._._._.................._...-------._-.------• shall 1x Cavett'as a.Su�4 annexed is a printed co was published and printed in said newspaper at the bidder..will enter.into,a:Contraet 1 P)'+ P PIt awarded;the work, and"wfll be fadetted'by.:tbe bidder.and.retained t-,,oi-m e S by.the•CountY if the�;successftd:bid- least.........................__...-•-L--_........... ._.._-- der refuses.;neglects or falls to enter ___________— _—__ __ __ into said Contract or to furnish the necessary :bonds:,,after_being,, re- of1 t,t_ ^etOt�eY' _ 59 quested to do so by the' - Supervisors of COWS Costa'County_ commencing On the...............1 ,1__....-day o[.__` q will;be re- The successfpl bidder aired' td- furnish=, a..Labor egand �. r L ?� r Q 1 Material Bawd in',arm tlV, Cour and ending on the..__...r�c_--- ---___day of....C-C t.0 e�r_ 1, 5, —_--+ to fifty percent (50%y of" tract price and "a F a1 t h f u l Performance Bond; in 'an amount octoire" 15, 22, 1069 equal to one hundtredpercenk.(200go} ol.the Uontract prioe:-aatd bonds-to bosh days inclusive. to-wit:................. __...._..._._ __ .---._____J _._— The secured fromra Satety-.Company authorized•to do:ibusiness in:the State of California:': _..-•............................ ffitrxeneraV rs-are;.hereby:.notlfied that _�__��-® tortatutes,of- e- late aia ord1oeal,la, a s;arc le said.FSoard:bas:saver-• ....._.......................... Faevaillrth rate of - -�. _—_ pct•diem'wales;Andrrates for legal holidays and.overtttne work:is the i� loeality la which this work is'to-be �t 1-1 man t-' -6 performed for each tYpto exe o� .................................... - - ................_.. -_ -•--_ -- or Me c.for-each r d ti W. T. PAASCH Coeaact ul,b ulna the.yuceesstul:biddter The,- on file ..............................._................,................._.._. G:.-±.LiK RdRR._QF SIlEEliY1SDRS ratii,.ef per diem waSes, of faith::.the-Clerk :oL the Board= O TRA COSTA CP. SuPe BY dGit' Deputy The,aid Board'reseeves,the'-tlgbt. _ ..._........................ .•-•--—...--:... to se3EeLs any and;aW,bids or-'any ' rnqulyy�in any and/or bid d received NO btdder:rnsT taitbdraw hls bld for a That-the notice was Published"n ! ncyrF per pr and nut it a period;ot.tYtty 30).days after the supplement. ri= C !/ - i date set fora 8 It -, , Its : , - / DstedYOctober•'. �'? C. YL'ie Bt y ney'Clark Cleric'AX __.-..........- ._.._.-___-_____--.------,_ Officlo ot Thee Subscribed and sworn to before me this Board of Supervisors a s -. Contr+a Costa'Counh* { itt:=• ? ,.(1 California AL.bicSORLEY tsttttttt da By, ANPtE �.. c - --- •----... - --•-•-•------. •-•-.._.. _. y of C�lexk Mitt �� 1 Deputy 1ry2 Oct r15. orul�, T,1r __.....................= ---x- •--�•-j--7--�---) 1 tvttu+tttt �,i 1l i -pig :_. Lo : _.............---__.._.--•-•--••-------_...- - Notary Public in and for Contra Costa County, State of California. SM a-1 (1L9jm w. FOR I12MIATE RELUSE Jades E. Moriarty, Chairman Board of Supervisors uctober 7, iydy P R E S S R E L E A S E Chairman of the Board of Supervisors, Jamas E. Moriarty, anaounced today that construction bids will be received until 11:00 a.m. on November 4, 1969, for "Richmond 8 alth Center Medical Clinic - Phase II." This project provides for completing the large basement area, about 14,000 square `eet, which was left as unfinished open apace in the recently coa- pleted building. The puns and specifications Wert prepared by the architectural firm of Coeetta &- Sootaru of Richmond, who were the project architects for the original building. Their oatimated cost of the construction contract is $324,000. The such needed additional space, primarily office space, provided by this project will be assigned to: Adult Probation, Department of Agriculture; Juvenile Court Referea, and the Public Defender. The floor plan also includes a coffee shop. The actual construction project includes completion of the mechanical heating and ventilation system for the area,, construction of wall partition and completion of floors and ceilings. The construction contract will be administered by the Public works Department, Victor W. Sauer, Director, with technical assistance by the project architect. It is estimated that the project will be completed in Summer of 1970. W. O. 5391 $ : .06 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans } and Specifications for the RESOLUTION N0. 69/645 Richmond Health Center and Medical) Clinic, Phase II, Richmond? } York Order 5381. } WHEREAS Plans and Specifications for the Richmond Health Center and Medical Clinic, Phase II, } have been filed with this Board this day by Mr. Victor Y. Sauer, Public Works Director, and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this, Board; NOW, THEREFORE* IT IS BY THIS BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on NovenberIL,�1 69 at 11 A.M. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by lax, inviting bids for said work, said Notice to be published in the SAN PABLO NEWS . PASSED AND ADOPTED on October T , 19 69 , by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, T. J. Coll, E. A. Linschsid, J. F. Moriarty, NOES: None, CERTIFIED COPY ABSENT: None. I certify that this is a ft:ll, true & t-orrect copy of the oIi-inai in .rnv offie! and that It w3s 1 o iry 1,2'1 supervisors, olt Cnr.'.::; t r:t- ('o: -0'-rc,aria. the date shot-:,n. N ;EST: %V- T. P:l_1:)C1, count clerk&e:;-officio cleric of said Board of Supervisor.. by deputy clerk. --------------- � y OCT - 7 1969 ---- RESOLUTION NO. 69/645 Form #9 (S. & H. Code 1072, 1326) (Gov. Code 25451, 25452) 67-3-500 cc: Public Works (2) Auditor County Administrator =99F, y i M dold i dM1 r THE BOARD OF SUPERVISORS C 0 K T R A C O S T C 0 U K T Y P. 0. Box 911 liartinez, Cnlifornia 94553 October 7, 1969 San Pablo flews 164 Tenth Street , California 94801 Gentlemen: Re: Purchase Order `_2093 Mwlosed is Nn_t.a to C ntre torn for bids re Ritorn nnA Medinnl ClinicTT. which we wish you to publish on Qctober 15 and 22, 1969 Please sign the enclosed card and return it to this office. LAyadiatels upon the expiration of publication, send us an il affidavit: �,f, pmhl kation in order that the A10 i Y c. :aay be authorized to pay your bill. Very truly yours, T. T. Pl?ASCH, CL.VK By Anne M. Mc Sorle Deputy Mork Enclosures 69-- -750 "17 Y i A; VPTQ W. NOTICE TO CONTRACTOR Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transportation and services for the construction and completion of the project titled RICHMOND HEALTH CENTER A-rD MEDICAL CLINIC, SECOND PHASE D01ELOPMENT, 37th and Bissell Avenue, ?richmond, California. Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administra- tion Building, Martinez, California, as prepared by COMETTA AND SOOTARU, Armas Sootaru, Architect and Elvin A. Cometta. The drawings and specifications may be examined at either the office of the Clerk of the Board of Supervisors or the office of the Architect, and copies of said docu- ments may be obtained at the office of the Architect upon deposit of Twenty-Five Dollars ($25.00) per set. Each bid shall be made on a bid form to be obtained at the office of the Archi- tect and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of Ten percent (10jlo) of the Base Bid amount, made payable to the order of "The County of Contra Costa", and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before the Fourth (4th) day of November, 1959 at 11:00 A.M. and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to { + enter into said Contract or to furnish the necessary bonds after being requested to A do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to fifty percent (50`x) of the Cc-, tract price and a Faithful_ Performance Bond in an amount equal to one hundred percent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, :�r local law ap_licable thereto, the said Board has ascertained the general prevailing rate of per die-m wa,es and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contr=act which will be awarded to the successful bidder. The prevailing rate of per them ::ages is on file with the Clerk of the Board of Supervisors. A � s i The said Board reserves the right .to reject any and all bids or any portion of any bid avid/or waive any irregularity in any bid received. No bidder may -with- draw his bid for a period of thirty (30) days after the date set for opening thereof. rM00 WCOTYY� By W. T. Paasch County Clerk and Ex Offici_- Clerk of The Board of Supervisors, Contra Costa County, California By Anne p . McSorle Deputy Clerk Date: October 7, 1969 PUBLICATION DATES: PUBLIC WORKS DEPARTMENT Martlnexy Cclifbrnis May V-Q 1969 A E N D A REP'-,R'S Report A. RJ'CoM3hEa IMEBIEAi u_.INIC - Wark Order 538; 0A Ma-t 20 ,.RGA, _:ems$ Po Kenny requested a report as to :he heet:t:y ar'd 'n the phaa:macy est the Rlc;hmond Medical, Clinico Daper`"(at r•:he beon aware ::If `-ho P.-oblam that exist at this 10-.anon. ?he probl"m is cx:e tc ar. urever> hea:. l.atid irr the northeast corner of the buildtngo sh:s twat, cprrsiats of the aesasm*try X-ray sulte.) and Msret.al He*. tha tteA�l, i ti et'--o Gt,r .3 Dna GF a'4',1 threw being ars --re zone The pharmacy i%aa deae or e6 lntc a Ns;qh beat goad area we to a L�,onr.antratian of pieopiey high s►q-tting :e.Kid ai;,d "coat ,:srocwr,.lN equIpmenty Jaen,, ref'rsgexat rso It I* c:t;r plan tc take coaltive corrective meaa*res in Phase II of i=rw- stru-rtlos± fo-r bui-�d ncl, basement P.irfishing project. We are wnaldwr3rg the rol. 11owltvg measures$ n 1) p:,rc,vlde a ser%arato zar-e for the p,ttarmacy arrd perhape a aep,ar,ate eomc rens o r$ ��s �r41CXt3P_3aa �`ht: tettiLleK3.or�i sitar, rep"ace 4r remove certain }seat-oroducing equipment ItN the +r,.erl.ra„ he BullalN Maintenarace Department hes informed us they have taken aeavu:es to m:nimi:et the condition. It to hoped that the work ander Phase 1I of lae ccntravt cane be tac:complished within the next two tai three manthe. No Board action re,-41redo (Bp) I f .� ~Page 1 of 5 r:ii;$ P�Abli&,- Wor�kra Department d a In the Board of Supervisors of Contra Costa County, State of California January 28 196 .3 J - In the Matter of h Approving Preliminary Plans, Specifications and Estimates for Richmond Health Center and tiedical Clinic - Phase II, Mork Order 5331. On motion of Supervisor A. M. Dias, seconded by Super- visor E. A. Linscheid, IT IS BY THE BOARD ORDERED that the preliminary plans, specifications and estimates for the Richmond Health Center and Medical Clinic Phase II as prepared by Cometta and Sootaru, Architects A. I.A. , and reviewed by the County Administrator, County Supervising Architect, Agriculture Commissioner, Public Defender, Probation Department, Building Maintenance Department, Health Department, and State Department of Rehabilitation, are APPROVED. IT IS FURTHER ORDERED that said architects are AUTHORIZED to proceed with final plans, specifications and estimated incorpo- rating comments and requests by the reviewing agencies as appropriate. The foregoing order was passed by the following ,rote of the Board: AYES: Supervisors J. P. Kenny, A. M. Dias, T. J. Coll, E. A. Linscheid, J. E. Moriarty. t NOES: Hone. ABSEIIT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc : Architects Supervisors Public 'Forks (2 ) affixed ;his —th day of January , 1969 County Administrator W. T. PAASCH, Clerk Deputy Clerk Anne McSorle H 24-7/68-IOM E r C a In the Board of Supervisors of 5 Contra Costa County, State of California January 2 196_q- In 968In the Matter of Approving Agreement with Archi- tect for Services to Finish a Portion of Basement Area, Richmond Health Building, y Work Order No. 5381. This Board on October 319 1967 having appointed the firm of Cometta and Sootaru to provide architectural services to finish a portion of the basement arra of the Richmond Health Center and Medi- cal Clinic for use as office space; and The Board this day having been presented with an agreement between Contra Costa County and Cometta and Sootaru, Armas Sootaru, y Architect, for said services, providing for a fee of 7-3/8% of the estimated construction contract coat of $1869600; and The Public Works Director having advised that .11000000 of said amount has already been budgeted in the 1967-1968 budget, the remainder of the cost to be budgeted next year; On motion of Supervisor A. M. Dias, seconded by Supervisor T. J. Coll, IT IS BY THE BOARD ORDERED that said agreement is APPROVED and Supervisor E. A. Linscheld, Chairman, is AUTHORIZED to execute same on behalf of the County. The foregoing order was passed by the following rote of the Board: AYES: Supervisors James P. Kenny, Alfred M. Dias, James E. Moriarty, Thomas John Coll, Edmund A. Linscheid. NOES: None, ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works (8) Witness my hand and the Seal of the Board of Superintendent of Supervisors Buildings affixed this 2nd day of Januar , 196 8 Auditor _ W. T. PAASCH, Clerk Administrator Architect By / -C' tJ� ,1� " Deputy Clerk H2,-2167jaPhmond Health Center Mildred 0. Ballard k t. • INDEX O: FM ARCHITECTL!1L SERVICES � Richmond Health Building Basement Office Spaces W.O. 5381 ARTICLE 1 1. Intent of Agreement 2. Architectural Services Included 3. Supervision of Architectural Services I ARTICLE. 2 1. Time Limits ' JAN .r2, /y'6s)- 2. Number- of Copies of Documents • T PAASCH ��EkK COARO CF SUPERVISORS �P.1NTRA ARTICLE 3 � F ^ .� co NTV oec:,ty 1. Fees 2. Payment Schedule 3. Payment if Drawings not Advertised 4. Payment if Bids are Rejected p� 5. Payment if Work is Delayed IFIL E D ARTICLE 4 'JA:rn ) t 1. Revision of Drawings CLE" - PAASCH 2. Cost Estim`�tes coHTt3.a ���pEgytTM 3. Relation of Estimates to Bids eyly ft;tr ARTICLE 5 1. Ownership of Drauinbs 2. Copies of Actual Construction Dra:•:in;s 3. Correction of Original Drawinj in Case of Remodeling or Additions ARTICLE 6 1. Termination of Aoree-ment 2. ?a en' upon Termination 3. Use of •Drawings if Agreement Terminated ARTICLE 7 1. Licensing Racuirements 2. Workmen's Compensation Insurance 3. Errors and Omissions Insurance 4. Public Liability Insurance ARTICLE 8 Z. Revocation of Atreentent 2. Payment in Event of Revocation ARTICLE 9 t 1. Assi-cu.:ent ARTICLE 10 ' 1. Extra Ilortz 2. Papaucatfor Extra Work ARTICLE lI Supplemental Conditions s t• t i � • I i i ass a t t� AGPEEIt :•IT FOR ..cCIIITECTU�LkL SE';VICES ' O Contra Costa County, California i This Agreement made the 2nd day of January in the year 1968 i E by and between the County of Contra Costa, a political subdivision of the State of California, hereinafter referred to as County, Party of the First Part, and Cometta and Sootaru, Armas Sootaru, Architect, 3516 MacDonald Avenue, Richmond, California (Nave and Address of Architect) Party of the Second Part, witnesseth, that the County and the Project Architect, for the considerations named herein, agree as follows: e Article 1: The County actin, through its Board of Supervisors, hereinafter called the Board, intends to erect one or more buildings or perform other related work at the location particularly knot and described as follows: Richmond Health Building, Basement office Spaces, 37th & Bissell Avenue, Richmond"v California The Project Architect shall prepare plans, specifications, and documents, including f cost estimates, which will conform to the requirements of all applicable codes, laws and v regulations and which will meet the criteria established in the written general instruc- tions identifying the purposes, budgeted costs and other mechanical, electrical, struc- tural and architectural qualifications for the project as generally described by the County. 11 such general instructions shall be known as the "Project Scope" and are hereby made a part of thic agreement. The Project Architect's services shall include the preparation of all necessary drawings, specifications, contract documents, and forms required to completely obtain a construction contract with a reliable builder in accordance with such laws and financial agreements as are applicable. Architect's services shall be pe_formed in accordance d with the vrittea program for the :cork accompanying this agreement or as determined by supplemental documants and con-eraaces. a 4. OZI �Uk 1 ?� ' 6 The Projects ArcMtecloortifies that he is, pro ession.y competent to provi6- the services outlined above for this p_oject by reason of his personal i:ac Ied3e anc: skill and that of his staff of consultants retained and paid for by him. The Project Architect shall obtain from the County, prior written approval before a retaining- consultants for structural, electrical mechanical, or other specialized work. f N All consultants retained by the Project Architect shall be fully qualified, s specializing in their. particular yield and properly licensed by law in the State of California to provide consulting- services. The sheets of the construction plans pre- pared by the Consultants shall bear the signature and the registration number if legally required of the appropriate consultant. It is understood that all fees for consulting services are included in the fees paid to the Architect as specified in Article 3 of this Agreement. The County shall arrange and pay for a preliminary soils report, a site survey, and any other special consultation or service authorized by the County. Inspection and testing during construction :rill also be provided by the County. The County shall direct and coordinate said consultants and services provided by the County with technical assistance provided by the Project Architect. The Project Architect shall assist the County in obtaining approval of plans and specifications by all reviewing agencies and shall assist in the preparation of any required forms or application to participating agencies. ^ During the Contractor's guarantee period the County will notify the Project T.� Architect in writing of apparent deficiencies in materials or workmanship and the A Project :rchitect shall provide technical consultation within his capacity to correct the deficiencies. The Project architect shall consult :.ith and assist the County as its agent in the bridding, contract ne-otiations, and general administration of the construction contract unless other::ise directed in suiting-. It is agreed that the Supervising- Architect e:rployed by the County shall super- vise the Project '.rchitect and other professional consultants in all cork accomplished under this agreement. -2- 77 r Frtzcle 2: It is wally understood and agreed de tine is of the essence, and therefore the services to be pe;:fore ed sl!, be provid_ct by the Architect as fol lot.:- a. Preliminary drat:inrs includin- cost estimates within90 calendar days after receivin;; written notice to proceed, b. Vlorkin- drag n;;s and specifications includin- cost estimates within an additional `120 malead ar days after havins been informed that pre- liminary drat•:inas have been approved and the Eoard of Supervisors, has authorized the work. ;j e. It is further a-reed that the Project Architect will complete the necessary draw a.-s and present theca to the County for approval within the period Specified is this Agreement provided he is notified by the County in writing to proceed, and has been presented Tith the approved project scope and written pro-ram. Tire tine during c':hich said Project Architect is delayed in his worn j by acts or r-gleet of the County, or its Supervising Architect, or its employees or agents, other approving agencies, or by the acts of Cod which said Project Architect c�•u,ld not reasonably have foreseen and provided for, and which are not T. caused by or the continuance of which is not due to any fault or negligence on i• the part of said Project Architect, shall to added to the time provided in this Agreement, and neither party shall be liable for nay damage on account of any such delay. Upon final approval of the above-mentioned working drawings and specifications, the _ Project Architect shall furnish the County 35 complete sets of plans and 35 complete sets of specifications. , The County reserves the right to request additional - copies of plans and specifications at County expense. i{F• �: _ -3- - 'HOLM az c _. - • J xnm, ArLicic 3: a:1e CCO } :ill p.-'.} thc! Project ',rchitfor full perforctance of -:A architectural services as specifies? itereia a total fee of seven and three-eighths_- . percent . .. . . . . . . . . . . . . . . 7-3/8% based Lr;ozi the prelim.Liary e-,Lir.Vte of $1860600.00. Such estimate and adjust- Meat for CalCUIatiO:1 to total aCIOUnts Clue shall be modified to conform to actual constrUC- q 3 tion costs and based oil one co;istructioa co..tract, together with the sum of all subsequcat additions for which the Project Architect provides services by virtue of supplementary change orders or supplementary contract agreements approves; by the County. The County will pay the Project Architect for full performance of architectural services as outlined herein. It is a-,reed that payments to the Project Architect shall be ague as follo: s: First Pa_} sent: L'hen the preliminary drawin.'s and preliminary estic.ates have been completed and approved by the Board of Supervisors, a progress payieat sufficient v to make the total ar.:ounts paid to said Project Architect the fee of twenty-fire S percent the total fee as computed from the accepted preliminary estimate. Second Pa Fent: r:hen the working drawinjs have been developed to the e�tent of approximately fifty percent (50%) of completion, a progress payment sufficient to } make the total amountsJ aid to said Project Architect of the fee' to forty-five P- Y- percent (45%)of the basic rate computed upon the accepted preliminary estimate. i t Third f,� _:.ient: U:hen the contract corking drawings and specifications have been 1 finally approved by the County, a further progress payment sufficient to m:l:e the total amounts paid to said Project Architect of the fee of sixty-five percent (65`/.) of the basic rate r:�ted upon the Project Architect's final estimate of the cost of the work so planned. Fourth Payment: Upon the receipt of bids within 101". of the architect's final estimate or upon the County executin- a contract for construction of the pr�.j_ct, a further progress pa}--_nt sufficia.tt to make tT:a total amounts paid to the project architect equal to- eighty pence-it- (307` .P the stipulated fee based upon . t the construction contract amount. Fifth Pa 2cnt: Upon co©pletion of and payccent by the 06-ner fo= at least %T:a:!:y- -4- ' M r five- perci:It (?�/-) oche h•;orl: required by the contra for construction of Said Prciject tnni 1S 'baf ed upon the Project Architect's erawin-s and si1ecific�ttioa_, a SUMsui£icic[lt to nalI;e the total ariour[ts paid to said Project Architect on the fee to eii;lhty-five percent (35%) of the fee stipulated above. S1Y,tI1 Pa _:' :!t: Upou cot:r1letioa of a[ d- pay[.aeat by the owner for at least fifty percent (5,07.) oil tele t:orl': required by the contract for construction of i said Project that is base; u=o:h the Project 4rchitect's c:orkin3 drawings and specifications, a sura su£ficieat to nz<al:e the total amounts paid to said Project Architect on the fee to ninety peLceat (90%) of the fee stipulated above. Seventh Pay.�I( at: Upon con— letion of and payment by the 0-,raer for at least seventy-five percent (75%) of the work required by the contract for construction - of said Project that is based upon the Project Architect's wori;ing drawings and i speClfl.CcZCiOhs, a SUG1 St1�flCie:lt to make the total amounts paid to said Project Architect on the fee to ninety-five percent (95%) of the fee stipulated above. Eighth Pzi.>Yrtat: Thirty-five (35) days after recording of Notice of Completion and upon the receipt of "_4s-built" drawings ami specifications, a sum sufficient I - ' to ct:-:e the total amounts paid to said Project Architect on the fee to one hundred percent (100%) of the fee stipulated above. , If the County, after finally approving the worLng drawings and specifications, and after receiving the required copies thereof and the required detailed drawings and blueprints, does not order the commencement of the publication of a Notice to Bidders s - ! within forty-five (45) days, there si*-11 be due and payable to the Project Architect t - a svm sufficient to increase tae total amount paid to said Architect on the fee to r eighty percent (807.) of the total fee, as payment in full based upon the latest County approved estimate of cost. [ If, after, receivinz bids, the same are all rejected by the County, and the ?- oj--ct ;- Architect is not requested by the County to Bake changes reducing costs, as set forth In Article 4 there shall be due and payable to C^_ I -pject Architect a sum sufficient to increasc the total amounts paid to said Project Architect oa the fee to eighty percent (80%) of the total fee, as payment in full Farad upon the latest County approved estimate of cost.ig .S i� 1:1 WON! 41� shC�llld :Ole. Oi 1� tt1C (�r:?::iil�:i ani S�3CC1 1-C4t be indefinitely dCli}'CCI, d or entirely stepped, thi-ou;;h cies_, over which the Project architect has no control, _ -- prior to the tir:e of ti:c final approval by tlic Couaty, thca an ariouat commicasurate for --A W the Project Architect's work avid tier shall be agreed upon by the Project Architect and the County, based oil the payci^_ut schedule hereinafter set forth ill Article 6 of this agreer,:cnt. Should acy portion of the said Project for which working drawings and specificat?oas have bees prepared be ordered omitted by the County, the Project Arch-- _ tect shall receive as his fee for the pla:iniac' of the omitted portion, an amount COMPuted on the payfiteat schedule set forth in Article 6 of this Agrees:ent and based upon the last Cou._ty-approved estimate of the cost thereof. Article :: It is un-jerstood that if economic conditions beyond the control of both the County and the Project Architect should chane the preliminary estimates of cost of tlic Project for which work:ing drawings have been previously authorized and prepared, or ii the County desires substantially to Chan-e the program or the extent. of the above-m-entioned Project, then the County my, at its option, revise or chaiilc the preliminary budget as set fortis herein. The Project Architect shall furnish the County revised estintate of the cost of ; the construction contract at the time that the working drawin.-s are presented to the Couaty for approval and in the form satisfactory to the County. Should the Project Architect find after the completion of the working drawings tha[ the Project will � exceed the cost of previous estimates submitted by him to the Couaty: he shall im-nediately notify the County and await further instructions. If the County accepts the final esti- mates of cost and so instructs the Project Architect in writing, they shall then be regarded as mutually acceptable to both the Project Architect and the County. If bids for the construction of the proposed Project are obtained within 40 days from date of the approval of the plans and specifications, and if the lowest an: best bid received shall exceed the final Estim`^tes of co-ts by more than 10% the Project Architect shall revise the drawings and sp:��:i`_:atio�is, if requested to do so by the Couaty, in order that the cost of construction will be within the Project Architect's final est-mate of cost. hub"'- aFy1 Tile re-dra�lin-s of sc phot: and sOccificatio ns s'I be Witleout e�.pensc to the Cou,ity. If tate lo: est ane, b4:t �id recci_ved is t:iLlUl 10l o, the Project ArChiLect's final estimate of cost, but the County desire, to revise the plans and specifications, the actual and re::onable cost of these revisio s of the plans and Specifications shall be bornc*by the County. Article 5: The Project Architect shall furaish to the County at the completion of all wo=i� the original tracin s of the construction. plaits complete and corrected so as to conform to actual construction and tuo complete sets of the spectficat-ions, and other brochures aad literature relative to equipncnt appurtenant to the buildings. The documents prepared under the conditions of this see tent shall become the exclusive property of the County at the time of their completiou and may be used, reproduced or revisee.. by the COuaty llithout further obli-ation to the Architect. Vhere substantial revisions and tracings are required in order to correct the oriv,inal workin, dra:-=ings and where chan-es differ from those approved by the County and said charges are beyond the control of the Project Architect, having reference to t:h..ra addztio,.s are e�de to an existinga building or project, and the County requests the Project Architect to combine the plans of a neva unit with the original plans into a single set of working drx.:ings, as a convenience to the , maintenance staff, the County shall pay the Project Architect the reasonable and Y actual cost of preparing the tracings for correction. h Article 6: This agreement may be terminated imciediately by either 'party upon written notice to the o*�:c party. In ascertaining the services actually rendered e - t- hereuzder up to tae date of termination of this agreement, consideration shall be E given to both cotaplete vork anZ cork in process of completion. For the purpose of 'F determining the ratio, the services actually rendered bear to total services necessary r t for the full performance of this agr:-event the divisinas of the work as defines. F- herein shall have the following values: y ItsWE (1) Sit.e lit i.] flans includin- Schcr.otic Dr 3 . . . . . . (2) Prelilainary flan:, Specifications, and Preliminary Estimate . . . . . 15% a . .� (3) t\Ork-ln;; Dra:rin"s, SpeC111C<L10aS and F:_v1SGd LStlri!ate 5J, • Preparatiou of BsLd forms and Contract Documcnts (4) General A&Iinistration of Construction Contract . . . . . . . . . . . 20% Prior to payment o,`: the aR:ount required to be paid under this article, the Project Architect shall deliver all original tracinCls, specifications, esticrsttes, and other contract docuMel!ts, prepared under this agreemeat, to the County. These documants shall become the exclusive property of the County and may be used, reproduced, or revised by the County without further obliga.ti.on to the Project Architect. The Project Architect shall have no responsibility in any further use of partially completed, plans under, this agreantcat. Article 7: The Project Architect shall be reOularly licensed by law to practice architecture in the State of California. Every employer of labor performing or providing the services to be performed or provided under this Agreement shall carry and pay for such workmen's compensation insurance as is necessary to fully indesrlify himself and to protect his employees under the Tr;orkmen's Compensation Insurance and Safety Act of the State of California and to relieve the County from all responsibility thereunder in connection with the perforuance of the Agreement; and, upon the execution of the A-recrtent, shall file with the Public Works Department for approval as to adequacy, a certificate.or certificates that such ;nsirance is in effect. The Project Architect shall provide a certificate of Lasurance for errors and omissions or malpractice satisfactory to the County in an amount not less than $100,000 which shall be sent to the County within ten days after the order to proceed is given. A policy containin- a deducible clause of not more than $3,000 is permissible. OMEN IVY 3 "� -- - A In additioa to the above, the Project Architect shall obtain Public Liability and Property DanzaEe Insurance in an amount not less than two hundred fifty thousand " dollars ($250,000) for a.Il damaTres arising out of bodily injuries or death to any y person and a total limit of not less than five hundred thousand dollars ($500,000) for all daat,-iges arising out of bodily injuries to or death of two or more persons in one accident or occurrence and property damage liability insurance providing for a limit of not less tIu'.n fifty thousand dollars ($50,000) . 'Article S: It is further understood and agreed that the right is reserved by the County to remove the Project Architect at any timme or to revoke the cos.:iission awarded and annul this contract, but in such event, the Project Architect shall receive equitable coupeacation for the work properly performed by him up to the time of such removal %Aiich compensation shall be fixed in accordance with Article 6 of this agree-meat. In case of such cancellation, the Project Architect shall return to the County all information relative to the design furnished by .the County and shall furnish i original drawin-s and sketches of such v-ory as he has developed prior to the time of cancellation. The County shall pay to the Project Architect the proportion of the i fees due him in accordance with the payment schedule set forth in Article 6 in case of i cancellation. Article 9: The Project Architect shall not assign, sublet or transfer his interest or any part thereof in the aoreement or any moneys due or to become due here- under without the written consent of the 'County. Article 10: It s v - derstood and agreed that the Board of Supervisors may order additional work to be performed under the provisions of this agreement. Only such extra work as is ordered in writing by the County will. be subject to payment by the County to the Project Architect. The method and amount of payment shall to as agreed upon at the time such extra woi.k i.s ordered. Article 11: The attached information and supplemental information on partitioning to be developed by the County shall be the program for this project. t t . -10- ■ PROGRAPi FOR EASEMENT OFFICE SPACES 'IN THE RICriMOINID HEALTH BUILDING 1. The area to be developed shall be those areas shown on Sheet 3 of the plans prepared by ?ohnson and Cometta for the Richmond Health Center and Medical Clinic and designated as "Future Cafeteria" "Future Future Offices.n 2. The floors shall be raised to the elevation of Corridor B-110 and shall be an electrical cellular floor with versatility for location of electrical and telephone outlets. 3. The areas shall be provided with heating, ventilation, and cooling similar to the first and second floors with adequate zone control for subdivision of spaces. 4. A system of semi-permanent corridors shall be designed between the various exits to provide circulation and area subdivision. 5. A supplemental program and/or graphics based on the plan developed in No. 4 above will be provided by the County in order to further subdivide the areas into clerical spaces, private offices, conference rooms, etc. 6. Toilet rooms similar to those on the first and second floor shall be located between columns lines 5 and 6 and E and G. 7. Provide for present and futi:re plumbing so that area could be converted to a t cafeteria in the future. -11- ' r 3 i y It' V:ITHESS 14,11i:::EO'r, the Cou:..y has caused this Agrecmcat to be signed by the CRairma n of ices Loard of Supervi;urs, thereu:ito duly authorized and the Project Architect bas s ioned this A-recm nt the day anO year first above written. -CONTRA COSTA COUe1TY Cnairn.an, Board of Supervisors ATTEST: V. T. Paasch, Clerk PROJECT ARCHITECT t By ' ' _ Deputy Clerk By t { RECO:rE NDED FO?, APPROVAL TO THE 4 BOARD OF SUPERVISO;S { CONTRA COST:; COMMITY y' Approved as to Worn by: JOHN A. NEJEDLY ' District Attorney i Contra Costa County Coua Administrator 1 By D y YubI-i Slorks Director --� j In the Board of Supervisors of Contra Costa County, State of California October 31 196 In the Matter of Appointing Project Architect for Services to Finish a Portion of Basement Area, Richmond Health Center and Medical Clinic, Richmond - Work Order 5381. On the recommendation of the County Architectural Selection Committee, and on motion of Supervisor A. M. Dias, seconded by Supervisor J. P. Kennyq IT IS BY THE BOAffi) ORDERED that the firm of Cometta and Sootaru is APPOINTED to provide architectural servicer, to finish a portion of the basement area of the Richmond Health Center and Medical Clinic for use as office space* IT IS BY THE BOARD FURTHER ORDERED that the Public Works Director is AUTHORIZED to negotiate an agreement for said services. The foregoing order was passed by the following vote of the Board: AYES: Supervisors James P. Kenny, Alfred M. Dias, James E. Moriarty, Thomas John Coll, Edmund A. Linseheid. NOES: None, ABSENT: None. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Vorks (6) Witness my hand and the Seal of the Board of Supervisors Superintendent of affixed this 31 int _day of Ontobsr , 196_-2- Buildings 962Buildings W. L PAASCH Clerk Auditor ' Administrator By z _ �� �"( 2&/-e--k—Deputy Clerk Mildred 0. Ballard s3INi