HomeMy WebLinkAboutBlack Diamond Construction; 1990-01-04; 3302THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AN
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES Howell, Murria E# Frick EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL0 nsurance Agency
0 Stevens Ave., #115 COMPANIES AFFORDING COVERAGE
Solana Beach CA 920'15
COMPANY LETTER A i CODE SUB-CODE Travelers Insurance Company
1 COMPANY ' INSURED
5 alack Diamond Construction LETTER c
1 1046 Commerce Sts, Ste. H LETTER D
LETTER B
COMPANY
e r ogre s s i ve (la s u.a 1 t y
i: Vincent. Hill &. Heather Hobb
COMPANY
San Marcos CA 92069
I
E
J
1
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ALL LIMITS IN THOU! POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER 1 co
#-TR
r GENERAL LIABILITY GENERAL AGGREGATE
t COMMERCIAL GENERAL LIABILITY 68 09 15 F3 589TIL89 as above
1 1 / 16 /a 9 1 1 / 16/9 0 PRoDUCTS~CoMP~oPS AGGREGA'
PERSONAL & ADVERTISING INJUR
EACHOCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one persc
SINGLE $
x OCCUR CLAIMS MADE I
OWNER'S & CONTRACTOR'S PROT
i Y i AUTOMOBILE LIABILITY COMBINED 9 ANYAUTO LIMIT
i, INJURY 5 ' 23 x SCHEDULEDAUTOS
1 NON-OWNED AUTOS (Per accident)
ALL OWNED AUTOS BODILY
11/16/89 11/16/90 (Perperson) 25
50
1C
BODILY INJURY $
CA 0 3 7 9 0 8 7 0 2 HIRED AUTOS
t
I
GARAGE LIABILITY PROPERTY $
DAMAGE
EACH OCCURRENCE
$ 5
1 EXCESS LIABILITY ,
1 OTHER THAN UMBRELLA FORM ! STATUTORY WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
$ (EACH
(DISEA $
5 (DISEA
t OTHER
I s
1 DESCRIPTION OF OPERATlONS/LOCATlONS/VEHlCLES/RESTRlCTlONS/SPECIAL ITEMS Re: Modular Wood Fire Stati
Fire Station #6, Contract 413302, the below named certificate holder i
, as additional insured. Coverage under this policy shall be pri.mary a
LlClES BE CANCELL
MAIL -& DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDE
'Carlshad, CA 92008-1989
i
STATE
CO M P E N SAT I 0 N P.O. BOX 807, SAN FRANCISCO, CA 94101-0807
INSURANCE * FUN D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
0793128 - 8! DECEMBER 18, 1989 POLICY NUMBER:
CERTIFICATE EXPIRES: 2-9-9 o
r
CITY OF CARLSBAD
ATTN: BUILDING INSPECTION
2075 LAS PALMAS DRIVE CARLSBAD JOB: ALL OPERATIONS
CA , 92 009-4 859
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californi
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except uponxm days' advance written notice to the employer.
We will also give you w days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by th
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wit
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policie
described herein is subject to all the terms, exclusions and conditions of such policies.
30 -
30
a &LE?
ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE
12/18/89 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
NAME OF ADDITIONAL INSURED: CITY OF CARLSBAD
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE
12/18/89 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
-
E MP LOY E R
r e BLACK DIAMOND CONSTRUCTION
1046 COMMERCE ST. #H
SAN MARCOS
CA 92069 NR
L
SCIF 10262 (REV. 10-86)
D
1
I ATTENTION BIDDERS
I
1
I
I
b
I
I
1
1
I
I
CARLSBAD FIRE STATION NO. 6
t
I THIS PACKAGE CONTAINS INFORMATION
FOR TWO SEPARATE BIDS AS OUTLINED
IN THE SUMMARY OF WORK, THE BIDDER
MAY SUBMIT BIDS FOR ONE OR BOTH
CONTRACTS. PLEASE READ THE BID
PROPOSAL FORM CAREFULLY AND USE THE
FORM WHICH PERTAINS "0 THE
APPROPRIATE BID,
9
i
I
1
1
!
4
I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 12
I
1
b
I PERFORMANCE BOND 23
1
TABLE OF CONTENTS
PAGE
1
4
4A
t ITEM
NOTICE INVITING BIDS
PROPOSAL FORM (PRE-ENGINEERED STEEL APPARATUS BUILDING AND SITE WORK)
PROPOSAL FORM (PRE-ENGINEERED MODULAR WOOD FIRE STATION BUILDING)
DES1 GNAT ION OF SUBCONTRACTORS 10
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 13
NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 14
CONTRACT 15
RESPONSIBILITY 20
AND CONTROL ACT OF 1986 20
CONTRACTOR' s CERTI FIcATIoN OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM 20
LABOR AND MATERIALS BOND 21
1
CONTRACTOR'S CmTI FIcATIoN OF AWARENESS OF WORKERS' COMPENSATION
CONTRACTOR' s CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 25
RELEASE FORM 28 1 SPECIAL PROVISIONS
[ SPECIAL PROVISIONS
SUPPLEMENTAL GENERAL PROVISIONS 29
SECTION 2 & 3, CONSTRUCTION MATERIALS & METHODS 45
1
E i
I
CARLSBAD FIRE STATION NO. 6
1
1
I
I
I
1
I
1
I
1
I
8
SPECIFICATIONS - TABLE OF CONTENTS
CITY OF CARLSBAD BID DOCUMENTS
t
DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 - Summary of Work Section 01039 - Coordination and Meetings Section 01300 - Submittals Section 01400 - Quality Control
Section 01 500 - Construction Faci 1 i ties & Temporary Controls Sectjon 01600 - Material and Equipment Section 01700 - Contract Closeout
DIVISION 2 - SITE WORK
Section 02100 - Site Prepration
Section 02200 - Earthwork Section 02223 - Backfilling
Section 02225 - Trenching
Section 02441 - Landscape Irrigation System (on drawings Sheet L-2)
Section 02480 - Landscape Planting (on drawings - Sheet L-5) Section 02513 - Asphaltic Concrete Paving
Section 02584 - Pavement Marking b
DIVISION 3 - CONCRETE
Section 03001 - Concrete Section 03346 - Concrete Floor Finishing
I DIVISION 4 - MASONRY
(Not Used)
DIVISION 5 - METALS 3 Section 05500 - Metal Fabrications
DIVISION 6 - WOOD AND PLASTICS
Section 06001 - Carpentry Work
CARLSBAD FIRE STATION NO. 6 TABLE OF CONTENTS
Page - 1
i
I
d
1 DIVISION 7 - THERMAL AND MOISTURE PROTECTION
(Not Used)
DIVISION 8 - DOORS AND WINDOWS
Section 08230 - Telescoping Doors Section 08360 - Sectional Overhead Doors
t
I
DIVISION 9 - FINISHES
Section 09900 - Painting
1
I
1
I
DIVISION 10 - SPECIALTIES
Section 10350 - Flagpoles Section 10400 - Identifying Devices Section 10522 - Fire Extinguishers and Cabinets
DIVISION 11 - EQUIPMENT I (Not Used)
DIVISION 12 - FURNISHINGS
(Not Used) C
DIVISION 13 - SPECIAL CONSTRUCTION I
I
I
Section 13120 - Pre-engineered Modular Mood Buildings Section 13121 - Pre-engineered Steel Buildings
I DIVISION 14 - CONVEYING SYSTEMS
(Not Used)
DIVISION 15 - MECHANICAL I Section 15400 - Plumbing (site)
I DIVISION 16 - ELECTRICAL
Section 16000 - Electrical
END OF SPECIFICATIONS TABLE OF CONTENTS
CARLSBAD FIRE STATION NO. 6 TABLE OF CONTENTS Page - 2
i
4
4 I
1
I
I
I
i
t
I
b
I
I
I
I
I
CITY OF CARLSBAD, CALIFORNIA t NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:OO P.M. on the 20th day of September, 1989, at which time they will be opened and read for performing the work as follows:
FIRE STATION NO. 6 CONTRACT NO. 3302
The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the Citi of Carlsbad on file with the Municipal Projects Department. Thc specifications for the work shall consist of the latest edition oi the Standard Specifications of Public Works Construction, hereinafter designated as SSPWC, as issued by the Southern Chapters of the American Public Works Association. Reference is hereby mad€ to the specifications for full particulars and description of thc work.
The City of Carlsbad encourages the participation of minority anc women-owned businesses.
No bid will be received unless it is made on a proposal forr furnished by the Purchasing Department. Each bid must bc
accompanied by security in a form and amount required by law. Thc bidder I s security of the second and third next lowest responsivc
bidders may be withheld until the Contract has been fully executed,
The security submitted by all other unsuccessful bidders shall bt
returned to them, or deemed void, within ten (10) days after tht
Contract is awarded. Pursuant to the provisions of law (Public
Contract Code Section 22300), appropriate securities may bc
substituted for any obligation required by this notice or for an!
monies withheld by the City to ensure performance under this
Contract. If Contractor elects to use an escrow agent, Sectioi
10263 of the Public Contract Code requires monies or securities bt
deposited with State Treasurer or a state or federally charterec bank in California.
The documents which must be completed, properly executed, an( I notarized are:
1. Proposal (s)
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience i
I
I
I 2 t
I
I
I
I
1
b
I
4
I
I
I
All bids will be compared on the basis of the Engineer's Estimate.
The estimated quantities are approximate and Serve solely as a
basis for the comparison of bids. The Engineer's Estimate is
No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The
Contractor shall state his or her license number and classification in the proposal. The following classification is acceptable for this contract: "B" license in accordance with the
provisions of State law. The Contractor shall state his or her
license number and classification in the proposal.
If the Contractor intends to utilize the escrow agreement included
in the contract-documents in lieu of the usual 10% retention from
each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted
at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Elm Avenue Carlsbad, California, for a non-refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections
1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract.
The Contractor shall be responsible to insure complia'nce with provisions of Section 1777.5 of the California Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to the Contract for work.
A prebid meeting and tour of the project site will not be held.
Bidders are advised to verify the issuance of all addenda and
receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid.
$200,000.
I
.
1
k
I I
1
I 3 t Bonds to secure faithful performance of the work and payment of
laborers and materials suppliers each in an amount equal to one
hundred percent (100%) and fifty percent (50%), respectively, of
the Contract price will be required for work on this project.
The Contractor shall be required to maintain insurance as specified in the contract. Any additional cost of said insurance shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 89-304, adopted on the 22nd day of August, 1989.
8
I
I
1
1
I
1
t
1
1
I
23 /989 1 Dat$ Aletha L. Rau
Qualifications of the Bidders:
1. The prime contractor shall have installed at least two similar modular office buildings in the past two years in the State of California.
2. The prime contractor shall perform with his own organization contract work amounting to not less than 50 percent of the original total contract price,
b
;.
i
4
CITY OF CARLSBAD CONTRACT NO. 3302 FIRE STATION NO. 6 I) Carlsbad, California
PROPOSAL FOR PRE-ENGINEERED STEEL APPARATUS BUILDING AND SITE WORK
City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to complete all work indicated, excluding Pre-engineered Modular Wood Fire Station Building, City Contract No. 3302 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions, each
item complete, to wit:
BASE BID: All labor, materials, services, grading and earthwork, and equipment necessary for completion of the work indicated in the construction drawings including, but not limited to, the plans, specifications, and contract
documents, in conformance with the specifications.
Note that inasmuch as the Pre-engineered Steel Apparatus Building is manufactured" from components, this bid must include, for this product, contract documents, specifications, and calculations necessary for building
and that he/she will take in full payment and unit prices for
I1
'permit approval by the governing building and fire safety agencies.
Total amount of bid in words: TWO DHUNDRED ,TWENTY FIVE THOUSAND FIVE HUNDRED AND EIGHTY Slx DOLLAKS
Total amount of bid in numbers: $ 225,586.00
Addendum (a) No(s). 0 has/have been received and
is/are included in this proposal.
As a condition of the Bid Proposal, the undersigned shall provide quantities and
units, unit prices, and cost extensions for the following items included within the Base Bid.
ALTERNATE BID: All 1 abor, materials, services, and equipment necessary for completion of all the work indicated in the construction drawings including, but not limited to the plans, specifications, and contract documents, in conformance with the specifications. For the installation of Telescoping Doors in lieu of Sectional Overhead Doors. Reference Specification Section 08230 for information on Telescoping Doors.
Total amount of alternate bid in words: Fn(JR mn. TWO H[IW A CFVFNTY SIX DO1 I ARS - Total amount of alternate bid in numbers: $ /!,27< __ __ - - . . - __ - - - ,(Add) (Deduct): n
/ J 3'
A&!,/ ic x lj I+ I py ;;3" ;"I" 1.
I< "1
4A
CITY OF CARLSBAD CONTRACT NO. 3302 FIRE STATION NO. 6
Carl sbad, Cal i fornia a
PROPOSAL FOR PRE-ENGINEERED MODULAR WOOD FIRE STATION BUILDING
City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to provide and install Modular Wood Fire Station Building, City Contract No. 3302, in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions, and that he/she will take in full payment for the completion of this portion of the work.
BASE BID: All labor, materials, services, and equipment necessary for completion of the work indicated in the construction drawings including, but not limited to, the plans, specifications, and contract documents, in conformance
with the specifications.
Note that inasmuch as the Pre-engineered Modular Fire Station Building is manufactured" from components, this bid must include, for this product, contract documents, specifications, and calculations necessary for building permit approval by the governing building and fire safety agencies.
Total amount of bid in words:
Total amount of bid in numbers: $ 101,000
Addendum (a) No(s). NONE has/have been received and is/are included in this proposal,
11
ONE HUNDRED AND ONE THOUSAND DOLLARS 0
i' &br +Y "PPI
J/
h f y/? :/"d
rP./(;tlTJ ( P 6
fd/ :r/ \ @ 8,: \r
5
Item Description with Approximate
Item Unit Price or Lump Sum Quantity Unit
No. Price Written in Words and Unit Price Total
0
$
1. Mobilization: Up to but not to exceed $5,000 Lump Sum L.S. $>hoc3
2. Clear and Grub Lump Sum L.S. JdU
3. Unclassified Excavation and Stockpile 300 cu. yds. Cut
330 cu. yds. Fill (NOTE: Quantities exclude shrinkage and subsidence] /” dJ 2pfir,
4. Unsuitable Removal and
P , 9 .. -. Disposal (Earth & Rock) (Building[s] excavation) Lump Sum L.S. t/-Wcd
5. Import 30 cu. yds. c “,r 6-w;
c ‘A fq&;
6. Place and Recompact
unclassified fill and import 330 cu. yds
7. Driveway Apron 7 1/2” 460 sq. ft. >- /: /.-$e+-?
0
8. Asphalt Paving 110 tons -50 /u &L;ck*@
9. Class I1 base 160 tons fl&qj CP2.G~
10. Concrete Paving at
11. Curbs and Gutters 52 lin. ft. //,C ‘‘KbE - 12. Curbs 373 lin. ft. 1
- 13. Trees (1 Gallon) 4 5.3c; 31.nn
10 52.00 520.00 14. Trees (15 Gallon)
15. Shrubs (5 Gallon) 55 15.50 852.50
16. Shrubs (1 Gallon) 92 5.25 483.00
Entry Court 4” thick 1415 sq. ft. ,s7 TJ 2 83.0
,/
t
6
Item Description with Approximate
Item Unit Price or Lump Sum Quantity Unit
No. Price Written in Words and Unit Price
0
Total
17. Vines (5 Gallon) 14 l.L!ia.~
18. Ground Cover 6742 sq. ft. 3’;rf 1,Uia
1 1,121.00 Complete Lump Sum L.S.
195.00 30 days Lump Sum L.S.
90 days Lump Sum L.S. 585.00
19. Irrigation System/
20. Plant Establishment/
21. Plant Maintenance/
0
e
7
All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the unit
price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of the part of the Undersigned in making up this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bids shall become the property of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No.573323 .
The Undersigned bidder hereby represents as follows:
0
Classification(s) B. .
1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or
' employees has inducted him/her to enter into this Contract, excepting only those contained in this form of
Contract and the papers made a part hereof by its terms;
and
2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is BOND FOR 10%
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured @ against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract.
(Cash, Certified Check, Bond or Cashier's Check)
8
The Undersigned is aware of the provisions of the State of
California Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its
provisions.
@
(619) 744-787 1
CFPTFMRFR 7flth,1989
BLACK DIAMOND CONSTRUCTION
Phone Number
Date Authorized Signature
Date Authorized Signature
1046 COMMERCE ST #H SAN MARCOS CA 92069 PARTNFRSHIP
Bidder's Address Type of Organization (Individual, Corporation, or Partnership)
List below names of President, Secretary, Treasurer, and Manager,
if a corporation; and names of all partners, if a partnership:
VINCENT HILL
0
L
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE
ATTACHED)
(CORPORATE SEAL)
a
PARTNERSnrp ACKNOWLEDCMEN~
On this the 27th day of 1 December
Norma T. Beversluis
tne undersigned Notary Public, PUrSanPlly 8Dpeared
County of S_ana
Heather Robb
C porsonaily known to me
E proved to me on the basls of satisfactory evidence
to be the person(8) who exscuted the wlthln Instrumen!
partnamhip, and acknowledced to ma that the oartnerst;
WITNESS my hand ana 0fflc:dl seal. *cdw r-
Norq's Signature
--
'ARTNEBSHIP ACKNCWLEDCMENT
State oi California On this the 27th day of Deb 1 si3
A. "Juntyol sari Diego Norma T. Beversluis
the uncersrgncd Notary Public, personnlly 8p~e~r6a
3 ii
Heather Robbas Attorney-in-Fact for
Alfred Vincent Hill
C personally known to me 5 prcvod to me on the basla of 3atisfac:ory evtaence
to ce the permn(8) wno axscured the wlthln Instrumen? on
panncrsntD, and acxnowieageu to me that the ~annersnip
WITNESS my hanu 8x1 aflic:al seat. ?& ?Ad Nornry s Signature
x -52- *-
122 NAriaNAL va-inv ASSGC*AT,CU i.y7 VWL7 ep> - 8 ap szr .a?= .
t
P. 02 SEP 19 '89 13:53
9
PROPOSAL BXbDERWS BONI) TO ACCOMFm
KNOW AIL PERSONS BY mESE PFSSENTS:
That we, ' BLACK DWW, A California General Partnership t a= Principal, and PLANET INSURANCE C@'E!UL , as Surety are
held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of tbe bid
amount) TEN PER CENT (10%) OF m TWAL AMOW BID IN---- ....................
___________________________c_________3__------_----- __ - __ N0/109 IX3TL
for which payment will and truly made, we bind ourselves, our heirs, executors and administrators, succe~sors or assigns, jointly and severally, fixmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden principal for?
FIRE STATION NO. 6
in the City ol Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and
execute a Contract including required bonds and insurance policies within ten (10) days Prom the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City-
In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHE3R;EOF, we hereunto set our hands and seals this 19th day of SeDtembr , 1989.
Corporate Seal (if Corporation) .
7-
CONTRACT NO. 3302
0
.
.
%
d
Alfred Vincent: Hill, Partner
act
(NQTARXLAL ACKNOULEDGEXENT OB (ATTAcx X@KNOmED)GEMEm op EmCuTIOM BY ALL PRrxcIpALg
AND BURETY MUST BE ATTACHED,) - ATTORNEY IN FACT]
State of Cal fornla 1 ss
Countyof LOS hgeles
1989
, befoie me Notary 01 September , in the year
I Personally known to me (or prove<
On the bas's Of satisfactory evidence) to be the Person whose name 1s subscribed to this ,nstrument as the Attorney
dged to me that PLANET INSURANCE COMPANY execu
Or; this 19 th
Personally appeared Ren&edaZ? fFagixin
0
1 BDP-1818 ED 6/83 (CALIF.)
'/ Ilk
HEAD OFFICE, MADISON, WlSCONSlN Ir
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That the PLANET INSURANCE COMPANY. a corporation duly organized under the IE
of Wlsumsin. does hereby make, constitute and appoint
RENEE C. PAGHIN of NORTH HBLLYWOQD, CALIFORNIA
0
its me and lawful Attorney-in-Fact to make. executa seal and delivec Aw and on its behalf, and as its act and deed
ANY IWD ALL BONDS AND UNDERTAKINGS OF SURETYSHIP
and to bind the PUNET INSUWCE COMPANY thereby as fully and to the sama extent as if such bonds and unde-kings an<
obligatory in the nature Weof were signed by an Executive Offlcer of the BLANEY INSURANCE COMPANY and sealed and attested
such officers. and hereby ratifies and confirms all that its said Attomey(s)-in-fact my do in pursuance hereof.
This Power of Anomey is granted under and by authority of Article VI1 of the By-Laws of PLANET INSURANCE COMPANY
&&v% Sep%mber 21.1981. which provisions am now in full force and &e reading as foIlovvs
ARTICLE VI1 - WECUTON OF BONDS AND UNOERTAWNGS
1. Phe 8oard of Directors. the President the Chairman of the Board. any Senior Vice President any Vice President or Assistan
or other officer designated by the Ward ob Directors shall have power and authority to (a) appoint Attorneys-in-Fact and to authorize # on behalf of the Company. bonds and undertakings recognizances, contracts of indemnity and ozhe~ writings obligatory in eke nab
@) to remove any such AttoJntry-in-Fecl at any time and rsvoke the power and authority given to him.
2 Attorneys-in-Fact shall have pow% and arrthortty. subject to the terns and limitations of the power of aftomey issued to them.
deliver on behaif of the Company. bonds and undemkings, recognizances. wntraca of indemnity and mar writings obligatory in the
The corporate seal is not necessary for the vaiidity of any bonds and undei?;akings. reccgnizancc4s. con%& of indemnity and other wri in the nature thereof.
3. Attorneys-in-Fact shall Me p%w and authority to execute affidavits required to be at?ached to bonds, recognizances. contra1
or other conditional or obfiqztory unda-kings and Wey shall also have power and auMonty to ceFpify the financial spament of the C
copka of me By-Laws of he Company or any article or section thereof.
This power of attorney is signed and Sealed by facsimile under and by authority of the following Resolution adopted by the Board
PLANET INSURANCE COMPWsW at B meeting hdd on the 29th day of March. 1982, at which 2 quorum was present and said Resoiutic
amended or repeal&.
"Resolved, that the signatures of such directors and officers and the seal of the Company may &XI affixed to any such power of or any certificate relating thereto by facsimile, and any such power of attorney or ceiMcalg bearing such facsimi!e signatures or
seal shall be valid and binding upon ?he Company and any such power so executed and certified by facsimile sigmatures and fad
MI be valid and binding upon the Company in We future with respect to any bond or undertaking to which it is attached."
Ilv VWTPkLS WHEREQF, the PUMF3 lNSURsrNCE COMPANY has caused he presents to be signed by its Vice President and its c
March '9 89 be hemto aft?x&. ais 30th day of
STATE OF Washington
On mis 30th day 08 March ,i9 89 , pemnaliy appeared Lawrence W.
to me known to be the Vice-President of the PLANET INSUWNGE
instrument and affixed the seal of said corporation at Arti
set Iorth therein, are stiil ln full force.
My Commission Expires
cQuNploF King
May 85 ,19 98 Notary Public in and for the
Rewding at Tacoma
1) 1. Keith A. PO1iIlg ' , Assiaiant Secretary of the PLANET INSUFiANCE COMPANY. do hereby
above and foregoing is a bue and correct copy of a Power of ARwmy wecuted by said P
and effect
IN WITNESS WHEREOF. 1 have hereunto sat my ha u seal of said Company th
Assistant SeciePary
~~~-1431 3/82
I
I
1
o The Undersigned certifies he/she has used the sub-bids of the followin listed Contractors in making up his/her bid and that the sub contractors listed will be used for the work for which they bid subject to the approval of the City Engineer, and in accordance wit applicable provisions of the specifications and Section 4140 et seg of the Public Contracts Code - "Subletting and Subcontracting Fai
Practices Act." No changes may be made in these subcontractors excep upon the prior approval of the City Engineer of the City of Carlsbad The following information is required for each sub-contractor Additional pages can be attached if required:
Items of Full Company Complete Address Phone No.
Man. Fire Station Bldg. mlII ATRF
Steel Aparatus
Bldg .
Earthwork 11 11
Landscape ELITE LANSCAPE
DESIGNATION OF SUBCONTRACTORS
Work Name with Zix, Code with Area Code
-
/ A j;,:4)ss-s F 93
Prefabricated 2: &:;:$;A$
fh19)744 - 7871 BLACK DIAMQND 1046 COMMERCE ST #H
SAN MARCOS CA 92069 11
1621 SOUTH MEYERS "C" - fh19)731 - 1334
@Irrigation IT 11 11 I1 11
RICK,S CLASSIC CONS ( 6 19 1 749-5392 Concrete
Concrete II I1 11 11 Reinforcement
Asphaltic Concrete Pav. BLACK DIAMOND AS ABOVE AS ABOVE
Chain Link Fencing
Misc. Metal
Arch.
Woodwork MnT)III.AIRF
Painting - AS ABOVE AS ABOVE
Plumbing RTCK~C ri ACCTC~ CON. A -
Electrical -C ~523kSVE l6969 -
11 11 11 11 I1 11
11 11 11 11 11 11
CARLSBAD e
PAFiTNERSillP ACKNCWLEDCMENT
Statc of California On this the .27th, day of December
Countyof Sari Diego Norma T. Beversluis
tne undersrgned Nor~ry Public, pnrsonally wpeareo
Heather Robb
C psrsorially krmwn to me 5 proved to me on the ba8h of satisfactory evtdenca
to be the parsonla) who executed the wlthfn lnsrrurnenr on b8h
partnershtp. and acknowledged to me that the oannersnip exec
WITNESS my hand ana offlcial seal. h 2AZzH CdzZ
~otnr/’s Signature
.. .-.- .... ..--. -., . ____ - .
PARTNERswP AC#NOWLEDCM ENT
Norma T. Beversluis
the undersigned NotW Publlc, Psrsonnlly epDsered
Countyd San Djego
Heather Robb
Alfred Vincent Hill
as Attorney-in-Fact for I
C pemonally known to me a proved to me on the basts of Sati8faCtOry evldencs
e that the partnership
--
I ...... 0 I..: :: i.! .i.
1.
"/ ' . .i'l
..........................
0
......................
0. .P
8.
.................
<,: : *: ' ,. ,
............
56
*
......... ........... l.:b j. ,. p, , #.<' ;"4 '1 /.., . /. .I. i
rl)
..... 1.
..............................
I .. : .. <I" .::
...................
........ <:\ \!> 8' ... .8 I
.........
" ... !. :: ::\ <:> 0
..........................
5; j
9; ,.I ,,: > .......
.......
......
e
..... 1
.i . .... +I
'1 .?.>
.I <:-.
a
.....................
,. ..... ./..:: c: .:> ..
..........................
..... I 1 .i. !i3
......
<:, .,> *
......................................
5 i;
.........
:!> ,:/ :, :.:I<
e
: i,j:!:a 1 ' j
..........................
... .I .; <i. il :..' :, <
.........................
... 5 ., .. , .,. 0.:
..I ...
*
...........
,!. ::>
*
12
I
I
I
-- BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed statement
of his/her financial responsibility.
r
-1 : \* Countyof Sari Diego
I
-~Z~NE~S+~P WCXNCMILEDCMENT
rsi
?089, t On this the 27th day of December State of California
Norma T. Beversluis
1 tne UnaersJgned Notaw Pu~IIc, parsonnfly a~peergo
).-.
Heather Robb as Attorney-in-Fact for
Alfred Vincent Hill
C PerSOfially known to me
9 ~rovaa to me on the bas18 of satisfactory evidence
to be the perso"(@ who @xSCUted the wlthln lnstrumenr on beha
pannarshla. and acknowledC9d to me that the Dannersnip ~XICU
WITNESS my hanc ana offklar seal.
Notnry's 5?2Lf--5r,,izA Signature
~ I- - nmc. wmrl -iz .. . -*-.1.. .._-a -" . - --- - - - - -
E
I+
I
I
I
1 ,AR?NEBSW15> Ac#Ncvu
On this the 27th day of w statt oi California I
Norma T. Beversluis
the unCersjGncd Notary Public, 2Ursonnlly appeareo
San Diego County of
Heather Robb
C personally known tu me 5 provsd to me on the basis of satisfac~o~evldenca
to De the gsrsan(8) who eXSCU1ed the within lnSY ,~menr ' on DE
pannersnlo, and acknowledCed tO m@ that the ~~nnersl';rp "'
W~TNESS my ban0 ana official seal-
%&L+V-e9&+
NOI~V s slgcature
- --z€z2?==- ?
PARTNERSHIP ACKNC;IWLEDCMENT
State of California On this ths27th day of December 19- 8'
- Norma T. Beversluis
tne understgncd NotAry Publlc, psrsonntly appeared
Heather Robb
C personalty known to me
E proved to me on the bash of satisfactory evidence
to be the paraon(a) who executed the wlthln Instrument on t
parinarshlp, and acknowledged to me that the partnersnip a1
WITNESS my hand ana OffIclal Seal. Led-, \
Notsry'8 Signature
-- - - ----------..-.~-U..--o---~.r-r~--~r 22
7ARTNEF?!3WIP AC#NCW'LEDCMEN?
Tar
-l
j Stateof California - On this the 2 7th day of Debember 7 989,
Norma T. Beversluis
tne undersrgncd Notary Publlc, parsanally a~~sar8a
CQUntyof 'an Diego Is
Heather Robb as Attorney-in-Fact for
Alfred Vincent Hill
C paraorially known tu me 5 provrra to me on the basis of satisfac:sry evidence
to ce the Dsrson(a) wno axacuted the wlthln InsfrumenT cn bel
panncrsnla, and acknowleUZed to me that the oanners,';ip axe(
WITNESS my nand an3 CfflC:al seal.
+<&A
No:nry s Signature
22
NORM WILLIAMS 11.30.89 !CITY OF IMPERIAL BCHL /,73 - Rvn
I I-- -- --
CENTER OR ! $141.000 I
&
I 4
NON-COLLUSION AFFIDA\-- _- ".. y-yyy*uu 0 BY BIDDER AND SUBMITTED WITH BID
State of California 1
) ss.
, being first duly sworn, (Signature) deposes and says that he or she is
of RI ACK DIAMOND CONSTRUCTION
the party making the foregoing bid that the bid is not made in the interest.of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put
on a false. or sham bid, and has not directly or indirectly
colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham, bid, or that anyone shall refrain from
bidding that the bidder has not in any manner, directly or indirectly, sought by agreement communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to fix any overhead, profit, or cost element of advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto,
or paid, and will not pay, any fee to any corporation, partnership,
company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was ex &ted,-on t 3'' ~ day of
HEATHER ROB
VINCENT HIL
PARTNFR S (Title)
(Name of Firm)
e
VPTEMEER , 1989. &&id/ ' ,/&
~~~q/&52~L// L&? / </#
An
the underslgned Notary Public, personally appeared I) /&//? c-L d;, f- /q5///
he within instrument on behalf of the
me that the partnership executed it
f\'GTAFY rL8LlC - CAlfFORNiA
PARTNERSHIPICKNO~LEM~UENT FORM WC MISC 506 I rn
I
I
I
I
I
I
I
I
I
1E
1
i
1
I
I
I
15
CONTRACT - PUBLIC WORKS
This agreement is made this 44' day of ~-~~J,AAF.\( ,A!&€S- , by and
between the City of Carlsbad, California, a municipal corporation,
(hereinafter called ttCity") , and
whose principal place of business is 1046 Commerce St. #H San Yarcos
(hereinafter called ''Contractorvt. )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work
19% r
Black Di.amond Construction
Cal i forni a 93069
specified in the Contract documents for:
FIRE STATION NO. 6 CONTRACT NO. 3302
(hereinafter called Itproj ect")
2. Provisions of Labor and Materials. Contractor shall providc all labor, materials, tools, equipment, and personnel tc perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of this Contract: the bid documents, including the Notice tc Bidders, Instructions to Bidderst and Contractors' Proposals: the Plans and Specifications, the Special Provisions, and all proper amendments and changes madc thereto in accordance with this Contract or the Plans an( Specifications, and the bonds for the project: all of whid are incorporated herein by this reference.
The Contractor, her/his subcontractors, andmaterials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In
all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance.
4. Pavment. All full compensation for Contractor's performanci of work under this Contract, City shall make payment to th
Contractor per Section 9-3 of the Standard Specification for Public Works Construction. The closure date for eac monthly invoice will be the 30th of each month.
C
F
I
1(
Invoices from the Contractor shall be submitted accordinc to the required City format to the City's assigned projec' manager no later than the 5th day of each month. Payment! will be delayed if invoices are received after the 5th o each month. The final retention amount shall not bc released until the expiration of thirty-five (35) day! following the recording of the Notice of Completion pursuan to California Civil Code Section 3184.
5. Independent Investigation. Contractor has made ai Independent Investigation of the jobsite, the soi conditions at the jobsite, and all other conditions tha. might affect the progress of the work, and is aware of thosc conditions. The Contract price includes payment for a1
work that may be done by Contractor, whether anticipated o
not, in order to overcome underground conditions. An:
information that may have been furnished to Contractor b7 City about underground conditions or other job condition is for Contractor's convenience only, and City does no. warrant that the conditions are as thus indicated Contractor is satisfied with all job conditions, includinc underground conditions and has not relied on informatio: furnished by City.
6. Contractor Responsible for Unforeseen Conditions Contractor shall be responsible for all loss or damagl arising out of the nature of the work or from the action o the elements or from any unforeseen difficulties which ma* arise or be encountered in the prosecution of the work unti its acceptance by the City. Contractor shall also bi responsible for expenses incurred in the suspension o discontinuance of the work. However, Contractor shall no be responsible for reasonable delays in the completion o the work caused by acts of God, stormy weather, extra work or matters which the specifications expressly stipulate wil
be borne by City.
7. Chanae Orders. City may, without affecting the validity o the Contract, order changes, modifications and extra wor by issuance of written change orders. Contractor shall mak no change in the work without the issuance of a writte change order, and Contractor shall not be entitled t compensation for any extra work performed unless the Cit has issued a written change order designating in advance th amount of additional compensation to be paid for the work If a change order deletes any work, the Contract price shal
be reduced by a fair and reasonable amount. If the partie are unable to agree on the amount of reduction, the wor shall nevertheless proceed and the amount shall b determined by litigation. The only person authorized t order changes or extra work is the Project Manager. Th written change order must be executed by the City Manager
Io
1.
1
I
I
I
E
1
I
B
I
I
II
t
b
I t
1
R
1'
if it is for $15,000.00 or less or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $15,000.00.
8. Immisration Reform and Control Act. Contractor shall compl! with the requirements of the llImmigration Reform and Contro: Act of 1986" (8 USC Section 1101-1525).
9. Prevailins Waqe. Pursuant to the California Labor Code, thc director of the Department of Industrial Relations ha:
determined the general prevailing rate of per diem wages ii
accordance with California Labor Code, Section 1773 and i copy of a schedule of said general prevailing wage rates is on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Californii Labor Code, Section 1775, Contractor shall pay prevailinc wagers. Contractor shall post copies of all applicablc prevailing wages on the job site.
10. Indemnity. Contractor shall assume the defense of, pay al: expenses of defense, and indemnify and hold harmless thc City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature anc
description, directly or indirectly arising from or ii connection with the performance of the Contractor or work, or from any failure or alleged failure of Contractor tc comply with any applicable law, rules or regulation2 including those relating to safety and health; except foi loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss,
damages, injury and liability, howsoever the same may bc
caused, resulting directly or indirectly from the nature ol the work covered by the Contract, unless the loss or damagc was caused solely by the active negligence of the City. Tht
expenses of defense include all costs and expenses includinc attorneys fees for litigation, arbitration, or other disputt resolution method.
11 Insurance. Without limiting Contractor's indemnification, it is agreed that Contractor shall maintain in force at al: times during the performance of this agreement a policy 01 policies of liability insurance at least $1,000,000.0( combined single limit covering its operations, includinc coverage for contractual liability and insurance coverin$ the liability set forth herein.
The policy or policies shall comply with the special insurance instructions in the Supplementary General
Provisions and shall contain the following clauses:
A.
ff
1
I
1
6
1
E
I
1
t
g
I
I
I
t
I,
II
"The City is added as an additional insured as respect:
operations of the named insured performed under contraci
with the City.#' F
I
I
1
1
II
I
1
I
I
1
1
I
1
1
1
11
"It is agreed that any insurance maintained by the Citj shall apply in excess of and not contribute with, insurance provided by this policy.t8
All insurance policies required by this paragraph shal:
contain the following clause:
A. "This insurance shall not be cancelled, limited or nom renewed until after thirty (30) days written notice ha: been given to the City."
"The insurer waives any rights of subrogation it has 01 may have, against the City or any of its officers 01 employees. PI
Certificates of insurance evidencing the coverage require( by the clauses set forth above shall be filed with the Cit! prior to the effective date of this agreement.
12. Workers' Compensation. Contractor shall comply with tht requirements of Section 3700 of the California Labor Code Contractor shall also assume the defense and indemnify an( save harmless the City and its officers and employees fro] all claims, loss, damage, injury, and liability of eveq kind, nature, and description brought by any person employe( or used by Contractor to perform any work under thi:
Contract regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to the Cit! certification of the policies mentioned in Paragraphs 10 an(
11 or proof of worker's compensation self-insurance prioi to the start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply with thc
Government Tort Claims Act (California Government Codc
Section 900 et seq.) prior to filing any lawsuit for breacl
of this contract of any claim or cause of action for mone!
15. Maintenance of Records. Contractor shall maintain and makc available at no cost to the city, upon request, records ii accordance with Sections 1776 and 1812 of Part 7, Chaptei
1, Article 2, of the California Labor Code. If thc Contractor does not maintain the records at Contractor': principal place of business as specified above, Contracto: shall so inform the City by certified letter accompanyinc the return of this Contract. Contractor shall notify thc City by certified mail of any change of address of sucl records.
B. ?
B.
C
c or damages.
16. Labor Code Provisions. The provisions of Part 7, Chapte:
1, commencing with Section 1720 of the California Labor Codc are incorporated herein by reference. F
PARTNERSHIP ACKNOWLEDGMENT
On this th13~~~~ day of December 192
Norma T. Beversluis Countyof Sane
the undersigned Notary Publlc, personally appeared
Heather Robb as Attorney-in-Fact for
Alfred Vincent Hill c personally known to me
E proved to me on the basis of satisfactory svtdencs
to be the peraon(s) who executed the wlthln Instrument on
pafinarshlp, and acknowledCed to me that the partnership
WITNESS my hand 5nd official seal.
h@dd
Notaryi$ signature
3k=TaERSHip ACXNCWLEDGMENT
On this the 27th day of December 1989, t State of California
Norma T. Beversluis
tne unuersrgncd Notary Public, parsonally aDpearsa
County of Sari Diego k
T 1
1 Heather Robb ..
*
C personaity known tu me
9 proved to me on the b8818 of satisfactory evidence
to be the peraon(a) who execurea lhe wlthln lnsrrumenf on behi
panncrshrp, and acknowledced to me that the oannersnip sxmct
WITNESS my hand Bna official seal. L 5-d-
~omqfs signature
- -1 e_ .l)<C. wm.
R
4
P
I
3
I
I
I
8
C I,
19
17. Securitv. Securities in the form of cash, cashier's check,
or certified check may be substituted for any monies
withheld by the City to secure performance of this contract
for any obligation established by this contract. Any other
security that is mutually agreed to by the Contractor and
the City may be substituted for monies withheld to ensure
performance under this Contract.
18. Provisions Remired bv Law Deemed Inserted. Each and even
provision of law and clause required by law to be inserted
in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, an1
such provision is not inserted, or is not correct11
inserted, then upon application of either party, the
Contract shall forthwith be physically amended to make suck
insertion or correction.
19. Additional Provisions. Any additional provisions of this
agreement are set forth in the "General Provisions'' 01
"Special Provisions'' attached hereto and made a part hereof.
n A %\AL QLAC-3
Contractor
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS
MUST BE ATTACHED.!
(CORPORATE SEAL)
1. , APEaTOLML
/* 3.501 City Attorney
ATTEST : I
IC 3
I
I
1
City Clerk
t
ARINEnSHlp ACXNCWLEDGMENT
1
On this the 27th day of Debember 1 a&, State of California
Norma T. Beversluis
tne UnCerSJSned Notary Public, ?arsonnlly aDDear8a
Countyof Sari Diego i-
Heather Robb
C persor~aiiy known to me
5 Proves 10 me on the basis of satisfac:ory evidenca
10 ba the Dersonts) wno axecuIea :he wlthln lnsrrmenr on ber
Panncrsnlu, and XknowledCea :c me [hat the oannerscrp 8XIC
WITNESS my hanc an3 offlc:al seal. 4*Ww+dL ,o&S,.rM+++$+++
/-&&
No!nry s Signature
-kR'NEWSHlP ACKNCWLEDCMENT
B 27th day of 1989, t December
Norma T. Beversluis
tne undersigned Notary Public, parsonnlly aDDear8u \ ! I Heather Robb as Attorney-in-Fact for >
Alfred Vincent Hill c persorlally known to me
9 provad to me on the baals o! satisfactory evidenca
to be the person(s1 who executed The wlthln lnsrrurnenr on beh
pannershtp, and acknowledCed to me that the oannersRlP mXIC
WJTNESS my hand ana official mal.
I
-cfl+
N otnryiQ Si g nat u re
8
2(
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
WORKERS' COMPENSATION RESPONSIBILITY
"I am aware of the provisions of Section 3700 of the Labor Cod( which requires every employer to be insured against liability foi workers' compensation or to undertake self-insurance in accordancc with the provisions of that code, and I will comply with sucl provisions before commencing the performance of the work of thi: Contract. 91
8
J
1
f
I
1
1
C
I
I' u,
P
b\aAJ3,aLa -p 1
Contractor
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986
'$1 am aware of the requirements of the Immigration Reform an( Control Act of 1986 (8 USC Section 1101-1525) and have compliec with these requirements, including, but not limited to, verifyinc the eligibility for employment of all agents, employees subcontractors, and consultants that are included in thi: Contract. I'
\CxWQ A
Contractor
CONTRACTOR'S CERTIFICATION OF COMPLIANCE I' OF AFFIRMATIVE ACTION PROGRAM
I hereby certify that
in preforming under the Purchase Order awarded by the City 0: Carlsbad, will comply with the County of San Diego Affirmativf Action Program adopted by the Bo current amendments.
(Legal Name of Contractor)
1. Date
Title
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
I
1 (CORPORATE SEAL) t
I
I
?E Bond #P 1678784
Premium included in Perfomce
LABOR AND MATERIALS BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State o California, by Resolution No.89-436 , adopted December 13,1989 ha:
awarded to €31 ack Diamond Constructinn (hereinaf te: designated as the "Principal"), a Contract for:
i
I
I
I
I
I
I
I
I
I
P
II
I
1
FIRE STATION NO. 6 1 CONTRACT NO. 3302
in the City of Carlsbad, in strict conformity with the drawings ane specifications, and other Contract documents now on file in thc
Office of the City Clerk of the City of Carlsbad and all of whicl are incorporated herein by this reference.
WHEREAS, said Principal has executed or is about to execute saic Contract and the terms thereof require the furnishing of a bonc with said Contract, providing that is said Principal or any 0: his/her or its subcontractors shall fail to pay for any materials provisions, provender or other supplies or teams used in, upon fo:
or about the performance of the work agreed to be done, or for an:
work or labor done thereon of any kind, the Surety on this bonc will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, Black niarnnnri r-nn as Principal, hereinafter designated as the "Contractor") , and PLANETINSURANCE d OWANY as Surety, are held firmly bounc unto the City of Carlsbad in the sum of Fifty thousand five hundred ), said sum being fift]
percent (50%) of the estimated amount payable by the City 0. Carlsbad under the terms of the Contract, for which payment wel. and truly to be made we bind ourselves, our heirs, executors anc administrators, successors, or assigns, jointly and severally
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person 0: his/her subcontractors fail to pay for any materials, provisions provender or tne supplies, or teams used in, upon, for, ar aboii' the performance of the work contracted to be done, or for any othe:
work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor that the Surety or Sureties will pay for the same, not to exceec the sum specified in the bond, and, also, in case suit is broughi upon the bond, a reasonable attorney's fee, to be fixed by thc court, as required by the provisions of Section 3248 of the California Civil Code.
This bond shall insure to the benefit of any and all persons companies and corporations entitled to file claims under Title l!
of Part 4 of Division 3 of the California Civil Code (commencinc
with Section 3082).
and OO/lOO --------- Dollars ($50.500.00
e
r
I
2;
In the event any Contractor above named executed this bond as ar
individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond,
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the 20th day of December ,
1989.
5
I
I
1
I
la
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION FOR EACH SIGNER Heather Robb. Partner
MUST BE ATTACHED.) Contractor
(CORPORATE SEAL)
State of California ) ss
County of -Los Angel es
, before me Notary c On thts20th, day of December , in the year 1989
, personally known to me (or prove on the basis of satisfactory evidence) to be the person whose name IS subscrlbea to th s 1ns:rument as the Attorney
wledged to me that PLANET INSURANCE COMPANY eXeCL
personally appeared Renee C. Fagh in
/-
My Commission expires ,19-
BDP 1818 ED E 83 (CALIF 1
'NEWSA-IIP ACKNCWLEDCMENT
On this the 27th day of Statr of California December
Countyof Sari Diego
?989, b
Norma T. Beversluis
tne unclerslgncd Notary Publlt, personally aDDearea
Heather Robb
C pefsorially known to ma
g provsd !o me on the bask3 of satisfactory evidence
to be the Peraon(8) who executed the wlthln lnsirumecf on behz
panncrsnlp. and acknowledced to me that the aannersntp ~XICL
WITNESS my hana ana afftcial seal.
Ih Qe.+*8+*&5+e.-~**++%"%.4
LC&&- -
N ornry's Signature
HEAD OFFICE, MADISON. WlSCONSIN
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That the PLANET lNSURANCE COMPANY, a corporation duly organized under the o of Wisconsin. dcee hereby make. constitute and appoint
RENEE C, FAGPIIN of NORTH HOLLYWQOD, CALIFORNII!
its he and lawful Ammey-in-fact to make. BxBCutb. seal and deliver for and on its behaif. and as its act and demi
ANY AND ATiL BONDS AND UNDERTAKINGS OF SURETYSHIE
and t3 bind the PIAN- INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings ar
obligatov in the nature themof were signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attest@
wch offlcars. and hereby ratifies and confirms all met ita said Attomey(s)-in-Fact may do in pursuance hereof.
This Power of Attornay is granted under and by authority of Mcle VI1 of the &-Laws of PLANET INSURANCE COMPA"
effective Septmber 21.1987. which provisions are now in full force and Me3, reading as follows:
ARTICLE VI1 - MECUTION OF BONDS AND UNDERTAKINGS
1. The hard of Directom tRe President the Chairman of ;Re Board. any Senior Vice President any Vice President or Assispa. or otber officer designated by ihe Board of Directors shall have power and authority to (a) appoint Attorneys-in-Fact and to authorize
on behalf Of the Company, bonds and undertakings. fecognirancas, conmcts of indemnity and other writings obiigatoty in the nal
@) to remove any such AWmey-in-Fact at any time and revoke the power and au?&orjty given to him.
2 Attorneys-in-Fact shali have power and authority, subiect to the terms and limitations of We power of attorney issued to then
deliver on behalf of the Company, bonds and undertakings. recognizances, contracts of indemnify and other writings obligatory in W
The corporate seal is not necessary for the validity of any bonds and undertakings. recognizances, contracts of indemnity and other w in me mpum thereof.
4
3. Atlornaya-in-Fad shall haw power and authority to executa afWavits requirsd to be attached to bonds. recognizances, contr; or other conditional or cbligatofy undertakings and they shall also have wwer and authority to certify the financial statement of the '
copies of ths i3y-b- of tbe Company or any artjcle or &on thereof. @ This power of aitokey is signed and sealed by facsimile under and by authority of the following Resolution adopted by the E?oarl
PiANEl INSURANCE COMPANY at a meeting held on the 298 day of March. 1982. at which a quorum was present and said Resolut
mended or repealed:
"Resolved. that the signatures of such directors and officers and the seal of the Company may be affixed to any such power c
or any certificate relating thereto by facsimiie. and any such power of amrney or certificate bearing such facsimile signatures 01
seal shall be valid and binding upon the Cosnpany and any such power so executed and certified by facsimile signatures and fac
shall be valid and binding upon the Company in the future with respect b any bond or undertaking to which it is amched."
Ik mESS WHEREOF, the PMMn INSURANCE COMPANY has musad these presents to be signed by its Vice President and its '
arch l9 89 $33 herem mated, ais 30th day of
SATEOF Washington
On this 30th day of March ,i9 89 ,~~na;tyapp~e~~ Lawrence W,
COLSNNOF King
m me known to be the Vice-President of me PeANET INSUWNCE
instrument and affixed the seal of said corporation thereto. and that &ti sa fm 'Slerein. are still in tull force.
My Commission Expires:
May 15 ,19 98
Residing at Tacoma
@ ,, ~eith A. Poling , .&iSant !Secretary of the PLANET INSURANCE COMPANY, do here@
CE COMPANY. which is above and forqoing is a tnte and coned Copy sf a Power of Attorney executed by said PLANET 1
and effect
IN WTTNESS WHEREOF, I have hereunto set my had the SF?.# of said Company this
Assistant Secretary
~~~-1431 3/82
23
1
Band #P 1678784 Premium: $2,020.00 PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.89-436 , adopted 12/12/89, has awarded to Black Diamond Construction , (hereinafter designated as the
I1Principal1l), a Contract for:
b
I
1
1
I
I
I
1
I
I
I
I
FIRE STATION NO. 6 1 CONTRACT NO. 3302
in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad all
of which are incorporated herein by this reference.
WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract;
NOW, THEREFORE, WE, Black Diamond Construction , as Principal,
(hereinafter designated as the 'IContractor1l), and PLANET INSURANCE COMPANY , as Surety, are held and firmly
bound unto the City of Carlsbad, in the sum of One hundred one thou, and 00/100 --__-_- Dollars ($101 .000.00 ) , said sum being equal to one hundred percent (100%) of the estimated amount of the
Contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounder
Contractor, his/her 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, anc
agreements in the said Contract and any alteration thereof made as
therein provided on his/her or their part, to be kept and performeL at t'ne time and in the manner therein specified, and in ail
respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue,
As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and include in any judgement rendered.
And said Surety, for value received. hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder
<
@
i
1
1
24
or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of an1 change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications.
In the event that any Contractor above named executed this bond as
an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond.
IN’WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the20th , 1989.
b s
1
I
I,
b
B
day of December
(NOTARIAL ACXNOWLEDGEMENT OF u
EXECUTION FOR EACH SIGNER Contractor MUST BE ATTACHED.) PLANET INSWYCE cOWb.Ny I- (CORPORATE SEAL)
81‘
State of California,
1 ss f Los Angeles
County of -
, oefore me Notary ( On this 20th , dayof December , in the year 1989
, personally known to me (or prove personally appeared Renee c. Faqhin
on the basis of satisfactory evidence) to be the person whose name is subscribed to thls instrument as the Attorney
of PLANET INSURANCE COMPAVY, and acknowledged to me that PLANET INSURANCE COMPANY exec( ’ nstr u r;nanl~llll..~,,~~,,,,,,,,,,, - 111111111111111 11111!1111,111,1,~ ~~~~~~~~~~~~~~i~iiiiiiln~ - - - - 0‘ ~ GriL SEAL - z - - - -
- - I
-
z My Comm won txptres Sept. 4, 1990 2 iUuUrHillllllllll~lll~il~I~~~~~ll~lll~lll~~~~~~,,~~‘l~lll~~~~~~~‘l~~~~~~~‘~~~l~,,ll~i~~~~,,l,~ll,l,llli,llu~ My Commission expires ,19-
“I l33P 1818 ED 6 83 (CALIF )
Ilu
sAFiTNER5iliP WCKNCWLEDCMENT
Stare of California On thts tne 27th day of December 1989, k
Norma T. Beversluis
tne unaersrgned Notary Publlc, personally aDDe8rEU
rr I- I I Csuntyot Sa* Diego
)
j Heather Robb
-hw + c persoriaily known to me
% proved to me on the basls of satisfactory evldenca
10 be the psraon(s) who execured the wlthln Instrument on b8h
pannarshtp, and acknowledged to me that the oannersnip *XW
WITNESS my hanu ana olfic~al seal. ~-3&c).*,*-+ 4 .. *”
hP- /- \
Nofnry’S s4nature
__ _____--- ~
HEAD OWWE, MADISON, WISCONSIN
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That the PLANET INSURANCE COMPANY. a corporation duly organized under the 11
of Wisconsin. does hereby mka ccnstjpute and apwnt I),
RENEE C. FAGHIPI of NORTH HOLLYWOOD, CALIFQRNIA
its true and !awful Attorney-in-Fact to make, exec* seal and deliver for and on its behatf. and as its act and deed
ANY AND AU BONDS WMD UNDERTAKINGS OF SURETYSHIP
and to bind the PlANET INSURANCE COMPANY themby as fully and to the same extent as if such bonds and undertakings anc
obligatory in phe nature thereof were signed by an Executiwe Cf?icer of the PLaMET INSURANCE COMPANY and sealed and attested
such oficws, and hereby tartifisas and confirms all that it3 %aid Atforney(!%)-in-Fact may do in puWglrsC8 keOt.
This Power of Attorney is granted under and by authority of Article Vll 0% the Q-bws of PLANET INSURANCE COMPANY
effdve September 21, 1981. which provisions are now in full form and &xC reading as follow%
ARTlCLE VlI - EXECWON OF BONDS AND UNDWAWNGS
1. The Board of Directors. the President. the Chairman of the Board. any Senior Vice President any Vice President or Assistant
or omer officer designated by tke Ward of Directors shall have power and authority to (a) appoin? Attorneys-in-fact and to authorize t
on behalf of Phe Company. bonds end undertakings. recogniances. conmcts of indemnity and other writings obligatory in he natt
@) to remowe any such Altomey-in-Fact at any time and revoke me pow= and authority given to him.
2 Attornays-in-Fact shall have power and author@. subject to the terns and limitations of the power of attom6y issued to them,
deliver on behalf of the Company. bonds and undertakings. recognizanc8s, contracts of indemnity and other writings obligatory in the
The corporate seal is not necawry for the validity of any bonds and undectakings. wognizanctw, conpracts of indemnity and other wr
in ?he nature tbersof.
’
3. Attorneys-in-Fact shall have mower and authority to sxecuta affiiavits required to he attached to bonds. mccgnimces. contra
or other conditional or obligatory unde-kings and they shall also have power and authc* to ceftity the financial statement of tbe C
copies ob the By-Laws 5f We Company or any ahcl or &on thereof.
This power of anomey is signed and sealed by facsjrnile under and by authority of ‘the following Resolub.on adopted by the Board PWn INSURANCE COMPANY at a meeting hJd on the m day of March, 1982. at which a quorum was present and said Resolu*O
e
mended or sepsaled:
“Resolved, that the signaterres of such direaow and officers and &e seal of the Company may be affixed to any such power Of
or any certificate Fek3tiI-g ?hereto by facsimile, and any such power of attorney o$ cartificate bea?ing such facsimile signatures Or
seai shall be valid and binding upon the Company and any such power so executed and &ed by facsimile Signatures and facsi
shall be valid and binding upon me Company in the fwture with res- to any bond or undertaking to which it is attached.”
Obi \NOTIVE!S WHEREOF. the PUNR INSUFL4WCE COMPANY has caused these presents to be signed by it%. Vice Pr&dent and its c!
March y9 89 ke mo etmeei. ais 30th &y of
L
STAfE OF Washington coU”oF ~i~~
On this 30th day of March .ig $9 . pewnaily appeared Lawrence W.
to me known to be the Vice-President of the PLANET INSURANCE COMPANY. and acknowledged #at he executed and attest=
instrument and afixad tho seal of said corporation thereto, and that Mcle
set fm therein. are spill in full force.
‘My Commission Expira
May 15 ,i9 90
Residing ai TZLCQXE3
. histant Secretary of the PLANET 1N
above and foregoing is a true and conect copy d a Power of Attorney exeru@d by said PLANET i
E COMPANY. do hereby
CE COMPANY. which is !
J). l. Keith A. poling
and 8ff-
IN WITNESS WHEREOF. I have hereunto set my hand the soai of said Company this
histant Secretary
BDP-1431 1182
I
I
I
I
U
1
1
I
I
I
I
I
I
I
I
I
21
OPTIONAL ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between thc City of Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California, 92008 , hereinafter called IcCitygl and
whose address is
hereinafter called *@Contractort1 and
whose address is
hereinafter called I*Escrow Agent. *I
For the consideration hereinafter set forth, the Owner, Contract01 and Escrow Agent agree as follows:
1. Pursuant to Section 22200 of the Public Contract Code thc
State of California, Contractor has the option to deposii securities with Escrow Agent as a substitute for retentioi earnings required to be withheld by City pursuant to thc Construction Contract entered into between the City anc Contractor for in the amount of dated (hereinafter referred to as the **Contract1I). A copy of saic contract is attached as Exhibit l*A1q. When Contracto: deposits the securities as a substitute for Contraci earnings, the Escrow Agent shall notify the City within tei
(10) days of the deposit. The market value of thc securities at the time of the substitution shall be at leas4 equal to the cash amount then required to be withheld a! retention under the terms of the Contract between the Cit and Contractor. Securities shall be held in the name of and shal. designate the Contractor as the beneficial owner. Prior tc any disbursements, Escrow Agent shall verify that thc present cumulative market value of all securitiei substituted is at least equal to the cash amount of al. cumulative retention under the terms of the Contract.
The City shall make progress payments to the Contractor fo: such funds which otherwise would be withheld from progresi payments pursuant to the Contract provisions, provided tha.
the Escrow Agent holds securities in the form and amoun
specified above.
Alternatively, the City may make payments directly to Escroi Agent in the amount of retention for the benefit of the Cit until such time as the escrow created hereunder ii terminated.
t
C
2-
3.
?
1
2t
Contractor shall be responsible for paying all fees for thc expenses incurred by Escrow Agent in administering tha escrow account. These expenses any payment terms shall ba determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money markel accounts held in escrow and all interest earned on thal interest shall be for the sole account of Contractor anc shall be subject to withdrawal by Contractor at any time anc from time to time without notice to the City.
Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by writter notice to Escrow Agent accompanied by written authorizatior from City to the Escrow Agent that City consents to thc withdrawal of the amount sought to be withdrawn bj Contractor.
The City shall have a right to draw upon the securities ir the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the City of thc default of the Contractor, the Escrow Agent shall immediately convert the securities to cash and shall distribute the case as instructed by the City.
8. Upon receipt of written notification from the Citl certifying that the Contractor has complied with all
requirements and procedures applicable to the Contract,
Escrow Agent shall release to Contractor all securities and
interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upor
disbursement of all monies and securities on deposit and payments of fees and charges.
9. Escrow Agent shall rely on the written notifications fron the City and the Contractor pursuant to Sections 4 to 6, inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set fortk above.
4. I
I
I
1
I
I
I
I
I
8
I
I
I
5.
t
6.
7.
b
+
I
1
2’
The names of the persons who are authorized to give writtei notices or to receive written notice on behalf of the Cit] and on behalf of Contractor in connection with thc foregoing, and exemplars of their respective signatures arc as follows:
For City: Title
10. I
I
1
II
I
b
I
4
I
I
I
t
Name I Signature
Address
For Contractor: Title
Name
Signature 1 Address
For Escrow Agent: Title
Name
Signature
Address
At the time the Escrow Account is opened, the City anc
Contractor shall deliver to the Escrow Agent a full! executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement b! their proper officers on the date first set forth above. I For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address i
I
1
2t
RELEASE FORM I
I
1
U
I
1
1
1,
II
li
8
1
1
I
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full foi all compensation of whatever nature due the Contractor for al: labor and materials furnished and for all work performed on thc above-referenced project for the period specified above with thc exception of contract retention amounts and disputed claim: specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
t
DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and released any claim thc Contractor may have, of whatever type or nature, for the perioc specified which is not shown as a retention amount of a disputec
claim on this form. This release and waiver has been madc voluntarily by Contractor without any fraud, duress or undue influence by any person or entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for tht specified period have been paid in full and that the partieh signing below on behalf of Contractor have expressed authority tc execute this release.
DATED : PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporation, etc.)
BY
BY i
1
I
2!
SUPPLEMENTARY GENERAL PROVISIONS I
li
I
I
8
I
b
8
I
1
1
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words ltshown, )I Ilindicated, )I #@detailed, )I "noted, VI "scheduled, I or words of similar import are used, it shall be understood thal reference is made to the plans accompanying these provisions unless stated otherwise.
B. Directions:
Where words "directed, I1 "designated, It @@selected, w or words oj similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless statec otherwise. The word I1requiredtt and words of similar import shal: be understood to mean "as required to properly complete the worl as required and as approved by the City Engineer,lI unless statec otherwise.
C. Equals and Approvals:
Where the words Itequal, !I ttapproved equal, It llequivalent, I! and sud words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer,' unless otherwise stated. Where the words llapproved,tt ttapproval,l gtacceptance,ll or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended.
t
e
I D. Perform and Provide:
The word Igperformtt shall be understood to mean that the Contractor,
at her/his expense, shall perform all operations, labor, tools anc equipment, and further, including the furnishing and installing oj materials that are indicated, specified or required to mean that
the Contractor, at her/his expense, shall furnish and install the
work, complete in place and ready to use, including furnishing oJ necessary labor, materials, tools, equipment, and transportation. I 1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the Project Manager for the City of Carlsbad or his
approved representative i
I
B
3(
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work are the Standard Specifications foi Public Works Construction, 1985 Edition, the 1986 supplement, an( the January, 1986 Standard Special Provisions, hereinaftel designated SSPWC, as issued by the Southern California Chapter 0: the American Public Works Association, and these Genera: Provisions.
The Construction Plans consist of 17 sheet(s) designated as Cit] of Carlsbad Drawing No. 301-9. The standard drawings utilized foi this project are the latest edition of the San Dieso Area Reqiona: Standard Drawinas, hereinafter designated SDRS, as issued by thc
San Diego County Department of Public Works, together with the Cit! of Carlsbad Supplemental Standard Drawings. Copies of pertinenl standard drawings are enclosed with these documents.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with thc product manufacturer's direction, the Contractor shall obtain anc distribute the necessary copies of such instruction, including twc (2) copies to the City.
To Section 2-5, add:
2-5.4 Record Drawinqs:
The Contractor shall provide and keep up-to-date a complete '@as. built" record set of transparent sepias, which shall be correctec daily and show every change from the original drawings anc specifications and the exact lgas-builtt' locations, sizes and kind! of equipment, underground piping, valves, and all other work no1 visible at surface grade. Prints for this purpose may be obtainec from the City at cost. This set of drawings shall be kept on thc
job and shall be used only as a record set and shall be deliverec
to the Engineer upon completion of the work.
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work. shall be under the observation of the Engineer or hi! appointed representative. The Engineer shall have free access ti any or all parts of work at any time. Contractor shall furbisl Engineer with such information as may be necessary to keep her/hii fully informed regarding progress and manner of work and characte: of materials. Inspection of work shall not relieve Contractor fro] any obligation to fulfill this Contract.
I
I
II
I
1
I
1
b
i
8
I
I
I
I
t
i
1
I
31
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where thc
results of such tests meet or exceed the requirements indicated ir the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of hc materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at an] time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source prove: unacceptable at any time, the Contractor shall furnish approvec material from other approved sources. After improper storage, handling or any other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance with thc notes on the plans and the SSPWC. Compaction tests may be made b] the City and all costs for tests that meet or exceed thc requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemec necessary by the Engineer. The costs of any retests made necessar] by noncompliance with the specifications shall be borne by thc
Contractor.
Add the following section:
4-1.7 Nonconforming Work
The contractor shall remove and replace any work not conforming tc the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be bornc
by the Contractor.
1
I
I
II
I
I
b
1
I
8
1
I
t
I
I 5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by E
search of known records, endeavored to locate and indicate on thc
Plans, all utilities which exist within the limits of the work.
However, the accuracy of completeness of the utilities indicatec
on the Plans is not guaranteed.
i
I
I
32 I 5-4 RELOCATION
Add :
The temporary or permanent relocation or alteration of utilities, including service connection, desired by the Contractor for his/her
own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City's option
to extend the completion date.
In order to minimize delays to the Contractor caused by the failure 'of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the
Contractor immediately following the relocation of the utiliti
involved unless otherwise directed by the City.
t
I
U
8
I
b
I
I
1
8
1
I
I
1
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstructior conference. No changes shall be made to the construction schedule without the prior written approval of the Engineer. Any progress
payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal OX
relocation of conflicting utilities shall be requirements prior tc commencement of work by the Contractor.
6-7 TIME OF COMPLETION
The Contractor shall begin work within 7 calendar days after
receipt of the "Notice to Proceed" and shall diligently prosecut€
the work to completion within 100 consecutive calendar days aftei the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of word - All work shall normally be performed between the hours of 7:OO a.m. and sunset, from Mondays through Fridays. The
contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. The Contractor
shall pay the inspection costs of such work. i
II
1
3: I 6-8 COMPLETION ANI) ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing ol a "Notice of Completion" and any faulty work or material:
discovered during the guarantee period shall be repaired 01 replaced by the Contractor, at his expense.
r
1
I
I
I
I
I
6-9 LIOUIDATED DAMAGES
Modify this section as follows:
If the completion'date is not met, the contractor will be assessec the sum of $500 per calendar day for each day beyond the completior date as liquidated damages for the delay. Any progress payment: made after the specified completion date shall not constitute E waiver of this paragraph or of any damages. I
7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION
Modify Sections 7-3 and 7-4 as follows:
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of thc contract insurance against claims for injuries to persons 01 damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents,
representatives, employees, or subcontractors. If the insurance is on a "claims made" basis, coverage shall be maintained for E period of three years from the date of completion of the work. The
cost of such insurance shall be included in Contractor's bid. The insurance company or companies shall meet the requirements of Citb
A. Minimum ScoDe of Insurance
I
m II Council Resolution No. 8108.
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/73) covering Comprehensive General Liability; and Insurance Services Office form number GL 0404 covering Broad Forn Comprehensive General Liability; and
2. Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, Code 1 "any auto"; and
3. Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability Insurance.
I
I
I ;.
I
I
34 1 B. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 combined single
limit per occurrence for bodily injury and property damage.
If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks
for which the City or its agents, officers or employees are additional insured.
2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage.
3. Workers' Compensation and Employers' Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of
r
I
1
1
I
I
I
U
8
I
I
I $1,000,000 per accident.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared
to and approved by the City. At the option of the City,
either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related
investigation, claim administration and defense expenses.
D. Other Insurance Provisions
b
The policies are to contain, or be endorsed to contain, the following provisions: I 1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers
are to be covered as insured as respects:
liability arising out of activities performed by
or on behalf of the Contractor; products and
complete operations of the Contractor; premises
owned, leased, hired or borrowed by the
Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officials, employees or volunteers.
b. The Contractor's insurance coverage shall be primary insurance as respects the City, its
Any officials, employees and volunteers. insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance and shall not contribute with it. i
I
1
35
c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees ox volunteers.
I
I
I
I
I
I
I
I
i
I
I
I
I
d. Coverage shall state that Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.
Workers' Compensation and Employers' Liability Coverages
The insurer shall agree to waive all rights of subrogation against the City, its officials, employees and volunteers for losses arising from work performed by Contractor for the City.
t
I 2.
I 3. All Coverages
Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice bl certified mail, return receipt requested, has beer given to the City.
E. AcceDtabilitv of Insurers
Insurance is to be placed with insurers with a Bests' ratins of no less than A:XI unless otherwise authorized by Citb Council Resolution No. 8108.
C
F. Verification of Coveraae
Contractor shall furnish the City with certificates of
insurance and with original endorsements affecting coverage
required by this clause. The certificates and endorsement
for each insurance policy are to be signed by a persor
authorized by that insurer to bind coverage on its behalf.
The certificates and endorsements are to be in forms
provided by the City and are to be received and approved bq
the City before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insured undei its policies or shall furnish separate certificates anc endorsements for each subcontractor. All coverages foi subcontractors shall be subject to all of the requirements stated herein.
t
I
3t
7-5 PERMITS I
I
I
I
I
I
I
I
I
I
I
I
I
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessaq to perform work for this contract on City property, in streets, highways (except State highway right-of-way) , railways or othei rights-of-way.
t
I Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
7-8 PROJECT AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends anc
other non-working days at the City's request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall bt
equipped with mufflers in good repair when in use on the projecl with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
I
C
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safet] of employees on the work and shall comply with all applicablt provisions of Federal, State and Municipal safety laws and buildinc codes to prevent accidents or injury to persons on, about, 01 adjacent to the premises where the work is being performed. He/sht shall erect and properly maintain at all time, as required by tht conditions and progress of the work, all necessary safeguards foi the protection of workers and public, and shall use danger signs warning against hazards created by such features of constructioi as protruding nails, hoists, well holes, and falling materials.
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06#
Excavation and Grading. F
I
3'
If this notice specifies locations or possible materials, such a$ borrow pits or gravel beds, for use in the proposed constructioi project which would be subject to Section 1601 or Section 1603 03 the Fish and Game Code, such conditions or modification! established pursuant to Section 1601 of the Fish and Game Codt shall become conditions of the contract.
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
Delete this section.
I
I
I
I
I
I
I
C
I
I
I
I
I
I
r
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do wit1 reductions in amount of retention.
10 SURVEYING
Contractor shall employ a licensed land surveyor or registerec
civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50' intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, storn drains, and structures (4 corners min.). Rough grade as requirec to satisfy cut of fill to finished grade (or flowline) as indicatec
on a grade sheet.
Contractor shall transfer grade hubs for construction anc
inspection purposes to crown line base grade of streets as requirec
by Engineer.
Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencing construction of surveyed item.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized during the construction under this contract. The Contractor shall
contact the appropriate water agency for requirements. The contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. i
E
I
I
I
1
I
1
I
b
I
I
1
I
I
3t
200-2 UNTREATED BASE MATERIAL
Aggregate base shall be crushed aggregate base (Section 200-2,2), crushed slag base (Section 200-2.3), or crushed miscellaneous basc (Section 200-2.4). r
201-1 PORTLAND CEMENT CONCRETE
Concrete for drainage ditch shall be Class 520-C-2500.
Modify Section 201-1.2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: @@All cement to bc used or furnished shall be low alkali and shall be either Type I or Type I1 Portland Cement conforming to ASTM C 150, or Type I1 (MS) Portland Pozzolan Cement conforming to ASTM C 595, unless
otherwise specified.1t
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace 111,000 ppm (mg/L) of sulfatesv1 with 111,30C
(mg/L) ppm of sulfates.11
Third paragraph replace 11800 ppm (mg/L) of sulfatest1 with '~1,30C
(mg/L) ppm of sulfates.11
(b) Air-entrainha Admixtures Last paragraph amend to read: percent is allowed. be determined California Test Method No. 504."
Modify Section 201-1.3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts shown ir following table:" Also delete table.
Modify Section 201-1.4.3, Transit Mixers, as follows:
Add after listing of information for weighmaster's certificate: IITransit mixed concrete may be certified by mix design number, provided a copy of the mix proportions are kept on file at the plant location for a period of 4 years after the use of the mix."
I
"A tolerance of plus or minus 1-1/2
The air content of freshly mixed concrete will
I
201-2 STEEL REINFORCEMENT FOR CONCRETE
No changes.
i
I
I
I
1
I
1
E
39
203-6 and 400-4 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type I11
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete 'land from the Engineer's field laboratory. If
Last paragraph, add after D 2172: "method A or B.It
Modify Section 203-6.8, Miscellaneous Requirements, as follows:
Add the following: '!Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work."
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: YJnless otherwise specified, AR- 4000 paving grade asphalt shall be used for Type I11 asphaltic concrete, and AR-8000 paving grade asphalt shall be used for
asphalt concrete dikes. VI
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The total amount of material passing the No. 200 sieve shall be determined by washing the material through the sieve with water. No less than 1/2 of the material passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving.1g
Add the following paragraph: "Fine aggregate shall be tested for
soundness in accordance with ASTM D-1073, and shall not exceed
fifteen percent (15%) loss by weight,"
Modify Section 400-4.3, Combined Aggregates, as follows:
First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Method No, Calif. 217."
C3-AR 4000. r
I
I
b
1
I
1
I
I
I
i
I
I
I
1
1
1
I
4
1
I
I
I
E
4(
Fourth paragraph, amend table to read:
TYPE I11 ASPHALT CONCRETE
I I
B2 I I B3 I
t
I CLASS
SIEVE INDIVIDUAL MOVING INDIVIDUAL MOVING SIZES TEST RESULT AVERAGE TEST RESULT AVERAGE I I I I
-
100 I I 100 I ' 100 II 100 II I 3/4" (19mm)
I
I
I
87-100 I 90-100 I 90-100 I 95-100
1" (25mm)
1/2" (13mm) ' 75-95 I 80-90 I 85-100 I 85-95 I 60-84 I 65-80
40-60 I 45-60
24-50 I 30-45
3/8" (lorn)
I 15-25 11-29
No. 4
1-9
No. 8 No. 30 No. 200
I I I I
I
I 50-80 I 60-75 30-60 I 40-55 I 22-44 I 27-40 I 8-26 I 3-7 ]I
I 12-22 I 1-8 I 3-6 I I ]I
! !I
I .I
4.6-6.0 4.6-6.0 Asphalt %
Also, in Table "Type I11 Asphalt Concrete,tt change percent passing
sieves as follows:
Class D - Change % Passing No. 200 to 5-12
Add the following: "Table of Sand Equivalent and Cleanness Valuest1 and modify the sand equivalent value in the first paragraph and ir the table of requirements in Section 400-4.3 to the values as noted
in this added table."
f
I Table of Sand Eauivalent and Cleanness Values
Mix Sand Cleanness Size Eauivalent (Min. 1 Value (Min.)
D 45 Individual 55 Individual
50 Moving Average 60 Moving Average
C 50 Individual 60 Individual I B 50 Individual 60 Individual
After the last paragraph, add the following:
The aggregated from each separate bin for asphalt concrete, Type
111, except for the bin containing the fine material shall have a Cleanness Value as noted in the added "Table of Sand Equivalent and Cleanness Valuesv1 and as determined by Test Method No. Calif. 227, modified as follows: i
I
I
41
Tests will be performed on the material retained on the No. 8 sieve from each bind and will not be a combined or averaged result.
Each test specimen will be prepared by hand shaking for 30 seconds, a single loading of the entire sample on a 12-inch diameter, No.
4 sieve nested on top of a 12-inch diameter, No. 8 sieve.
Where a coarse aggregate bind contains material which will pass the maximum size specified and be retained on a 3/8 inch sieve, the test specimen weight and volume of wash water specified for one inch x No. 4 aggregate size will be used.
Samples will be obtained from the weight box area during or immediately after discharge from each bin of the batching plant or immediately prior to mixing with asphalt in the case of continuous mixers.
The Cleanness Value of the test sample from each of the bins will be separately computed and reported.
Modify Section 400-4.4, Storing, Drying and Screening Aggregates, as follows:
After fifth paragraph, add: "When the Contractor adds supplemental fine aggregate, each such supplemental fine aggregate used shall be stored separately and kept thoroughly dry.
' t
I
1
I
I
I
I
1
I
I
1
s
204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction grade Redwood,
or treated construction grade Douglas Fir.
204-2 TREATMENT WITH PRESERVATIVES I No change.
207-2 REINFORCED CONCRETE PIPE
The pipeline layout and connector pipe list required under Paragraph 3, 207-2.1, is waived.
210-1 PAINT n
Paint for striping shall be white.
'r
I
I
4;
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS I
I
i
I
I
1
I
C
i
I
I
I
I
I
4
300-2 UNCLASSIFIED EXCAVATION
Excavation of material in the 30' x 24' area of the parking lot entrance is required to enable the entrance to properly connect thr parking lot to the existing parking facilities of the building wit?
a 6It section of aggregate base and asphalt concrete. Payment foi
the excavation will be per the lump sum price bid for excavation.
t
301-1 SUBGRADE PREPARATION
Contractor will protect the existing D.G. in place except wherr
necessary to excavate in the entrance area. Scarifying anc
cultivating is therefore not required for this contract,
301-2 UNTREATED BASE
No change.
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal coat is required and shall conform the Section 302-5.9 of thesc supplemental provisions,
Modify Section 302-5.1, General, as follows:
Paragraph 1, replace ttSection 203-6" with 'ISection 400-4. M
Last paragraph, add: "All testing of underground installations ai any given point shall be completed before the surfacing is placec at that point.I1
Modify Section 302-5.2, Prime Coat, as follows:
After "grade Sc-25Ot@ add Itor MC 70."
Modify Section 302.5.5.2, Density and Smoothness, as follows:
First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm).
Modify Section 302-5-5.1, Rolling General, as follows:
Second paragraph, Part (2), add:
"Vibratory rollers shall be limited to breakdown, unless otherwist
directed by the Engineer.:
B
f
I
1
I
R
E
I
I
I
1
I
I
I
1
I
I
4:
After last paragraph, add: IWnless directed by otherwise the Engineer, the initial breakdown rolling shall be followed by E pneumatic-tired roller as described in this Section.*I To Section 302-5.8, Measurement and Payment, add:
Cost of labor and materials for the seal coat shall be included ir
the unit price bid for asphalt concrete.
Add the following: I 302-5.9, Seal Coat
t
All asphalt concrete surfaces shall be seal-coated unless otherwisc specified. The seal coat shall consist of a coat of asphaltic
emulsion and a cover coat of sand. The asphaltic emulsion shall
be mixing type conforming to Section 203-3, Vmulsion Asphalt o I Sand shall be clean and dry.
Immediately before applying asphaltic emulsion, the surface to bc seal-coated shall be thoroughly cleaned of all dirt and loosc material. Asphaltic emulsion shall not be applied when the streel is overly wet or when the atmospheric temperature is below 5( degrees Fahrenheit.
The asphaltic emulsion shall be applied by use of a power sprayin5 device that uniformly applies the emulsion to the surfacing at i rate of 0.1 to 0.15 gallon per square yard. The distributor spraj bar shall be equipped with asphaltic emulsion-type spray jets, Curbs, gutters, and other adjoining improvements shall be careful11 protected from the emulsion, and any such improvements spatterec or touched with emulsion shall be carefully cleaned.
Immediately after the application of asphaltic emulsion, a cove]
coat of sand shall be spread at the rate of 6 to 12 pounds pel
square yard. After the sand has been spread, any piles, ridges,
or uneven distribution shall be broomed to maintain an even layei
over the surface. Five days after the seal coat has been applied, the surface shall again be broomed and any excess sand shall bt picked up and removed from the job. The Engineer may authorize tht sand to be broomed, picked up and removed from the job after 2 01 more days.
303-2 AIR-PLACE CONCRETE 1 No changes.
f
I
I
I
E
I
i
1
-1
b
I
I
I
li
I
8
I
4
306-1 OPEN TRENCH OPERATIONS
18" RCP shall have a minimum cover of one (1) foot below finishel
grade. Bedding may be aggregate base per these specifications
Compaction shall be a minimum of 90% density and backfill shall b
mechanically compacted.
t
310-5 PAINTING VARIOUS SURFACES
Modify Section 310-5.6.10, Painting Traffic Striping, Pavemen Markings and Curb Markings, as follows:
Payment for all pavement marking shall be a lump sum as propose in the bid documents.
e
?
1
I
I
I
I
I
I
C
I
I
8
I
I
8
1
R
4:
PART I11
SPECIAL PROVISIONS
SECTION 2
SUPPLEMENTAL PROVISIONS FOR
r
I CONSTRUCTION MATERIALS
NOT USED
f
1
I
I
I
1
I
I
I
1,
I
i
I
I
i
I
1
1
4(
PART I11
SPECIAL PROVISIONS
SECTION 3
CONSTRUCTION METHODS
1)
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS
1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path
method (CPM) project schedule. This schedule is
subject to the review and approval of City.
2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and
90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration.
3. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised
project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule.
4, The schedule shall indicate estimated percentage of completion for each item of work at each and every submission.
5. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s)
shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and
approved by City as to completeness and conformance
with the aforementioned provisions.
F
R
I
I
I
I
I-
li
I
C
I
I
I
I
I
I
SECTION 01 01 0
SUMMARY OF WORK
PART 1 GENERAL
1.01 SUMMARY
t
A. The work under this Contract necessary for and incidental to the execution and completion of all work inda'cated in the Contract Documents for construction of:
City of Carlsbad Fire Station No, 6 Carl sbad, Cal if orni a
B. The Conditions of the Contract and other sections of Division 1 apply to this section as though fully repeated herein.
C. Contract Documents prepared by:
Daniel son Design Group 26722 Plaza, Suite 200 Mission Viejo, California 92691
1.02 GENERAL DESCRIPTION OF WORK
A. Construction of a new temporary fire station facility consisting of a pre-engineered wood modular Fire Station
Building, a pre-engineered steel Apparatus Building, all components and systems shown on the drawings and all anci 1 lary site preparation and construction. shall be in accordance with the Uniform Building Code, 1982
Edition, and all other applicable codes and ordinances.
Construction
B. The work includes the furnishing of all labor, materials,
services, transportation and installation of Fire Station Building, Apparatus Building, including all site work under separate bids,
The timely installation of the Fire Station Building shall be coordinated with the installation of all other work to
accomplish a completion date within the specified time.
I Refer to bid proposals for descriptions.
C.
I 1.03 OCCUPATIONAL SAFETY AND HEALTH ACT REQUIREMENTS
A. It shall be the responsibility of the Contractor to maintain conditions at the job site so as to meet in all respects the requirements of the Occupational Safety and Health Act, OSHA. This provision shall cover the Contractor's employees and all other persons working upon or visiting the site. To this end, the Contractor shall
inform himself and his representatives of OSHA standards.
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 1
P
I
1.04 TITLE 24 MANDATORY REQUIREMENTS
A. HVAC Controls - Section 2-5315 1. Each HVAC System shall:
I
I
I
I
I
1
C
8
I
I
c
I
I
I
I
a. Be equipped with at least one automatic device for reducing HVAC energy use during periods of nonuse or alternate uses of building spaces or zones served by system: Be able to maintain space temperature set points from 55 degrees F to 85 degrees F. replacement fixed set-poi nt devices shall be permitted if installed so as to maintain space temperature set points in zone they control: c. Be able to provide sequential temperature control of heating and cooling capacity in each zone, if both heating and cooling are provided; Provide range of temperatures up to 10 degrees F
in which no heating or cooling is provided to space,. if HVAC system has both heating and cooling capabi 1 i ty: e. Be able to terminate all heating at 70 degrees F; and f. Be able to terminate all cooling at 78 degrees F.
EXCEPTION: concurrent operation of independent heating and cooling systems need not comply with Section 2- 531 5( a)4, 2-531 5( a)5, and 2-531 5( a)6.
Zoning: Provide each zone with at least one of the devices specified in subsection (a) to control the HVAC system which serves the zone. Each floor of a building with conditioned space shall contain at least one zone.
t
b. Two or more
d.
I
Multiple zone HVAC systems requiring
2.
B. Ventilation Systems - Section 2-5316: On mechanical
ventilation supply and exhaust systems capable of moving more than 5,000 cfm of air, provide automatic dampers interlocked and closed on fan shutdown. On gravity ventilating systems, provide either automatic or readily
accessible manually operated dampers in all openings to the outside, other than combustion air openings.
C. Doors and Windows - Section 2-5317: Doors and windows
, between conditioned and unconditioned spaces, such as garages and closets for central forced air gas furnaces using outside air for combustion, shall be designed to
limit air leakage into or from the building envelope.
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 2
P
I
I
1
I
I
I
I
1
b
I
I
I
@
I
I
I
D. Control Devices For Indoor Lighting - Section 2-5319: Controls for lighting loads within the building envelope shall meet each of the following requirements: 1. Each area controlled by ceiling-height partitions shall have independent control of the lighting within that area. Each area enclosed by ceiling-height partjtions shall have at least one readily accessible manually operated switching device to control lighting within the area: ''readi 1 y accessible" meaning 1 ocated so that a person using the device can see the controlled lights or the area being lit. Switching devices in addition to, but not instead of, required readily accessible manually operated switching devices shall also be permitted. 3. General lighting of any area 100 sq. ft. or larger %n
which connected lighting load equals or exceeds 1.0 watt per sq. ft. throughout entire area shall be controlled so that load may be reduced by at least one-half while maintaining a reasonably uniform level of illumination throughout the area. Readily accessible switches that control each luminaire in a space with more than one luminaire, or that control each lamp in a space independently, meet the require- ments of this section. In all areas where effective use may be made of natural light, lighting circuiting shall be arranged
so that units in all portions of the area where natural light is available at the same time are switched independently of the remainder of the area.
2.
t
4.
E. Occupant Operating and Maintenance Information to be Provided by Builder: The builder shall provide the building owner, manager and the original occupants a list of the heating, cooling, water heating, and lighting systems and features, materials, components, and mechanical devices, conservation or solar devices installed in the building, and instructions on how to use them efficiently. The instructions shall be consistent with specifications set forth by the Executive Director.
showerheads, lavatory faucets and sink faucets must be certified by the California Energy Commission (Excluding: water heaters of the non-storage electric type and lavatories in public facilities having devices that limit
the flow of hot water or have self-closing faucets os having devices that limit the outlet temperature to a maximum of 100 F) Section 2-5314, Table 2-536.
F. Water Heaters and Plumbing Fixtures: Water heaters,
a
t
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 3
I
I
1
I
I
I
I
b
I
I
8 c 1.06 SOILS INFORMATION
1
1.05 TITLE 24 CONSTRUCTION COMPLIANCE STATEMENT REQUIREMENTS
A. Construction Compliance: 1. Prior to octupancy of the building, the person responsible for construction or installation shall provide the building department a signed statement,
showing the building permit number, and listing all the manufactured devices instal led, including the name of the manufacturer, model number, date of manufacture, manufacturer's stated efficiency, including the source cooling power index, source heating power index, and fan performance index of each HVAC system. In lieu of
the list, reference may be made to the plans and specifications, if all the above information was contained in the plans and specifications.
responsible for its preparation. The signer shall be a civi 1 engineer, mechanical engineer, electrical engineer, architect, building designer, general building contractor, or specialty contractor, 1 icensed or registered to practice by the State of California; or shall be the building owner if he or she is allowed by law to prepare the document. person has responsibility for building design or construction, each person may prepare and sign the document or documents applicable to that portion of the design or construction for which the person was responsible: or the person with chief responsibility for design or construction may prepare and sign the document for the entire design or construction.
t
2. Each document shall be signed by the person e
If more than one
B. Insulation Certification: Prior to occupancy the insulation installer shall post in a conspicuous location
in the building a signed certificate containing the building permit number and stating the insulation was installed in accordance with the approved plans and specifications. The certificate should also show the manufacturer's name, material identification, "R" value and, for blown insulation, the minimum weight per square foot consistent with manufacturer's design data.
A. Sub-surface soil conditions or elevations of existing grades or elevations of underlying obstructions is approximate only, is not guaranteed, and does not form a part of the Contract Documents. u 1.07 SHORING AND BRACING
The Contractor is responsible for the design and construction of all needed shoring and bracing necessary to construct this project. designed by a licensed Civil Engineer. Costs for design of shoring and bracing will be borne by the Contractor.
A.
Shoring and bracing are to be
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 4
i
1
1
I
I
I
I
I
1
I
b
I
B. The Contractor is to notify the Civil Engineer, the Soils
Engineer, and the Architect if unusual or latent or presently unknown conditions are encountered which might affect the structural stability of the work to follow, or if existing conditions are found to be different than those indicated.
1,08 COORDINATION WITH STRUCTURAL REQUIREMENT
t
A. The placement of pipe, conduit, etc. and the location, size and reinforcement in holes in the building structure are to conform
to the drawings and specifications. When the requirements of
the Mechanical, Electrical, and other sections of the
Specifications or Drawings are in conflict with the structural requirements, the structural requirements shall take
precedence. Where the safety of the building structure is threatened, due to mechanical, electrical or other work or holes required for such work, make modifications as directed by the Architect.
It is the Contractor's responsibility to coordinate the work so as to minimize conflices and optimize efficiency. B.
1.09 WORK INDICATED AS N. I. C.
A. The term "NIC" shall be construed to mean construction work not be furnished, installed or performed by the Contractor; the term means "Not in this Contract'' or "Not a Part of the Work to be Performed by the Contractor" except that coordination and/or instal lation of certain NIC items specified shall be the Contractor's responsibility.
PART 2 PRODUCTS 1 (Not used,)
1 PART 3 EXECUTION
(Not used.) 1
I
I
END OF SECTION
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 5
i
1
M
I
U
I
II
8
I
b
I
I
1
I
1
I
SECTION 01039
COORDINATION AND MEETINGS t PART 1 GENERAL
1.01 SECTION INCLUDES
A. Coordination.
B. Field engi neeri ng.
C. Progress meetings. I 1.02 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of Specifications to assure efficient and orderly sequence of installation of interdependent construction e 1 emen ts o
Verify that utility requirement characterlstics of operating equipment are compatible with building
utilities. interdependent responsibilities for installing, connecting to, and placing in service, such equipment.
Coordinate space requirements and installation of mechanical and el ectri cal work which are i ndi cated diagrammatically on Drawings. pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. efficiently to maximize accessibility for other installations, for maintenance, and for repairs.
D. In finished areas except as otherwise indicated, conceal
pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish
B.
Coordinate work of various Sections halrlng
C.
Follow routing shown for
Utilize spaces
u el emen ts.
E. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion.
site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities.
F. After Owner occupancy of premises, coordinate access to
I 1.63 FIELD ENGINEERING
A. Employ a Land Surveyor registered in the State of Cal i forni a and acceptable to the Archi tect/Engi neer.
CARLSBAD FIRE STATION NO. 6 COORDINATION OF MEETINGS 01039 - 1
P
B. Contractor to locate and pro.tect survey control and
1
I
I
1
lli
I
8
I
b
I
II
8
I
II
reference points.
Control datum for survey is that shown on Drawings. C.
D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices.
Submit certificate signed by the Land Surveyor that the
elevations and locations of the Work are in conformance with the Contract Documents.
t
E.
1.04 PROGRESS MEETINGS
A. The Architect, in coordination with the Owner, will schedule and administer meetings throughout progress of the Work at maximum bi-monthly intervals, unless Indicated
otherwise.
Subcontractors and suppliers, Owner, Archi tect/Engi neer, as appropriate to agenda topics for each meeting.
C. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordinatdon. 13. Other business relating to Work.
8. Attendance Required: Job superintendent, major
' PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
I END OF SECTION
CARLSBAD FIRE STATION NO. 6 COORDI NATION OF MEET1 NGS 01039 - 2
P
I
II
1
11
1
I
I
b
I
I
I
I
I
I
I
I
SECTION 01 300
SUBMITTALS
PART 1 GENERAL
1-01 SECTION INCLUDES
t
A. Submittal procedures.
B. Construction progress schedules.
C. Proposed Products list. I D. Shop drawings.
E. Product data.
F. Samples.
G. Manufacturers I instructions.
H. Manufacturers' certificates. I 1.02 RELATED SECTIONS
A. Section 01400 - Quality Control: Manufacturers' field services and reports.
B. Section 01700 - Contract Closeout: Contract warranty and manufacturer's certificates closeout submittals.
1.03 SUBMITTAL PROCEDURES
A. Transmit each submittal with Archi tect/Engi neer accepted
form.
B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detai 1 number(s), and specification Section number, as appropriate.
Apply Contractor's stamp, signed or initialled certifying that review, verification of Products required, field
dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of
the Work and Contract Documents.
Schedule submittals to expedite the Project, and deliver to ArchitectlEngineer at business address, Coordinate
submission of related items.
Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work.
C.
D.
E.
CARLSBAD FIRE STATION NO. 6 SUBMITTALS 01300 - 1
If
I
I
I
I
I
I
I
b
I
1
I u
I
F. Provide space for Contractor and Archi tect/Engineer review stamps a
changes made since previous submittal.
Distribute copies of reviewed submittals to concerned parties. inability to comply with provisions.
G. Revise and resubmit submittals as required, identify all
H. Instruct parties to promptly report any
1
1.04 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate within 10 days after date established in Notice to Proceed for Archi tect/Engi neer review.
Revise and resubmit as required.
Submit revised schedules with each Application for Payment, identifying changes since previous version.
Indicate estimated percentage of completion for each item of Work at each submission.
B.
C.
D. I
1.05 PROPOSED PRODUCTS LIST
A. Within 10 days after date of Owner-Contractor Agreement,
submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number or each product.
manufacturer, trade name, model or catalog designation, and reference standards.
B. For products specified only by reference standards, give
I 1.06 SHOP DRAWINGS
A. Submit in the form of six opaque reproductions: if Contractor requires the return of more than three reproductions, submittal should be increased by that n um ber ,
B. After review, reproduce and distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700 - Contract Closeout.
1.07 PRODUCT DATA
A. Submit the number of copies which the Contractor requires,
plus one copy which will be retained by the Architect/ Engineer.
CARLSBAD FIRE STATION NO. 6 SU BMI TTALS 01300 - 2
i
I
I
I
1
1
i
I
I
I
I
I
1
I
I
B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project,
C. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout.
t
1.08 CONSTRUCTION DRAWINGS, SPECIFICATIONS AND CALCULATIONS FOR MODULAR BUILDING
A. Submit six signed opaque reproductions of the drawings to the
B. Submit six signed copies of the specifications (if not included in the drawings)
C. Submit six signed copies of the signed structural calculations,
D. Submit six signed copies of Title 24 Calculations, forms 1 thru 5 as
E. Modify the above items as necessary to meet all governing agency
Architect.
I
ne c e s sa ry .
requirements identified during plan check.
1.09 CONSTRUCTION DRAWINGS, SPECIFICATIONS, AND CALCULATIONS FOR PRE- ENGINEERED METAL APPARATUS BUILDING
A. Submit six signed opaque reproductions of the drawings to the
B. Submit six signed copies of the specifications (if not included in
C. Submit six signed copies of the signed structural calculations.
D. Submit six signed copies of Title 24 Calculations, forms 1 thru 5 as
Architect.
the drawings) I
necessary.
requirements identified during plan check.
E. Modify the above items as necessary to meet all governing agency
1.10 SAMPLES
A. Submit samples to illustrate functional and aesthetic
Coordinate sample submittals for characteristics of the Product, with integral parts and attachment devices. interfacing work.
manufacturers' standard colors or in custom colors selected, textures, and patterns for Archi tect/Engi neer's selection.
B. Submit samples of finishes from the full range of
CARLSBAD FIRE STATION NO. 6 SUBMITTALS 01300 - 3
i
I
I
I C. Include identification on each sample, with full Project
i n f orma t i on,
D. Submit the number or samples specified in individual
specification Sections; one of which will be retained by
Archi tect/Engi neer.
Reviewed samples which may be used in the Work are
indicated in individual specification Sections.
E.
t
I
1.11 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections,
submit manufacturers' printed instructions for delivery,
storage, assembly, installation, start-up, adjusting,
and finishing, in quantities specified for Product Data.
B. Identify conflicts between manufacturers' instructions and
I
I
I Contract Documents.
1.12 MANUFACTURER' S CERTIFICATES
A. When specified in individual specification Sections,
submit manufacturers' certificate to Architect/Engineer
for review, in quantities specified for Product Data.
I
I
C
I
B. Indicate material or Product conforms to or exceeds
specified requirements.
affidavits, and certifications as appropriate.
Certificates may be recent or previous test results on
material or Product, but must be acceptable to
Submit supporting reference date,
C. I Archi tect/Engi neer.
PART 2 PRODUCTS I Not Used
I PART 3 EXECUTION
Not used
END OF SECTION I
I
SUBMITTALS 01300 - 4 CARLSBAD FIRE STATION NO. 6
i
I
SECTION 01 400
I
I QUALITY CONTROL
PART 1 GENERAL
1.01 SECTION INCLUDES
t
A.
B. References.
C. Field samples.
Qual i ty assurance and control of instal 1 ation. I
I
1
1
I
b 1 . 03 QUALITY ASSURANCE/CONTROL OF INSTALLATION
D. Mock-up.
E.
F. Manufacturers8 field services and reports.
Inspection and testing laboratory services. 1
1.02 RELATED SECTIONS
A. Section 01300 - Submittals: Submission of Manufacturers'
Instructions and Certificates.
B. Section 01600 - Material and Equipment: Requirements for
materi a1 and product qual i ty.
A. Monitor quality control over suppliers, manufacturers,
Products, services, site conditions, and workmanship, to
produce GIork of specified quality.
B. Comply fully with manufacturers' instructions, including
C. Should manufacturers' instructions conflict with Contract
m
I each step in sequence.
Documents, request clarification from Architect/Engi neer
before proceeding.
Comply with specified standards as a minimum qualtty for
the Work except when more stringent tolerances, codes, or
specified requirements indicate higher standards or more
precise workmanshi p.
Perform work by persons qualified to produce workmanship
of speci fied quality.
Secure Products in place with positive anchorage devices
designed and sized to withstand stresses, vibration,
physical distortion or disfigurement.
I
I
I
1
D.
E.
F.
QUALITY CONTROL 01400 - 1 CARLSBAD FIRE STATION NO. 6 k
I
I
1.04 REFERENCES
A. Should specified reference standards conflict with
Contract Documents, request clarification for Archi tect/Engi neer before proceeding.
5. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents
by mention or inference otherwise in any reference do cumen t.
I
I
I
I
1
b
I
I
I
I
I
I
t
I 1.05 FIELD SAMPLES
A. Install field samples at the site as required by individual specifications Sections for review.
B. Acceptable samples represent a quality level for the Work.
C. Where field sample is specified in individual Sections to
be removed, clear area after field sample has been accepted by Archi tect/Engi neer. I 1.06 MOCK-UP
A. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and f i ni shes.
B. Where mock-up is specified in individual Sections to be removed, clear area after mock-up has been accepted by
Archi tect/Engi neero 1 1.07 INSPECTION AND TESTING LABORATORY SERVICES
A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing.
5. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Archi tect/Engi neer.
Reports wi 11 be submitted by the independent firm to the Architect/Engineer, in duplicate, indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents.
materials, design mix, equipment, tools, storage and assistance as requested. 1.
I
C.
D. Cooperate with independent firm; furnish samples of
Notify Architect/Engineer and independent firm 24 hours prior to expected time for operations requiring services.
Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use.
CARLSBAD FIRE STATION NO. 6
2.
QUALITY CONTROL
' 01400 - 2
f
I
I
I
-I
I
I
E. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the ArchitectlEngineer. for retesting will be back-charged to the Contractor. Payment
1.08 MANUFACTURERS' FIELD SERVICES AND REPORTS
t
A. When specifled in individual specification Sectlons, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment. test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary.
Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions.
Submit report within 30 days of observation to Architect/
B.
C. 1 Engi neer for review.
I PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
b
I Not Used.
I END OF SECTION
1
I
I
I
II
I CARLSBAD FIRE STATION NO. 6 QUALITY CONTROL 01400 - 3
P
I
I
I
I
I
1
SECTION 01 500
CONSTRUCT I ON F AC I L IT I E S AN D TEMPORARY CONTROLS t PART 1 GENERAL
1.01 SECTION INCLUDES
A. Temporary Utilities: Electricity, water, and sanitary facilities.
6. Temporary Controls: Enclosures and fencing, protection of the Work, anc
C. Construction Facilities: Progress cleaning,
1 water control.
1.02 RELATED SECTIONS
A. Section 01700 - Contract Closeout: Final cleaning.
1.03 TEMPORARY ELECTRICITY I A. Provide and pay for power service required from Utility source.
1.04 TEMPORARY WATER SERVICE
A. Provide, maintain and pay for suitable quality water service required. b 1.05 TEMPORARY SANITARY FACILITIES
A. Provide and maintain requfred facjlities and enclosures. I 1.06 FIELD OFFICES AND SHEDS
A. Office: Site Contractor to provide weather-tight, with 1 ighting,
electrical outlets, heating, coooling, a nd ventilating equipment, ant,
equipped with furniture. Provide, in addition, space for Project
meetings, with table and chairs to accommodate 6 persons. Provide
separate private office, similarly equipped and furnished, for use of
B. Storage Sheds for Tools, Materials, and Equipment: Weather-tight, (with
heat and ventilation for Products requiring controlled condftions, ) with
adequate space for organized storage and access, and lighting for
inspection of stored materials.
I
I
I
I
I
I Modular Bui lding Contractor.
I 1.07 ENCLOSURES AND FENCING
A. Enclosures: Provide and maintain for the duration of construction
all scaffolds, tarpaulins, canopies, warning signs, steps, platforms, bridges, and other temporary construction necessary for proper completion
of the Work in compliance with pertinent safety and other regulations. B. Fencing: Provide and maintain for the duration of construction a
temporary fence of design and type needed to prevent entry onto the Work
by the public.
CARLSBAD FIRE STATION NO. 6 CONSTRUCTION FACILITIES AND TEMPORARY CON. 01500 - 1
F
I
I
I
I
I
1
I
I
1.08 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water. Provide,
B.
operate, and maintain pumping equipment.
Protect site from puddling or running water.
1.09 PROGRESS CLEANING
t
A. Maintain areas free of waste materials, debris, and rubbish. Maintain
site in a clean and orderly condition.
B. Remove debris and rubbish from pipe chases, plenums, attics, craw7
C. Broom and vacuum clean interior areas prior to start of surface
D. Remove waste materials, debris, and rubbish from site periodically anc
spaces, and other closed or remote spaces, prior to enclosing the space.
finishing, and continue cleaning to eliminate dust.
dispose off-site. 1 1.10 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary above grade or buried utilities, equipment, facilities,
materials, prior to Substantial Completion or as directed by Architect. D
B. Clean and repair damage caused by installation or use of temporary work.
C. Restore existing facilities used during construction to original
condition. Restore permanent facilities used during construction tc
speci f i ed condi ti on. C
PART 2 PRODUCTS I Not Used
I PART 3 EXECUTION
Not Used
END OF SECTION I
II.
II.
I
I CARLSBAD FIRE STATION NO. 6 CONSTRUCTION FACILITIES AND TEMPORARY CON. 01500 - 2
P
I
I
I
E
1
1
SECTION 01600
MATERIAL AND EQUIPMENT t PART 1 GENERAL
1.01 SECTION INCLUDES
A. Products.
B. Transportation and hand1 ing.
C. Storage and protection.
D. Product options.
E. Substi tut ions.
9.02 RELATED SECTIONS
A. Instructions to Bidders: Troduct options and substltution
B. Section 01400 - Quality Control: Product quality
1 procedures.
I monitoring.
C lWo3 A. PRoDUCTS Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse.
I
B
1
I
1
I
1.04 TRANSPORTATIQN AND HANDLING
A. Transport and handle Products in accordance with
B.
1 manufacturer's instructions.
Promptly inspect shipments to assure that Products comply with requirements, quantities are correct, and Products are undamaged.
Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage. C. 1
CARLSBAD FIRE STATION NO. 6 MATERIAL AND EQUIPMENT 01600 - 1
f
C
II 1.05 STORAGE AND PROTECTION
A. Store and protect Products in accordance with manufacturer's instructions, with seals and labels intact and legible. climate controlled enclosures.
IC sloped supports, above ground.
Store sensitive Products in weather-tight,
B. For exterior storage of fabricated Products, place on
C.
t
Provide off-site storage and protection when site does not permit on-site storage or protection.
Cover Products subject to deterioration with impervious sheet covering. D.
I
Provide ventilation to avoid I condensation.
E. Store loose granular materials on solid flat surfaces in a well-drained area,
Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage.
Arrange storage of Products to permit access for inspection. Periodically inspect to assure Products are undamaged and are maintained under specified conditions.
Provide mixing with foreign matter,
F.
m
G.
1
I
4
I
1
1
I
8
1
1
1
1.06 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only with a Provision for Substitutions: Product meeting those standards or description.
Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named.
Any
B.
1.07 SUBSTITUTIONS
A. Whenever in specifications any materials, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of material, process or article desired and Contractor may, unless otherwise stated, offer any material, process or article which shall be substantially equal or better in every respect to that so indicated or specified. If material, process, or article offered by Contractor is not, in opinion of Architect or Owner, substantially equal or better in every respect to that specified, then Contractor shall furnish material, process, or article specified. No substitutions shall be made until approved, in writing, by both Architect and
Owner. Burden of proof as to equality of any material,
CARLSBAD FIRE STATION NO. 6 MATERIAL AND EQUIPMENT 01600 - 2
F
1
I
II
lli
I
I
I
b
I
1
I
I
process, or article shall rest with Contractor, Contractor shall submit request together with substantiating data for substitution of an ''or equal" item within ten (10) days after award of Contract. Provision authorizing submission of "or equal" justification data shall not in any way authorize an extension of time for performance of this
Contract.
Substitutions may be considered when a Product becomes unavailable through no fault of the Contractor.
Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents.
A request constitutes a representation that the Bidder: 1.
f
B.
C.
D. Has investigated proposed Product and determined that
it meets or exceeds the quality level of the specified
Prod u c t .
Will provide the same warranty for the Substitution as
for the specified Product. Wi 11 coordinate instal lation and make changes to other Work which may be required for the Work to be complete
with no additional cost to Owner,
which may subsequently become apparent.
1
2.
3.
4. Waiv-es claims for additional costs or time extension
E.
I Documents.
Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revi sion to the Contract
F. Substitution Submittal Procedure:
1. Submit three copies of request for Substitution for consideration.
Substitution. 2. Submit shop drawings, Product data, and certified test
results attesting to the proposed Product equivalence. 3. The Architect/Engineer will notify Contractor, in
writing, of decision to accept or reject request.
Limit each request to one proposed
PART 2 PRODUCTS
Not used ' PART 3 EXECUTION
Not used
END OF SECTION
CARLSBAD FIRE STATION NO. 6 MATERIAL AND EQUIPMENT 01600 - 3
i
I
I
SECTION 01 700 I CONTRACT CLOSEOUT
PART 1 GENERAL
1 . 01 SECTION INCLUDES
t
A. Closeout Procedures.
5. Final Cleaning.
C. Adjusting.
D. Project Record Documents.
E. Operation and Maintenance Data.
F. Warranties.
G.
H. Instruction.
I
1
I
I
I
8 1.02 RELATED SECTIONS
I)
I
I
I
I
li
I
1
Spare Parts and Maintenance Materials.
A. Section 01500 - Construction Facilities and Temporary
Controls: Progress clean-fng.
1 . 03 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have
been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready
for ArchitectjEngineer's inspection.
Provide submittals to Architect/Engineer and Owner that are required by governing or other authorities, including
but not necessarily limited to: 1. Certificates of Inspection, 2. Certificates of Occupancy.
Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum
remaining due. 1.
B.
C.
If so required, Architect will prepare a final Change Order showing adjustments to the Contract Sum which were not made previously by Change Orders.
1.04 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
CARLSBAD FIRE STATION NO. 6 CONTRACT CLOSEOUT 01700 - 1
If
a
I
I
I
1 s
I
8
b
I
I
I
8
I
I
I
B. Clean interior and exterior glass and surfaces exposed to
view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.
C. Clean equipment and fixtures to a sanitary condition.
D. Clean, and replace if necessary, filters of operating
E. Clean debris from roofs, gutters, downspouts, and drainage
F. Clean site; sweep paved areas, rake clean landscaped
G. Remove waste and surplus materials, rubbish, and
t
eq ui pment.
systems,
surfaces,
construction faci 1 ities from the site.
1.05 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth I and unhindered operation.
1.06 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the Work:
1, Contract Drawings. 2. Specifications.
Store Record Documents separate from documents used for
Record information concurrent with construction progress.
section description of actual Products installed,
including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or a1 ternates utilized. 3. Changes made by Addenda and Modifications.
Record Documents and Shop Drawings: Legibly mark each item to record actual construction including:
1. Measured depths of foundations in relation to findsh first floor datum. 2. Measured horizontal and vertical locations of underground uti 1 i ties and appurtenances, referenced to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings.
B. I construction.
C.
D. Specifications: Legibly mark and record at each Product
E.
CARLSBAD FIRE STATION NO. 6 CONTRACT CLOSEOUT 01700 - 2
t
I
I
I
I
I
1
8
F. Submit documents to Archi tect/Engi neer with claim for
final Application for Payment.
1.07 OPERATION AND MAINTENANCE DATA p
A. Submit two sets prior to final inspection, bound in 8-1/2
x 11 inch text pages, in binders with durable plastic
covers.
1.08 WARRANT1 ES I A.
B.
Submit prior to final Application for Payment.
For items of kJork delayed beyond date of Notice of Completion, provide updated submittal within ten days
after acceptance, listing date of acceptance as start of
warranty period.
1.09 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections.
Deliver to place in location as directed: obtain receipt
prior to final payment. B.
1, 1.10 INSTRUCTION
A. Instruct the Owner's personnel in proper operation and maintenance of systems, equipment, and similar items which were provided as part of the Work. I
PART 2 PRODUCTS
Not used E
I
1
8
I
I
I PART 3 EXECUTION
Not used
END OF SECTION
CARLSBAB FIRE STATION NO. 6 CONTRACT CLOSEOUT 01700 - 3
f
I
1
I
1
8
SECTION 021 00
SITE PREPARATION p PART 1 GENERAL
1-01 SUMMARY
A. Section Includes: Perform site preparation work as shown and specified. The Work includes, but is not necessarily
limited to: 1. 2. 3. Stripping and stockpiling topsoil. 5. Removing designated site materials. 6. Regrading.
1. Section 02200 - Earthwork.
2.
Protecting existing trees and shrubs to remain. Removing trees and other vegetation.
B. Related Work I g 1.02 PROJECT CONDITIONS
Section 02480 - Landscape Planting.
A. Perform site preparation work before commencing site
construction.
B. Locate, protect and maintain active utilities and site improvements to remain.
1.
I
b
1
I
I
I
I
I
I
Should uncharted or incorrectly charted piping or other uti1 ities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to the satisfaction of uti 1 i ty owner.
Do not interrupt existing utilities serving facilities occupied and used by the Owner or others during occupied hours, except when permitted in writing by the Owner and then only after acceptable temporary utility services have been provided. 3. Provide minimum of 48-hour notice to the Owner and receive written notice to proceed before interrupting any utility. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with uti 1 i ty companies for shut-off of services if lines are active.
2.
4.
1
C. Provide necessary barracades, coverings, and protection to
D. Restore to orlginal grades and conditions, areas adjacent
prevent damage to existing improvements indicated to remain.
to site disturbed or damaged as a result of site preparation work. PART 2 PRODUCTS
CARLSBAD FIRE STATION NO. 6 SITE PREPARATION 02100 - 1
f
I
PART 2 PRODUCTS I (Not used.) t PART 3 EXECUTION
3.01 CLEARING
A. Locate and suitably identify trees and improvements
i ndicated to remai n.
Clear and grub areas within contract limits as required for site access and execution of the work.
8
I
I
1
1
1
C
I
1
II
I
1
I
I
B.
C. Remove trees, plants, undergrowth, other vegetation, and
Fell trees in a manner to prevent injury to adjacent facilities and to trees scheduled to remain. Use hand methods for grubbing inside the drip line of trees to remain. Strip grass materials to a maximum depth of 1 inch under tree canopies. Carefully till or scarify existing grade to a depth of 1 inch.
Remove stumps and roots to a clear depth of 36 inches below subgrades. Remove stumps and roots to their full depth within 5'-0" of underground structures, utility lines, footings, and paved areas.
debris, except items indicated to remain. Strip weeds and
grass. I.
2.
3.
D. Protect existing trees scheduled to remain against injury or damage, including cutting, breaking, or skinning of roots, trunks or branches: smothering by stockpiled construction materials, excavated materials, or vehicular traffic within branch spread. 1. Repair trees scheduled to remain and damaged by construction operations in a manner acceptable to the 1 andscape architect. Repair damaged trees promptly to prevent progressive deterioration caused by damage. Replace trees scheduled to remain and damaged beyond repair by construction operations, as determined by the landscape architect, with trees of similar size and species. Cost for tree replacement will be determined in accordance with the Tree Eva1 uation Formula as described in "A Gulde to the Professional
Evaluation of Landscape Trees, Specimen Shrubs, and Evergreens", pub1 ished by the International Society of
2.
I Arbori cul ture.
CARLSBAD FIRE STATION NO. 6 SITE PREPARATION 02100 - 2
?
I
I
I
I
II
I
I
I
I
I
1
I
I
1.
B
3. Repair and replacement of trees scheduled to remain
and damaged by construction operations or lack of adequate protection during construction operatfons will be at the Contractor s expense. p 3.02 STRIPPING TOPSOIL
A. Strip topsoil to its full depth at building areas, and all areas to be regraded, resurfaced, or paved within contract limit work area.
B. Stockpile topsoil in a location acceptable to the Owner for use in finish grading and preparation of lawns and planting beds. 1. Stockpiled topsoil is to be free of trash, brush, stones over 3 inches in diameter, and other extraneous matter. 2. Grade and slope stockpiles for proper drainage and to prevent erosion.
I 3.03 SITE IMPROVEMENTS
A. Remove existing site improvements within contract limits as indicated by the Drawings.
all base material, as required to accommodate new construction. Cut existing sidewalks, curbs, and paving in neat, straight lines to provide uniform, even transition from new to adjacent existing work. Cut back existing
paving a sufficient distance to permit forming and installation of new work.
C. Remove, temporarily relocate during construction, and
6. Remove existing sidewalks, curbs, and paving, including
C
reinstall in final location street signs, parking meters, mail boxes, traffic signal control boxes, and other designated i tems. governing authorities. Comply with all requirements concerning temporary i nstall ation and permanent
rei nstall ation.
Coordinate the work with applicable
3.04 CLEANING
A. Upon completion of site preparation work, clean areas within contract limits, and remove tools, and equipment. Provide a site clear, clean, free of materials and debris, and suitable for site work operations.
CARLSBAD FIRE STATION NO. 6 SITE PREPARATION 02100 - 3
If
I
I
i
1
8
I
I
I
I
8
E
I
I
1
I
It
3.05 SALVAGED MATERIALS
A. Remove, store, protect, and reinstall salvaged items as
B. Materials, items, and equipment not scheduled for
noted on the Drawings.
relnstallation or salvaged for the Owner's use are the property of the Contractor. Remove cleared materlals from
the sa'te as the work progresses. Storage and sale of Contractor's salvage items on site is not permitted.
t
END OF SECTION
C
CARLSBAD FIRE STATION NO. 6 SITE PREPARATION 02100 - 4
If
1
SECTION 02200 I EARTH WORK
PART 1 GENERAL
1.01 WORK INCLUDED
t
A. Building excavation.
B. Shoring excavations.
C. Site and finish grading.
I
1
I
I
1
D
111
1
il
II
I 1.02 RELATED WORK
A. Section 01400 - Quality Control: Inspection of bearing surf aces.
Section 02100 - Site Preparation. B.
C. Section 02223 - Backfilling.
D.
E.
I
Section 02225 - Trenching: Trenching for utilities.
Geotechnical Report - On file at the Office of the Architect b 1.03 PROTECTION
A. Protect excavations by shoring, bracing, sheet piling, underpinning, or other methods required to prevent cave-in
or loose soil from falling into excavation. All excavations should be in accordance with OSHA regulations if workers are to enter the excavations (OSHA Safety Guide
1. Barricade as required open excavations occurring as
part of this work and post with warning lights. Operate warning lights as recommended by authorities
having jurisdiction. 2. Protect structures, utili ties, sidewalks, pavements, and other facilities from damage caused by settlement, 1 ateral movement, undermining, washout, dush and other
hazards created by earthwork operations.
S-358).
CARLSBAD FIRE STATION NO. 6 EARTH WORK 02200 - 1
c
I
1
I B. Notify Archi tect/Engi neer of unexpected subsurface
conditions and discontinue affected work in area until notified to resume work.
C. Protect bottom of excavations and soil adjacent to and beneath foundations from frost.
Grade excavation top perimeter to prevent surface water D.
t
I run-off into excavation.
E. Existing Utilities: Refer to pertinent provisions in
F. Existing trees: Refer to provisions in Secion 02100.
Section 02100 - Site Preparation. I
I
I
C
1
1
I
I
I
I
31
I 1.04 SOILS TESTING AND INSPECTIONS
A. The Owner will engage soil testing and inspection services
B.
for quality control testing during earthwork operations.
Perform earthwork under the direction and supervision of the soils engineer; the recommendations of the soils engineer take precedence over any information and/or minimums specified herein. I 1.05 SITE INFORMATION
A. Data on indicated subsurfaces conditions are not intended as representations or warranties of accuracy or continuity between soil bearings. It is expressly understood that the Owner will not be responsible for interpretations or conclusions drawn therefrom by the Contractor: data are
made available for convenience of the Contractor. 1
B. Additional test borings and other exploratory operations may be made by the Contractor at no cost to the Owner.
1.06 REGULATORY REQUIREMENTS
A. Perform earthwork in compliance with applicable requirements of agencies having jurisdiction. to these documents, also comply with civil engineering documents, and soils report as
directed by Owner.
In addition
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 2
F
8
1
I
I
I
I
1
b
I
I
I
I
i
8
1.07 DUST CONTROL
A. Throughout the entire construction period, effectively control dust within the working area, unpaved roads, and other involved portions of the site, by intermittent watering and sprinkling of such a frequency as will satisfactory allay the dust. No chemical treatments .will be permitted.
P
1.08 DEWATERING
A. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area.
B. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to ' convey water away from excavations.
Establish and maintain temporary drainage ditches and
other diversions outside excavation limits to convey rain water and water removed from excavations to collection or run-off areas. Do not use trench excavations as temporary drainage ditches.
e
C.
PART 2 PRODUCTS 1 2.01 MATERIALS
A. Subsoil: Excavated material, graded free of lumps larger than 6 inches, rocks larger than 3 inches, and debris.
Pea Gravel: Mineral aggregate graded 1/4 inch (6 mm) to 5/8 inch (16 mm); free of soil, subsoil, clay, shale, or 8. I foreign matter.
PART 3 EXECUTION
3.01 PREPARATION
A. Identify required 1 ines, levels, contours, and datum. Coordinate with Section 01039.
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 3
?
I
I
I
I
I
I
I
b
I
1
I
i
I
I
I
3.02 MATERIAL STORAGE
A. Stockpi le excavated materials determi ned by soi 1 s engineer to be suitable for backfill and/or fill material, where directed untll required for use. Place, grade, and shape stockpile for proper drainage. Locate and retain soils material away from edge of excavations. Do not store within drip line of trees indicated to remain.
t
3.03 GRADE VERIFICATION
A. Verify drawing dimensions and existing grade elevations shown on the drawings with actual field conditions. Report to the Architect all conditions which prevent proper execution of the work prior to construction.
Accurately locate and record proposed construction and finished grades using approved permanent bench marks and datum elevation and dimensions as shown on the Drawings. Do not scale from the Drawings.
B.
I 3.04 LAYOUT OF THE WORK
A. Locate and set grade stakes for all walls, walks, paving, curbs, headerboards, and for finished grading of all planting areas including flow lines.
3.05 SITE GRADING
A. Perform grading operations to establish final surfaces
within one-tenth of a foot of the finished grades shown on the Drawings. Where no finish grade or contours are shown, establish finish grade one inch below top of walks, curbs, headers or paving.
Establish finish grade adjacent to building walls six inches below finish floor elevation (FFE). away from building at 1:48 minimum slope for at least five feet from buildings.
C. Make finish grade smooth and uniform. Conform to the
B. Slope grades
finish grades and elevations shown on the Drawings with allowance for the thickness of subsequent materfals and work to be placed on grade. 1 3.06 EXCAVATION
A. Unauthorized Excavation: 1. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction. Unauthorized
excavation as well as remedial work as directed by the soils engineer will be at the Contractor's expense.
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 4
P
2. Under footings, foundation bases or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation
bottom, without altering required top elevation. Do not place footing concrete on filled-in earth except compacted fill certified by the soils engineer.
required subgrades with excavated soil to 90% relative compaction.
1
I
R
I
I
I
I
I
b
I
I
I
I
i
II
3. Elsewhere, replace and compact undercutting below ?
B. Additional Excavation: If unsuitable bearing materials are encountered at required subgrade elevations, carry excavations deeper and replace excavated materials as
directed by soi 1s engineer.
comply with local codes and ordinances. Provide shoring and bracing where sloping is not possible because of space
restrictions or stability of material excavated.
1. Conform to elevations and dimenions shown within a tolerance of plus or minus 0.10 feet, and extend excavation a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, intallation of services, other construction, and for inspection.
/ 2. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave a solid base to receive other work. Obtain inspection and testing of foundation excavations by soils engineer before concrete is placed. Comply with pertinent provisions of Section 01 400.
C. Stability of Excavations: Slope sides of excavations to
D. Excavation for Structures:
3.
E. Excavation for Pavements: Cut surface under pavements to
comply with cross-sections, elevations and grades as I shown.
F. Excavation for Trenches: Excavate trenches to the uniform width required for the particular item to be installed,
sufficiently wide to provide ample working room. and comply with provisions in Section 02225 - Trenching. Refer to
I G. Remove lumped subsoil, boulders, and rock.
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 5
?
I
I
I
S
I
I
I
I
b
I
I
I
I
I
I
I
I
3.07 FILL PLACEMENT AND COMPACTION
A. Place approved backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment and not more than 4 inches
in loose depth for material compacted by hand-operated tampers .
B. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content.
C. Mechanically compact all material placed in fills to a relative compaction of not less than 90 percent of maximum dry density a5 determined by ASTM D1557; the upper 3 feet to a relative compaction of not less than 95 percent of maximum dry density as determined by ASTM D1557.
0. Do not backfill trenches until all required tests are
performed.
E. Carefully backfill trenches in accordance with Section 02225 - Trenching.
t
3.08 FINISH GRADING
A. Upon completion of all cuts and fills to finish grades,
harrow or rake all graded surfaces to a uniform surface and remove all rocks, rubble and other unsuitable materials one inch or greater in diameter from the site.
Do not work soil when the moisture content is so great that excessive compaction will occur; nor when it is so dry that a dust will form in the air or that clods will not break readily. Apply water if necessary to provide ideal moisture content for tilling.
Finish grade all lawn and planting areas to the elevatdons indicated on the Drawings. Make grades not otherwise
indicated at uniform levels of slope between polnts where elevations are given. Make minor adjustments of finish
grades at the direction of the landscape architect, if required. Make finish grade smooth, even and of uniform plane with no abrupt change of surface. Slope grades away from buildings to allow a natural runoff of water.
Direct surface drainage as indicated on the Drawings by remodeling surfaces to facilitate the natural run-off of
water. Grade low spots and pockets to drain properly. Finish grade with proper slope to drains. Grade and maintain all flow lines to allow free flow of surface water. Maintain flow lines after thorough settlement and compaction of soil.
B.
C.
D.
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 6
f
3.09 CLEANING
I
I
I
I
1
I
I
I
b
1
I
E
I
1
I
I
I
A. Upon completion of earthwork operations, clean areas within contract limits, and remove tools and equipment. Provide a site clear, clean, free of debris, and suitable for site work operations.
3.10 FIELD QUALITY CONTROL
t
A. Provide for visual inspection of bearing surfaces under provisions of Section 01400.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 7
f
I
SECTION 02223 I BACKFILLING t PART 1 GENERAL
1.01 WORK INCLUDED
A.
B. Site backfilling.
C. Fi 11 under slabs-on-grade.
D. Compaction requlrements.
Building perimeter backfilling to subgrade elevations. I
I
1
I
1
I)
I
I
1.
I
E
I
1.02 RELATED WORK
A. Section 01400 - Quality Control: Compaction requirements
B. Section 02200 - Earthwork.
C. Section 02225 - Trenching: Excavation and backfilling of
of backf i 1 I o 1
trenches.
1.03 REFERENCES
A. ANSI/ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates.
ANSI/ASTM Dl556 - Density of Soil in Place by the Sand-
Cone Method.
ANSI/ASTM Dl557 - Moisture-Density Relations of Soils and
Soil-Aggregate Mixture Using 10 lb (4.54 kg) Hammer and 18 inch (457 mm) Drop.
B.
C.
I D. Geotechnical Report; on file at office of Architect.
1.04 TESTS
A. Tests and analysis of fill materials will be performed in accordance with ANSI/ASTM Dl557 and under provisions of Sectjon 01 400.
1.05 SAMPLES I A.
B.
Submit samples under provisions of Section 01400.
Submit IO lb sample of each type of fill to testing laboratory, in air-tight containers.
CARLSBAD FIRE STATION NO. 6 BACKFILLING 02223 - 1
f
I
I
I
I
I
E z
I
I
I
I
c
1
PART 2 PRODUCTS
2.01 SELECT FILL MATERIALS
A. Type A - CalTrans Class I1 permeable material, free of shale, clay, friable materials and debris; graded in accordance wdth ANSI/ASTM C136 within the followlng 1 imi ts:
t
Sieve Size Percent Passi nq
2 inches (50 mm) 100 One inch (25 mm) 3/4 inch (19 mm) 90 to 100 90 to 100 3/8 inch (9 mm) 40 to 100
No. 4 25 to 40 No. 8 18 to 33 No. 30 5 to 15
No. 50 0 to 7 No. 200 0 to 3
Type B - Pea Gravel: Natural stone; washed, free of clay, shale, organic matter; 1/4 inch minimum to 5/8 inch maximum size; graded in accordance with ANSI/ASTM C136.
B.
C. Type C - Sand: Natural river or bank sand: washed, free of silt, clay, loam, friable or soluble materials, and organic matter; graded in accordance with ANSI/ASTM C136
within the following limits:
Sieve Size Percent Passing
No. 4 100 No. 14 10 to 100 No. 50 5 to 90 No. 100 4 to 30 No. 200 0
I,
D. Type D - Blended Material: CalTrans Class 111 or as specified by engineer.
Type F - Soil Cement: If required, to be specified by the soi I s engi neerD E.
1 2.02 COMMON FILL MATERIALS
A. Subsoil: Reused or imported; free of gravel larger than 3 inch sire, and debris.
2.03 ACCESSORIES
A. Geotextile Fabric: If required, to be specified by
engineer.
CARLSBAD FIRE STATION NO. 6 BACKFILL1 NG 02223 - 2
;.
1
I
D
1
I
II
I
1
I
I
PART 3 EXECUTION
3.01 INSPECTION
A. Verify stockpiled fill to be reused is approved.
B. Verify foundation walls are braced to support
surcharge forces imposed by backfilling operations.
Verify areas to be backfilled are free of debris, snowl
ice, or water, and ground surfaces are not frozen.
P
C.
3.02 PREPARATION
A. When necessary, compact subgrade surfaces to density
B.
requirements for backf i 11 materi a1 .
Cut out soft or saturated areas of subgrade not readily capable of in-site compaction. material and compact to density equal to requirements for
subsequent backf i 11 material.
Backfill with Type D
3.03 BACKFILLING
A. Backfill areas to contours and elevations. Use unfrozen
materi a1 s.
B. Backfill systematically, as early as possible, to allow
maximum time for natural settlement. Do not backfill over
porous, wet, or spongy subgrade surfaces.
Place and compact select fill materials in continuous
layers not exceeding 6 inches loose depth.
C
C.
D. Place and compact common fill material in continuous
E.
1
I utilities in trenches.
layers not exceeding 8 inches loose depth.
Employ a placement method so not to disturb or damage
F. Maintain optimum moisture content of backfill materials to
attain required compaction density.
backfill simultaneously on each side of unsupported
foundation walls until supports are in place.
Slope grade away from building minimum 2 inches in 10 feet, unless noted otherwise.
G. Backfill against supported foundation walls. If required,
B
I
1
6
II
H.
I. Make changes in grade gradual. Blend slopes into level
J.
areas.
Remove surplus backfill materials from site.
CARLSBAD FIRE STATION NO. 6 BACKF I LLING 02223 - 3
P
1
E
I
I
i
I
I
I
b
I
I
I
I
I
E
3
K. Leave stockpile areas completely free of excess fill materi a1 s.
3.04 TOLERANCES
A. Top Surface of Backfilling: Plus or minus one inch.
3.05 FIELD QUALITY CONTROL
P
A. Compaction testing will be performed in accordance with ASTM D1556, 2922 or 2937, and under provisions of Section 01 400.
If tests indicate work does not meet specifded requirements, remove work, replace and retest at no cost to Owner.
B.
3.06 SCHEDULE OF LOCATIONS
A. Interior S1 ab-0n-Grade: Competent formational material or subsoil fill, compacted to 90 percent: with cover of Type C fill, 4 inches thick, compacted to 95 percent.
Exterior Side of Foundation Walls and Retaining Walls Over Granular Filter Material and Foundation Perimetet- Drainage: Subsoil Type A fill, to subgrade elevation, each lift compacted to 90 percent.
C. Fill Under Grassed Areas: Subsoil fill, to below finish grade, compacted to 95 percent.
D. Fill Under Landscaped Areas: Subsoil fill, to below finish grade, compacted to 95 percent.
E. Fill Under Asphalt Paving: CalTrans Class I1 aggregate base below finish paving elevation, compacted to 95
B.
II percent.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 BAC KF I L L I NG 02223 - 4
P
SECTION 02225
1
I TRENCHING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Excavate trenches for utilities to municipal utllities.
B. Compacted bed and compacted fill over utilities to su bgr ade el evati ons.
C. Compaction requirements.
t
I
E
ff
I
I
C
I r
1
t
I
I
1
1.02 RELATED WORK
A. Section 01400- Quality Control: Compaction requirements of
B. Section 02223 - Backfilling: General backfilling.
C. Section 15400 - Plumbing: Sewer piping from building
backfill.
to municipal sewer.
E. Section 15400 - Plumbing: Water, Piping from building 1 to municipal utilities.
1.03 REFERENCES
A. ANSI/ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates.
ANSI/ASTM Dl556 - Density of Soil in Place by Sand-Cone Method.
ANSI/ASTM Dl557 - Moisture-Density Relations of Soils and Soil-Aggregate Mixture Using 10 lb (4.54 kg) Hammer and 18 inch (457 mrn) Drop.
B.
C.
D. Geotechnical Report: On file at office of Architect.
1.04 TESTS
I Section 01400.
A. Tests and analysis of fill materials will be performed in accordance with ANSI/ASTM Dl557 and under provisions of
CARLSBAD FIRE STATION NO. 6 TRENCHING 02225 - 1
If
li
1.05 SAMPLES
A.
5.
Submit samples under provisions of Section 01400.
Submit 10 lb sample of each type of fill to testing
laboratory, in air-tight containers.
I
I
I
B
I
1.06 PROTECTION
t
A. Protect excavations by shorjng, bracing, sheet piling,
underpinning, or other methods required to prevent cave-in
or loose soil from falling into excavation.
Underpin adjacent structures which may be damaged by
excavation work, including service utilities and pipe
chases.
Notify Archi tect/Engi neer of unexpected subsurface
conditions and discontinue work in affected area until
notification to resume work.
Protect bottom of excavations and soil adjacent to and
B.
C.
D. I beneath foundations from frost.
I run-off into excavation.
E. Grade excavation top perimeter to prevent surface water
b PART 2 PRODUCTS
2.01 SELECT BED AND FILL MATERIALS
Type A - CalTrans Class I1 permeable material, free of
shale, clay, friable materials and debris: graded in
accordance with ANSI/ASTM C136 wi thl n the fot lowing 1 imi ts:
A. I
1
I
E
1
I
I
I
Sieve Size Percent Passing
2 inches (50 mm) 100
One inch (25 mm)
3/4 inch (19 mm)
90 to 100 90 to 100
3/8 inch (9 mm) 40 to 100
No. 4 25 to 40
NO. a 18 to 33
No. 30 5 to 15 No. 50 0 to 7
No. 200 0 to 3
Type B - Pea Gravel: Natural stone: washed, free of clay,
shale, organic matter: 1/4 inch minimum to 5/8 inch
maximum size; graded in accordance with ANSI/ASTM C136.
5.
CARLSBAD FIRE STATION NO. 6 TRENCH I NG 02225 - 2
P
B
I
I
I
I!
I
I
b
I
3
I
1
C. Type C - Sand: Natural river or bank sand; washed, free of
silt, clay, loam, friable or soluble materials, and organic matter; graded in accordance with ANSI/ASTM C136 within the following limits:
Sieve Size Percent Passing
No. 4 100 No. 14 10 to 100 No. 50 5 to 90
No. 100 4 to 30 No. 200 0-
t
D. Type D - Blended Material: CalTrans Class I11 or as 5 specified by engineer.
E. Type F - Soil Cement: If required, to be specified by the
soi 1 s engi neer.
2.02 COMMON FILL MATERIALS
A. Subsoil: Reused or imported; free of gravel larger than 3 inch size, and debris.
2.03 ACCESSORIES
A. Geotextile Fabric: If required, to be specified by engi new.
PART 3 EXECUTION
3.01 INSPECTION
A.
8.
Verify stockpiled fill to be reused is approved.
Verify foundation perimeter drainage installation has been inspected.
Verify areas to be backfilled are free of debris, snow, ice, or water, and surfaces are not frozen. C.
3.02 PREPARATION
A. Identify required lines, levels, contours, and datum.
B. When necessary, compact subgrade surfaces to density
I Coordinate with Section 01039.
I requirements for backfill material.
3.03 EXCAVATION
A. Excavate subsoil required for storm sewer, sanitary sewer, water, and gas piping to municipal utilities.
3
1 CARLSBAD FIRE STATION NO. 6 TRENCH I NG 02225 - 3
I.
I
I
li
I
1
3
I
1,
I
I
i
t
B. Cut trenches sufficiently wide to enable installation of utilities and allow inspection.
Hand trim for bell and spigot pipe joints.
D. Remove lumped subsoil, boulders, and rock.
E. Excavation shall not interfere with normal 45 degree bearing splay of foundations.
F. Correct unauthorized excavation at no cost to Owner.
G. Fill over-excavated areas under pipe bearing surfaces in accordance wf th direction by Archi tect/Engi neer.
H. If required, stockpile excavated material in area designated on site and remove excess subsoil not being reused, from site.
C. Hand trim excavation and leave free of loose matter. t
4
3.04 BACKFILLING
A. Support pipe and any conduit during placement and
compaction of bedding fi 11 .
systematically, as early as possible, to allow maximum
time for natural settlement. Do not backfill over porousI
wet, or spongy subgrade surfaces.
Place geotextile fabric if necessary to provide separation between backfill material and saturated compressible soils if complete removal cannot be accomplished.
Place and compact select fill materials in continuous layers not exceeding 6 inches loose depth.
layers not exceeding 8 inches loose depth.
Employ a placement method so not to disturb or damage foundation perimeter drainage and/or foundation dampproof ing.
Maintain optimum moisture content of backfill materials to
ti. Remove surplus backfill materfals from site.
I. Leave stockpile areas completely free of excess fill materi a1 s. ' 3.05 TOLERANCES
B. Backfi 11 trenches to contours and elevations, Backfi 11
C.
D.
E. Place and compact common fill inaterial in continuous
F.
I
G. 8 attain required compaction density.
CARLSBAD FIRE STATION NO. 6 TRENCHING 02225 - 4
P
I
1
I
II
I
I
I
I
4
b
I
i
I
!
I
1
1
I
3.05 TOLERANCES
A. Top Surface of Backfilling: Plus or minus one inch.
3.06 FIELD QUALITY CONTROL
A. Compaction testing will be performed in accordance with
ASTM Dl556 and under provisions of Section 01400.
t
END OF SECTION
CARLSBAD FIRE STATION NO. 6 TRENCH1 NG 02225 - 5
?
u
SECTION 0251 3 ! ASPHALTIC CONCRETE PAVING
PART 1 GENERAL
1.01 WORK INCLUDED
t
A. Asphaltic concrete paving where indicated on the Drawings. I
I
B
I
I
P
I
I
1
1
1.02 RELATED WORK
A. Section 02200 - Earthwork: Preparation of site for paving.
B. Section 02223 - Backfilling: Compacted fill for paving.
C. Section 03001 - Concrete.
D. 8 Section 02584 - Pavement Marking.
1.03 REFERENCES
A. The Asphalt Institute - Manual MS-4 - The Asphalt
Handbook.
ASTM D946 - Asphalt Cement for Use in Pavement
Go n st ruc t i o n.
8. b 1.04 QUALITY ASSURANCE
A. Perform work in accordance with Standard Specifications,
California Department of Transportation, Division of
Highways, as last amended.
B. Mixing Plant: Conform to State of California standards.
C. Obtain materials from same source throughout.
1.05 REGULATORY REQUIREMENTS
A. Conform to applicable standards for paving work on public
property.
B. Conform to the Standard Specifications of the California
Department of Transportation (CalTrans), Division of 1 Highways.
1.06 SUBMITTALS
A. Submit product data under provisions of Section 01300.
B. Subml t manufacturers' instructions under provisions of i Section 01 300.
CARLSBAD FIRE STATION NO. 6 ASPHALTIC CONCRETE PAVING 02513 - 1
P
1
I
4
I
I
I
I
I
I. 09 ENVIRONMENTAL REQUIREMENTS
A. Do not place asphalt when base surface temperature is less than 40 degrees F.
PART 2 PRODUCTS
2.01 MATERIALS
t
A. Primer: (, If requi red) Homogeneous medi um curing 9 iquid asphalt.
B. Base Course: Class I1 aggregate base per Section 26, Cal i forni a Department of Transportation, Standard Specifications; compacted thickness as indicated on the Drawings to 95 percent density minimum.
hydrated lime, or other approved mineral dust, free of foreign matter.
sand type.
2.02 ASPHALT PAVING MIX
C. Mineral Filler: Finely ground particles of limestone,
D. Seal Coat: (If required) Asphalt Institute Manual MS-4,
A. Use dry materials to avoid foaming. Mix uniformly per
m
Section 39, CalTrans Standard Specifications: 5 to 7 percent of asphalt mix by weight in mixture. C
PART 3 EXECUTION
3.01 INSPECTION
1
I
1
I
I
I
1 A.
9.
C.
Verify compacted granular base is dry.
Verify gradients and elevations of base are correct.
Beginning of installation means acceptance of substrate. 1 3.02 PREPARATION
A. Apply primer, if used, over substrate at uniform rate of
B.
1/3 gal/sq yd.
Apply primer in accordance with manufacturer's
instructions.
Use clean sand to blot excess primer. C.
CARLSBAD FIRE STATION NO. 6 ASPHALTIC CONCRETE PAVING 02513 - 2
?
1
D. Apply primer to contact surfaces of curbs, gutters, and
cement paving. Primer will not be sloped onto visible concrete surfaces. Any over-application will be removed Prom visible concrete surfaces.
I
3.03 PLACING ASPHALT PAVEMENT
A. I Drawjngs.
Place asphalt paving within 24 hours of priming base surfaces to a compacted thickness as indicated on
t
B. Compact pavement by rolling. Do not displace or extrude pavement from position.
i naccessi ble to roll i ng equipment.
Develop rolling with consecutive passes to achieve even
and smooth finish, without roller marks.
Hand compact in areas 1
8
I
I
b 3-05 SEAL ‘OAT
!
I
I
1
R
I
C.
I 3.04 TOLERANCES
A. Flatness: Maximum variation of 1/4 inch measured with 10
foot straight edge.
Compacted Scheduled Thickness: Within 1/4 inch of design
thickness.
B.
C. Variation from True Elevation: Within 1/2 inch.
A. If used, apply seal coat in accordance with Asphalt Institute Manual MS-13.
3.06 PROTECTION
A. Immediately after placement, protect pavement under provisions of Section 01500 from mechanical injury for 3 days.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 ASPHALTIC CONCRETE PAVING 02513 - 3
+
1
H
SECTION 02584
PAVEMENT MARKING I
1
1
I
I
I
C
lr PART 1 GENERAL
1.01 SUMMARY
A. Provide painted lines, lettering and symbols at parking area as indicated on the Drawings, specified herein, and as needed for a complete and proper installation.
1. Section 02513 - Asphaltic Concrete Paving. 2. Section 09900 - Painting.
B. Related Work: 1-
1.02 SEQUENCING AND SCHEDULING
A. Coordinate with paving work. Verify that paint type is compatible with asphalt paving surface seal coat if seal
coat is used.
1.03 PROJECT CONDITIONS
A. Environmental Requirements: Paint only in dry weather, on dry clean surfaces, when temperature is above 50 degrees F.
PART 2 PRODUCTS 1 2.01 MANUFACTURERS
A. Dunn-Edwards "Vi n-L-Stripe" #W-801, vinyl-epoxy, as a
B. J.E. Bauer Latex Base: formulas #1030A9 White, #1865A9
C. Sinclair 8160 Vinyl Traffic Line Paint, water base.
D. Pervo Paint Co.
E. Substitutions: Under provisions of Section 01600.
standard of quality.
Blue.
I
I
I
I
I
1)
2.02 MATERIALS
A. Traffic Paint: Water base, roadway traffic Sine marking I type; colors as specified herein.
CARLSBAD FIRE STATION NO. 6 PAVEMENT MARKING 02584 - 1
?
I
PART 3 EXECUTION
3-01 EXAMINATION I
U
A. Verify that surfaces to be striped are clean and dry, and the surface sealer, if used, .fs thoroughly dry.
3.02 PREPARATION
t
A. Layout: Accurately measure and lay out all work. Use stenciles for all work; snap llnes for straight work. ' 3.03 APPLICATION
I per gallon, per coat. A. General: Apply two coats at a rate of 400 sq ft maxjmum
B. Parking Stall Lines: 4 inches wide.
C. Colors: White for all work, except blue at handicapped parki ng stall.
8
I
I
I
il
I
D
I
8
I
I
END OF SECTION
C
CARLSBAD FIRE STATION NO. 6 PAVEMENT MARKING 02584 - 2
t
I
li
I
I
I
I
I
I
1
SECTION 03001
CONCRETE r. PART 1 GENERAL
1 s 01 WORK INCLUDED
A. Formwork, shoring, bracing, and anchorage.
B. Concrete reinforcement and accessori eo.
C. Cast-i n-pl ace concrete. I 1.02 RELATED SECTIONS
A. Section 03347 - Concrete Floor Finishing: Concrete sealer
for interior areas.
1.03 WORK INSTALLED BUT FURNISHED UNDER OTHER SECTIONS
A. Section 05500 - Metal Fabrications: Metal fabrications 1 attached to formwork.
1 04 REFERENCES
A. ACI 301 - Specifications of Structural Concrete for
Bui 1 dings.
ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete
Reinforcement.
Reinforcement.
ASTM C33 - Concrete Aggregates.
ASTM C94 - Ready-Mixed Concrete.
4 B.
C. ASTM A615 - Deformed and Plain Billet-Steel for Concrete
D.
E.
F. ASTM C150 - Portland Cement.
Go
H.
I:
ASTM C260 - Air Entraining Admixtures for Concrete.
ASTM D2103 - Polyethylene Film and Sheeting. 1 1.05 QUALITY ASSURANCE
a A. Perform work in accordance with ACI 301.
Bo Maintain copy of ACI 301 on site.
'1 S 06 REGULATORY REQUIREMENTS
A. Conform to applicable codes of agencies having
jurisdjction.
B
I CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - 1
Iii
i
1 1.07 'TESTS
A. Testing and analysis of concrete will be performed under
provisions of Section 01400.
Submit proposed mix design of each class of concrete to
appointed firm for review prior to commencement of work.
Testing firm will take cylinders and perform slump and air entrainment tests in accordance with ACI 301.
B.
r.
C. I
I
PART 2 PRODUCTS 4 2.01 FORM MATERIALS ' 2.02 REINFORCING STEEL
8 uncoated finish.
A. Conform to ACI 301.
A. Reinforcing Steel: ASTM A615, billet steel deformed bars;
B, Welded Steel Wire Fabric: Plain type, ANSI/ASTM A185; in flat sheets; uncoated finish; as indicated on the Drawings e
I
4 a
i u
I
2.03 CONCRETE MATERIALS
A. Cement: ASTM C150, normal - Type 1 Portland, Std. Grey color.
B. Fine and Coarse Aggregates: ASTM C33.
C. Water: Clean and not detrimental to concrete. I 2.04 ADMIXTURES.
A. Air Entrainment Admixture: ASTM C260.
2.05 ACCESSORIES
A. Vapor Barrier: 6 mil polyvinyl chloride membrane.
8. Non-Shrink Grout: Premixed compound with non-metal lic
aggregate, cement, water reducing and plasticizing agents: capable of minimum compressive strength of 3000 psi.
Construction Joints: As indicated on the Drawings.
I
C.
D. Expansion 'Joints: As indicated on the Drawings. 1 2.06 CURING MATERIALS
A. Water, clean and drinkable; or paper cure.
CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - 2
e.
I
1
g 2.07 CONCRETE MIX
A. Mix concrete in accordance with ASTM C94.
B. Foundation Concrete:
1. Compressive Strength (7 days): 1200 psi
2. Compressive Strength (28 days): 3. Slump: 4 inch
f
2000 psi unless noted otherwjse
1
I
1
I
II
4
I
I
I
1
I
I
I
C. Slab On Fill Concrete:
1. Compressive Strength (7 days): 1200 psi 2. Compressive Strength
(28 days): 3. Slump: 4 inch
2000 psi unless noted otherwise
I PART 3 EXECUTION
3.01 FORMWORK ERECTION
A. Verify lines, levels, and measurement before proceeding with formwork.
Hand trim sides and bottom of earth forms; remove loose
dirt. B.
C. Align form joints.
D. Do not apply form release agent where concrete surfaces
receive special fjnishes or applied coatings which may be affected by agent.
Coordinate work of other Sections in forming and setting
openings, slots, recessess chases, sleeves, bolts, anchors, and other inserts.
E.
3.02 REINFORCEMENT
A. Place, support, and secure reinforcement against displacement. n 3.03 PLACING CONCRETE
A. Notify Architect/Engineer minimum 24 hours prior to
commencement of concreting operations.
Install vapor barrier under interior floor slabs on fill. Lap joints minimum 6 inches and seal. Place one inch of
sand over vapor barrier. while placing reinforcement,
B.
Do not disturb vapor barrier
CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - 3
P
1
3.04 FLOOR SLABS 1 A.
B.
Place floor slabs in checkerboard pattern.
Saw cut control joints at an optimum time after finishing. Cut slabs with 3/16 inch (5 mm) thick blade, cutting 114 of depth of slab thickness.
C. Separate slabs on fill from vertical surfaces with joint
filler. 1/4 inch of finished slab surface.
I.
Extend joint filler from bottom of slab to wtthin I
I
B
I
I
I
4
II
I
I
li
1
I
B
1
D. Smooth trowel finish is required in certain jnterlor areas as indicated in Schedule below. Broom finish for Patio, walkways and other exterior areas, medium texture in directions shown on the drawings.
3.05 TOLERANCES
A. Provide Class A tolerance to floor slabs on trowel finish and Class B tolerance to floor slabs on broom finish accordtng, to ACI 301. Pitch to drains according to Drawings.
3.06 SCHEDULE OF FLOOR SLAB FINISHES
A. Smooth trowel finish at apparatus bay.
B. Medium broom finish at exterior areas.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - 4
I.
I
SECTION 03346
CONCRETE FLOOR FINISHING I
I
u
I
1
4
8
I
1
I
1
I
PART 1 GENERAL
9.01 WORK INCLUDED
r.
A. Provide concrete hardener and sealer at interior areas as
specified herein. 1 1.02 RELATED WORM
A. Section 03001 - Concrete: Prepared concrete surfaces ready
for finishing.
1.03 REFERENCES
A. ACI 301 - Specifications for Structural Concrete for
Buildings. B 1.04 QUALITY ASSURANCE
A. Applicator: Company specializing in concrete floor surface
.B.
finishing with ten years experience.
Furnish concrete hardener and sealer in manufacturer's packaging with
application instructions.
1.05 FIELD SAMPLES
A.
B.
Provide field sample under provisions of Section 01300.
Prepare trial finish in area designated by Architect/
Engineer.
1.06 PRODUCT DATA I A.
B.
C. Submit manufacturers' instructions under provisions of
Submit product data under provisions of Section 01300.
Provide product data for specified products.
Section 01300. u PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. L. M. Scofield Company
B. Thoro System Products
CARLSBAD FIRE STATION NO. 6 CONCRETE FLOOR FINISHING 03346 - 1
r
I
li
I
i
8
I
I)
I
I
I
II
1
I
I
I
2.02 MATERIALS
A. Hardener: "Li thochrome Hardener" as manuf actured by L. M. Scof ield
Company.
B. Sealer: "Thoroseal" as manufactured by Thoro System Products.
PART 3 EXECUTION
3.01 INSPECTION
A. 1 this work.
B.
t
Verify floor surfaces are acceptable for application of
Ensure floor surfaces are depressed to accommodate finish
materials.
Beg3 nni ng of instal lation means acceptance of surfaces. C.
3.02 PREPARATION
A. Prepare surfaces to be sealed in strict accordance with the sealer manufacturer's written Instructions. I
3.03 TREATMENT
A. Hardener is to be applied only by a trained representative of the
manufacturer to the floor surface of the apparatus bay.
Sealer is to be applied only by a trained representatdve
of the manufacturer to the floor surface of the apparatus bay. B.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 CONCRETE FLOOR FINISHING 03346 - 2
?
I
I
I
1
I
I
I
I
II
I u
SECTION 05500
METAL FABRICATIONS f PART 1 GENERAL
1.01 SUMMARY
A. Provide miscellaneous metal work shown on the Drawings,, as specified herein, and as needed for a complete and proper instal 1 ation.
1.02 SUBMITTALS
A.
B. Product Data:
Comply with pertinent provisions of Section 01300.
1.
2.
Submit materials list of items proposed to be provided
under this Section; Submit manufacturer's specifications and other data needed to prove compliance with the specified requi rernents; 3. Submit shop drawings in sufficient detail to show
fabrication, installation, anchorage, and interface of the Work of this Section with the work of adjacent
trades. r) 1.03 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section.
Perform shop and/or field welding required in connection with the Work of this Section in strict accordance with pertinent recommendations of the American Welding Society.
B.
1.04 DELIVERY, STORAGE, AND HANDLING I
1 PART 2 PRODUCTS
A. Comply with pertinent provisions of Section 01600.
2-01 MATERIALS
A. In fabricating items which will be exposed to view, limit materials to those which are free from surface blemishes,
pitting, rolled trade names, and roughness.
I
I
1 CARLSBAB FIRE STATION NO. 6 METAL FABRICATIONS 05500 - 1
t
1
I
I
1
1
1
1
I.
b
I
I
1
I
I
I
B. Comply with the following standards, as pertinent. 1.
2. Concrete Inserts:
Simpson Steel Fasteners as noted on the drawings.
a. Threaded or wedge type galvanized ferrous castfogs of malleable iron complying with ASTM A27;
b. Provide required bolts, shims, washerss hot-dip galvanized in accordance with ASTM A153.
t
2.02 FASTENERS
A. General: 1. For exterior use provide zinc-coated fasteners. 2. Provide fasteners of type, grade, and class required for the particular use.
B. Comply with the following standards, as pertinent. 1. Bolts and Nuts: Provide hexagon-head regular type
2. Lag Bolts: Provide square-head type complying with
3. Machine Screws: Provide cadmium plated steel type
4. Washers:
complying with ASTM A307, Grade A;
Fed Spec FF-B-561;
complying with Fed Spec FF-S-111;
a. Plain Washers: Comply with Fed Spec FF-W-92,
b. Lock Washers: Comply with Fed Spec FF-W-84,
with Fed Spec FF-S-325.
round, carbon steel;
helical spring type carbon steel; 5. Anchorage Devices: Provide expansion shield complying
2.03 OTHER MATERIALS
A. Fire Hose Storage Shelving: 1. Where indicated on the Drawings, provide "Lok-Tite" fire hose rack brackets as manufactured by San Dfego Fire Equipment Co., Inc., (619) 239-1238. 2. Provide pipe column supports and flanges under this Section, and provide the indicated wood slats under the work of Section 06001. I
5. Provide other materials, not specificaly described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Architect. I 2.04 SHOP PAINT
A.
B. For repair of galvanizing, use a high zinc-dust content
Primer: Use SSPC Paint 15, Type 1 Red Oxide.
paint complying with MIL-P-21035.
CARLSBAD FIRE STATION NO. 6 METAL FABRICATIONS 05500 - 2
t
1
I
I
I
I
II
b
I
I m
I
1
I
I
I
2.05 FABRICATION
A. Except as otherwise shown on the Drawings or on approved
Shop Drawings, use materials of size, thickness and type required to produce reasonable strength and durability In the tlork of this Section.
Fabricate with accurate angles and surfaces which are true to the required lines and levels, grinding exposed welds smooth and flush, forming exposed connections with hairline joints, and using concealed fasteners wherever possible.
C. Prior to shop painting or priming, properly clean metal surfaces as required for the applied finish and for the proposed use of the item.
D. On surfaces inaccessible after assembly or erection, apply two coats of the specified primer. Change color of second coat to distinguish it from the first.
B.
t
I
I PART 3 EXECUTION
3.01 SURFACE CONDITIONS
A. Examine the areas and conditions under which the Work of this Section will be performed. Correct conditions detrimental to timely and proper completlon of the Work.
Do not proceed until satisfactory conditions are corrected.
CARLSBAD FIRE STATION NO. 6 METAL FABRICATIONS 05500 - 3
t
I
I
I
I
I
I
1
3.02 COORDINATION
A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the Work of this Section.
3.03 INSTALLATION
A. General:
t
1. Set work accurately into position, plumb, level, true
2. Anchor firmly into position. 3. Where field welding is required, comply with AWS- recommended procedures of manual-shielded metal-arc welding for appearance and quality of weld, and for methods to be used in correcting welding work.
4. Grind exposed welds smooth, and touch up shop prime coats. 5. Do not cut, weld, or abrade surfaces which have been hot-dip galvanized after fabrication and which are intended for bolted or screwed field connections.
8. Immediately after erection, clean the field welds, bolted connections, and abraded areas of shop priming. Paint the exposed areas with the same material used for shop
and free from rack.
I priming.
b END OF SECTION
1
I
1.
I
I
I
I
I CARLSBAD FIRE STATION NO. 6 METAL FAB R I CAT I ON S 05500 - 4
P
I
I SECTION 06001
CARPENTRY WORK t PART 1 GENERAL
1.01 WORK INCLUDED
A. Rough carpentry and finish carpentry.
n
1.02 RELATED WORK
A. Section 09900 - Painting: Site finishing of finish
I
II
I
I
C
1
I
I
I
I
I
I
1
carpentry and cabinetwork
1 . 03 REFERENCES
A. NFPA - National Design Specification for- Wood
Construction. I 1.04 QUALITY ASSURANCE
A. Rough Carpentry Lumber: Visible grade stamp, of agency
certified by National Forest Products Association (NFPA).
CARLSBAB FIRE STATION NO. 6 CARPENTRY WORK 06001 - 1
P
I
I PART 2 PRODUCTS t
I PART 3 EXECUTION
2.01 ROUGH CARPENTRY MATERIALS
A. Provide materials as indicated on the Drawings.
3.01 INSTALLATION OF FINISH CARPENTRY ITEMS
A. Install items straight, true, level, plumb, and securely
B. Where blocking or backing is required, coordinate as
anchored into position.
I
II
I
I
I
I
I
I
I
I
I
I
neccesary with other trades to assure placement of required blocking and backing in a timely manner.
Sandpaper finished wood surfaces thoroughly as required to
produce a uniformly smooth surface, always sanding in the
direction of the grain. 1. Do not sand wood, if any, designated on the Drawings
to remain rough, 2, No coarse grained sandpaper mark, hammer mark, or
other imperfection wi 11 be accepted.
C.
D. Use purpose designed fixture attachments for mounted
components.
When necessary to cut and fit on site, make material with
ample allowance for cutting. E. Provide trim for scribing I and site cutting.
E. Install accessories supplied under other Sections for installation. Install items in accordance with
manufacturer's instructions.
H. Ensure that mechanical and electrical items affecting this Section of work are properly placed and complete prior to commencement of installation. I 3.02 CLEANING UP
A. Keep the premises in a neat, safe, and orderly condition at all times during execution of this portion of the Work,
free from accumulations of sawdust, cut-ends, and debris.
CARLSBAD FIRE STATION NO. 6 CARPENTRY WORK 06001 - 2
t
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Sweeping:
1. At the end of each working day, and more often if
necessary, thoroughly sweep surfaces where refuse from this portion of the Work has settled,
Remove the refuse to the area on the job site set aside for its storage. Upon complet-ion of this portion of the Work, thoroughly broom clean all surfaces.
2.
3.
r
I END OF SECTION
b
CARLSBAD FIRE STATION NO. 6 CARPENTRY WORK 06001 - 3
?
I
1 SECTION 08230
TELESCOPING DOORS ALTERNATE BID #1
PART 1 GENERAL
t
I 1.01 DESCRIPTION
A. Telescoping doors, complete, including power operators and controls.
1 a 02 RELATED WORK SPECIFIED ELSEWHERE 1
I
I-
I
b 1.04 SUBMITTALS
I
I
1
I
A. Electrical: Section 16010.
1.03 QUALITY ASSURANCE
A. Design Requirements: 1. Design components to safely withstand a wind load pressure of 20 psf. 2. Minor differences from specified components, to suit manufacturer's standard fabrication details, will be allowed as approved. I
B. Project Conditions: 1. Do not fabricate components which require fitting to structural elements or into finished spaces until dimensions are verified at the project site.
A. Procedures: Make submittals in accordance with Section 01300.
B. Shop drawings: Submit rough-in dimensions, fabrication and installation details and manufacturers wiring schematics.
C. Operating and maintenance instructions: Submit manufacturers operatdng instructions and maintenance recommendations. I 1.05 PRODUCT HANDLING
A. Procedures: In accordance with Section 01600.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Milcor Incorporated (basis for specification), 1101 East Kibby, Lima, I Ohio 45804.
2.02 DOOR TYPE
A. A Multi-section, overhead telescoping door consisting of three major sub-assemblies; side guides, header and panel nest.
CARLSBAD FIRE STATION NQ. 6 TELESCOPING DOORS 08230 - 1
i
I
1.
I
I
I
1
1
I
1
I
I
I
I
I
I
1
B. Door shall be power operated.
C. Door shall be equipped with an emergency chain operator for manual operation in the event of power failure.
D. Door shall be internally wired to provide for operation by remote radio
signal for opening, closing and stopping.
E. Operation of the curtain shall be by power operator and shall be such that no counterbalance weights or springs are required.
t
2.03 Materi a1 s
A. Curtain panels shall be G-90 galvanized steel with baked on epoxy prime coat and with baked on fluropolymer finish coat in color on side exposed after fabrication. The panel surface shall be embossed with a ridigizing pattern standard with the manufacturer.
B. Side guides and header box shall be prime-painted steel.
C. Door operators shall be integral enclosed assemblies with manufacturers standard, totally enclosed motor: in header, direct drive, helical-type gear reducer, fully enclosed and operating in an oil bath; geared limit switch: electro-rnechanical brake; emergency hand chain operator engaged
from floor with disconnect; electrical disconnect switch to @revent motor operation during chain operation; internal reversing magnetic starter; internal prewiring to terminal block; and push-button station marked "open", "close" and "stop". Motor shall be of capacity to operate doors at 40 feet per minute or 0.67 feet per second.
D. A safety bottom edge shall be furnished on all power operated doors. It shall cause the door, upon contact with any obstruction, to stop its downward travel, reverse itself, and return to the fully open position. The low voltage electrical conductor for this device shall be fully enclosed in the panel curtain and shall be positively tensioned at all times.
E. Curtain design shall be such that the load on the door operator is at
its minimum at initial opening, and builds up gradually to maximum at
F. Additional safety limits, to prevent over-travel or lifting cable brake damage, shall be provided dn the header box to back up the primary limit control which disconnects power to the operator.
G. A flexible bottom draft seal shall be provided on the bottom edge. Bottom panel shall be designed to compensate for sloped floors up to an edge-to-edge difference of 2 inches.
H. Locking shall be accomplished automatically when the door attains the fully closed position. Upon opening, the locks shall automatically disengage before the door begins to travel upward.
C
B the fully open position.
CARLSBAD FIRE STATION NO. 6 TELESCOPING DOORS 08230 - 2
P
PART 3 EXECUTION
I
I 3.01 INSTALLATION
A. Install doors in accordance with manufacturers written instructions and
shop drawings.
B. Provide all necessary hardware and attach door guide assemblies to structure with galvanized fasteners. Locate fasteners as recommended by manufacturer, but in no event greater than 24 inches on center.
C. Adjust as necessary to provide proper function, free of binding,
0. Lubricate a11 operating parts in accord with manufacturers prfnted
t-
1
1 racking or distortion.
1 recommend at i o ns a
END OF SECTION I
I
I
b u
I
I
1
I
1
CARLSBAD FIRE STATION NO. 6 TELESCOPING DOORS 08230 - 3
i
I
1
I
1
1
I
I
b
I
I
1
E
SECTION 08360
SECTIONAL OVERHEAD DOORS t PART 1 GENERAL
1.01 WORK INCLUDED
A. Electric overhead sectional door.
B. Operating hardware and supports.
C. Glass and glazing. 1 1.02 RELATED WORK
A. Section 05500 - Metal Fabrications: Steel channel frame for door
opening.
C. Section 06100: Brace framing for door tracks.
D. Section 08800 - Glazing: Glass for lights.
E. Section 09900 - Painting: Field painting.
B
1.03 REFERENCES
A.
B. ANSI/ASTM A446 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot Dip
ANSI A216.1 - Section Overhead Type Door (NAGDM 102).
Process, Structural (Physical) Quality.
C. ANSI/ASTM A526 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot Dip
D. NEMA - National Electrical Manufacturer's Association.
Process, Cornrnerclal Quality. I
1 II 04 SYSTEM DESCRIPTION
A. Panels: Flush steel; 2 inches thick.
B. Low headroom track and hardware.
C. Electric operation on 115/230 volt, single phase, 60 Hz service to 3/4 HP motor manually operable in case of power failure, transit time of 12 I inches per second.
1.05 QUALITY ASSURANCE
A. Manufacturer: Company specializing in overhead door construction with
€3. Appl i cator: Company speci a1 i zi ng i n i nstal 1 ing overhead doors with 5
three years minimum experience.
years documented experience.
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD DOORS 08360 - 1
i
1
I
I
I
1
I
II
b
1
1
1
1
I
I
1
1.
1.06 SUBMITTALS
A. Submit shop drawings and product data under provisions of Section
B. Indicate opening dimensions and tolerances, component construction, connections and details, anchorage methods and spacing, hardware and locations, and installation details.
C. Submit manufacturer*s installation instructions under provisions of Section 01 300.
01 300. t
I 1.07 OPERATION AND MAINTENANCE DATA
A. Submit operation and maintenance data under provisions of Section
B. Include data for motor and transmission, shaft and gearing, lubrication
01 700.
frequency, control adjustments, and spare part sources.
PART 2 PRODUCTS c 2.01 ACCEPTABLE MANUFACTURERS
A. Provene McKee.
B. CECO/IJi ndsor.
C. Overhead Door, Inc.,
8. Substitutions: Under provisions of Section 01600.
2.02 MATERIALS
A.
B. Glass: Tempered glass, 1/4 inch thick. As specified in Section 08800.
C. Weatherstripping: Resilient vinyl strip.
Sheet Steel: 16 GA.Prepainted with a baked on primer by manufacturer.
2.03 COMPONENTS
A. Panels: Flush steel construction: of 16 gauge thick, flat profile;
rabbeted weather Joi nts at meeting rai 1 s.
B. Glazed Lights: three glazed lights per panel; set in place with resilient glazing channel.
C. Track: 94 gage thick by 3 inch wide rolled steel track, continuous, vertical mounted: galvanized steel mounting brackets, 1/4 inch thick.
D. Hinge and Roller Assemblies: Heavy duty hinges and adjustable roller
holders of galvanized steel: floating hardened steel ball bearing rollers, located at top and bottom of each panel at meeting joint.
See drawings for light locations.
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD DOORS 08360 - 2
P
II
I
I
8
I
1
1
D
I
II
I
E. Lock: Inside side mounted, adjustable keeper, spring activated latch
bar with feature to keep in locked or retracted position; interdor handle; lock keyed differently; keyed with Section 08700.
F. Electric Operator: NEMA Type 1 motor; center mounted on cross head shaft; ad justable safety friction clutch; brake system actuated by independent voltage solenoid controlled by motor starter; enclosed gear driven limit switch; enclosed magnetic cross line reversing mounting brackets and hardware.
G. Control Station: Standard three button (open-close-stop) momentary type control for each electric operator; 24 volt circuit; surface
t
I mounted.
H. Remote control transmitter and door operator shall be provided.
Q. Safety Edge: At bottom of door panel, full width: pneumatic sensitized
type, wired to reverse door upon striking object: hollow rubber covered to provide weatherstrip seals
2.04 FINISHES
A. Precoated Steel: Shop precoated with bake on primer and field painted. Color will be selected by the architect at time of submi tal.
PART 3 EXECUTION b 3.01 INSPECTION
A. Verify that wall openings are ready to receive work and opendng
B.
dimensions and tolerances are within limits.
Beginning of instal 1 ation means acceptance of exi sting surfaces.
3.02 PREPARATION
A. Prepare opening to permit correct installation of door unit and air and
vapor barrier seal.
3.03 INSTALLATION
A. Install door unit assembly in accordance with manufacturer's
B. construction
instructions.
Use anchorage devices to securely fasten assembly to wall and building framing without distortion or stress. I
I structural members only.
1 provide smooth operation.
C. Securely brace door tracks suspended from structure. Secure tracks to
D. Fit and align door assembly including hardware, level and plumb, to
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD DOORS 08360 - 3
f
I
I
8
I
I
1
1
b
I
8
I
1
I
I
8
I
E. Coordinate installation of electrical service. Complete wising from
F. Coordinate installation of sealants and backing materials at frame
disconnect to unit components.
periineter as specified in Section 07900.
Install glass and glazing watertight. PU. t
3.04 TOLERANCES
A.
6. Variation from Plumb: 1/16 inch maximum.
C. Variation from Level: 1/16 inch maximum.
0. Longitudinal or Diagonal Warp: Plus or minus 1/8 dnch from 10 ft
Maintain dimensional tolerances and alignment with adjacent work. I
straight edge.
3.05 ADJUSTING AND CLEANING
A. Adjust door assembly.
B. Clean doors, frames and glass.
C. II Remove labels and visible markings.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD DOORS 08360 - 4
P
SECTION 09900
I
1 PA1 NTI NG t PART 1 GENERAL
I. 01 WORK INCLUDED
A. Surface preparation.
B. Surf ace finish schedule.
8
I
1
1
C
I
1
!
I
i
8
I
a 1.02 RELATED WORK
A. Section 02584 - Pavement Marking.
1.03 REFERENCES
A. ANSI/ASTM Dl6 - Definitions of Terms Relating to Paint, Varnish, Laquer, and Related Products.
ASTM D2016 - Test Method for Moisture Content of Wood.
I
B.
1.04 DEFINITIONS
A. Conform to ANSI/ASTM Dl6 for interpretation of terms used in this Section.
1.05 QUALITY ASSURANCE
A. Product Manufacturer: Company specializing in
manufacturing quality paint and finish products with three years experience.
B. Applicator: Company speci a1 izi ng in commerci a1 painting and finishing with five years experience. .
1.06 REGULATORY REQUIREMENTS
A.
I 1.07 SUBMITTALS
Conform to applicable code for flame/fuel/smoke rating requirements for finishes.
A. Samples: Provide samples under provisions of Section 01300. Provide two sample panels, 8 inches long by
10 inches wide, illustrating special coating color, texture, and finish according to Finish Schedule on
Drawings.
B. Product Data: Submit materials list of items proposed to be provided under this Section. 1. Submit manufacturer's specifications and other data
needed to prove compliance with the specified
requi rements.
CARLSBAD FIRE STATION NO, 6 PA1 NTI NG 09900 - 1
P
I
1
8
1
I
I
I
b
I
i
I
I
I
I
1.08 DELIVERY, STORAGE, AND HANDLING
A. Deliver products to site under provisions of Section 01 600.
Store and protect products under provisions of Section 01 600.
Deliver products to site in sealed and labelled
containers; inspect to verify acceptance.
Container label ling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color desi gnation, and instructions for mixing and reducing.
Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in well ventilated area, unless required otherwise by manufacturert s instructions.
Take precautionary measures to prevent fire hazards and
B. t
C.
D.
E.
F. I spontaneous combustion.
1.09 ENVIRONMENTAL REQUIREMENTS
A. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions.
C. Minimum Application Temperatures for Latex Paints: 45 degrees F (7 degrees C) for interiors: 50 degrees F (10 degrees C) for exterior: unless required otherwise by manufacturer ' s i nstruct i ons. I 1.10 EXTRA STOCK
A. Provide a one gallon container of each color and surface texture to Owner.
PART 2 PRODUCTS 1 2.01 PAINT MATERIALS
A. Acceptable Materials: 1. Equal products of other manufacturers approved in advance by the Architect may be substituted in accordance with the provisions of the Contract, and in accordance with pertinent provisions of Section 01600. Where products are proposed other than those specified
by name and number in the Painting Schedule, provide under the product data submittal required by Article 1.07 of this Section a new painting schedule compiled
in the same format used for the Painting Schedule included in this Section.
2.
CARLSBAD FIRE STATION NO. 6 PAINTING 09900 - 2
?
I
1
1
I
1
II
1
1
1
I
I
I
il
B. Undercoats and Thinners: 1. Provide undercoat paint produced by the same manufacturer as the finish coat. 2. Use only the thinners recommended by the paint manufacturer, and use only to the recommended limits. 3. Insofar as practicable, use undercoat, finish coat, and thinner material as parts of a unified system of paint finish.
t
2.02 FINISHES
A. Refer to the Drawings for surface finish. I 2.03 APPLICATION EQUIPMENT
A. For application of the approved paint, use only such equipment as is recommended for application of the particular paint by the manfacturer of the particular paint, and as approved by the Architect,. I 2.04 OTHER MATERIALS
A. Provide other materials not specifically described but required for a complete and proper installation, as
selected by the Contractor subject to the approval of the Architect. b PART 3 EXECUTION
3.01 INSPECTION
A. Verify that surfaces or substrate conditions are ready to receive work as instructed by the product manufacturer.
Examine surfaces scheduled to be finished prior to commencement of work.
potentially affect proper application.
Beginning of installation means acceptance of existing surf aces.
B. Report any condition that may
C.
1 3.02 PREPARATION
A. Correct minor defects and clean surfaces which affect work
B. Asphalt, Creosote, or Bi tumi nous Surf aces Scheduled for
of this Section.
Paint Finish: Remove foreign particles to permi t adhesion of finishing materials.
and wash with solvent.
Apply compatible sealer or primer.
C. Galvanized Surfaces: Remove surface contamination and oils Apply coat of etching primer.
CARLSBAD FIRE STATION NO. 6 PA1 NTI NG 09900 - 3
f
I
I
I
I
I
I
D
I
b
I
I
1
I
I
I
I
I
D. Exterior Wood Scheduled to Receive Paint Finish: Remove
dust, grit, and foreign matter. Seal knots, pitch
streaks, and sappy sections. Fill nail holes with tinted
exterior calking compound after prime coat has been
appl i ed.
3.03 PROTECTION
t
A. Protect elements surrounding the work of this Section from
damage or disfiguration.
Repair damage to other surfaces caused by work of thds
Section.
B.
C. Furnish drop cloths, shields, and protective methods to
prevent spray or droppings from disfiguring other
surf aces.
D. Remove empty paint containers from site.
3.04 APPLICATION
A. General:
1. Slightly vary the color of succeeding coats.
a. Do not apply additional coats until the completed
coat has been inspected and approved. b. Only the inspected and approved coats of paint
will be considered in determining the number of
coats applied. 2. Sand and dust between coats to remove defects visible
to the unaided eye from a distance of five feet.
8. Drying:
1. Allow sufficient drying time between coats, modifying
the period as recommended by the material manufacturer
to suit adverse weather conditions.
1. Brush out and work the brush coats onto the surface in
2. Cloudiness, spotting, holidays, laps, brush marks,
C. Brush Applications:
an even film.
runs, sag, ropiness, and other surface imperfections
will not be acceptable,
D. For completed work, match the approved Samples as to
textures coloro and coverage. Remove, refinish, or repaint
work not in compliance with the specified requirements.
3.05 CLEANING
A. As Work proceeds, promptly remove paint where spilled,
splashed, or spattered.
B. During progress of Work maintain premises free of
unnecessary accumulation of tools, equipment, surplus
materi a1 s, and debris.
CARLSBAD FIRE STATION NO. 6 PA1 NTI NG 09900 - 4
t
1
1
1
I
1
I
1
b
1
I
1
I
1
I
1
I
C. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove daily from site.
3.07 PA1 NTI NG SCHEDULE
A.
B.
Provide the following paint finishes.
Exterior Wood: (Including all exterior wood on modular wood building)
1. Stain (Oil Type):
t
a. First and Second Coats 3900 Stainteke
C. Exterior Metal (Galvanized): a. Pretreatment ......... 7113 Vinyl Wash Primer b. First Coat 25 Zinc Dust Primer c. Second Coat .......... 248 Sash & Trim Primer d. Third Coat ........... 250 Sash & Trim Primer
...........
3.08 SCHEDULE - COLORS I A. Colors will be selected by the Architect.
END OF SECTION
PAINTING 09900 - 5 CARLSBAD FIRE STATION NO. 6
P
SECTION 10350
I
1 FLAGPOLES t PART 1 GENERAL
1.01 WORK INCLUDED
A.
B. Ground mount.
C. Halyards and accessories.
A1 umi num f 1 agpol es. I
I
i
1
I
I
1
1
B
I
1
8
I
1.02 WORK FURNISHED BUT INSTALLED UNDER OTHER SECTIONS
A. Furnish anchor devices and foundation tube sleeve to Section 03001 - Concrete for placement.
1.03 RELATED WORK I A. Section 03001 - Concrete: Concrete foundation construction.
1.04 REFERENCES
A. ASTM B241 - Aluminum and Aluminum-Alloy Seamless Pipe and
Seamless Extruded Tube. b 1.05 SYSTEM DESCRIPTION
A. Type: Ground set; fixed type.
B. Pole Design: Cone tapered.
C.
0. Halyards: Internal type.
Nominal Height: 25 ft measured from top of base,
1.06 PERFORMANCE
A. Pole Without Flag: Resistant without permanent deformation, to 90 miles/hr wind veloclty.
1.09 QUALITY ASSURANCE
A. Design flagpole foundation under direct supervision of a Professional Structural Engineer experienced in design of this work, registered in the State of California
1 m 08 SUBMITTALS
A. Provide product data on pole, accessories, configurations,
base attachment details, anchor requirements, and imposed 1 oads.
FLAGPOLES 10350 - 1 CARLSBAD FIRE STATION NO. 6
F
I
I
1
B. Submit manufacturer's installation instructions under provi si ons of Section 01 300.
1.09 DELIVERY, STORAGE, AND HANDLING
A.
B.
Deliver products to site under provisions of Section 01600,
Store and protect products under provisions of Section
01 600.
Spiral wrap flagpole with protective covering and pack in
protective shipping tubes or containers.
Protect flagpole and accessories on site from damage or
t
C. I
D. I moisture.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
I
1
1 A. American Flagpole Division of Kearney-National, Inc.
B. Acme Flagpoles Co. Div. of Lingo, Inc.
C. Babcock-Davi s Associates, Inc.
D. Substitutions: Under provisions of Section 01600,
2.02 POLE MATERIALS b
1 A. Aluminum: 6063 alloy, T6 temper.
2.03 COMPONENTS AND ACCESSORIES
A. Finial Ball: 14 gage spun aluminum: 6 inch diameter.
B. Truck Assembly: Cast aluminum: revolving: stainless steel
I
I
I
I
1
1
I
bal l-beari ngs; non-foul i ng; and two 2-3/8 i nch diameter
sheaves.
C. Cleats: 9 inch size, aluminum with aluminum steel
fastenings, two per halyard.
D. Cleat Box: Aluminum, with built-in hinge and hasp assembly, attached to pole with tamperproof screws inside
box.
E. Halyards: 5/16 fnch di ameter polypropylene, braided,
white.
f lagclasps.
Provide two each, with two "Quiet Halyard"
CARLSBAD FIRE STATION NO. 6 FLAGPOLES 10350 - 2
P
1
I 2.04 MOUNTING COMPONENTS
A. Foundation Tube Sleeve: AASHTO M-36, corrugated 16 gage steel, galvanized, depth as indicated by flagpole manufacturer.
B. Provide metal flash collar.
C.
t
Lightning Ground Rod: 3f4 inch diameter attached to base I plate.
2.05 .POLE FABRICATION
A. Outside Butt Diameter: 5-1/2 inches.
B. Outside Tip Diameter: 3-1f2 inches.
C. Nominal Thickness: -188 inches.
1
I
I
I
I
1
I
I
1
I
I 2.06 FINISHES
A. Metal Surfaces in Contact With Concrete: Asphaltic pa'int.
B. Concealed Steel Surfaces: Galvanized to 1.25 oz/sq ft.
C. Finial: Spun aluminum finish.
PART 3 EXECUTION I 3.01 INSPECTION
A.
B. 1 conditions.
3.02 PREPARATION
Verify that concrete foundation is ready to receive work
and dimensions are as instructed by the manufacturer.
Begi nni ng of i nstal 1 ati on means acceptance of exi stf ng
A. Coat metal sleeve surfaces below grade and surfaces in
contact with dissimilar materials with asphaltic paint.
3.03 INSTALLATION
A. Install flagpole, base assembly, and fittfngs in strlct
B. Electrjcally ground flagpole installation.
C. Install metal flash collar for flagpoles base set in
I accordance with manufacturer's instructions.
concrete base. Fill foundation tube sleeve with sand and compact.
CARLSBAD FIRE STATION NO. 6 FLAGPOLES 10350 - 3
?
I
3.04 TOLERANCES 1
f 3.05 ADJUSTING AND CLEANING
A. Maximum Variation From Plumb: (One inch.)
A. Clean surfaces.
B. Adjust operating devices so that halyards function smoothly.
3.06 SCHEDULE
I
I
1
I
I
I
I
I
1
I
1
I
I
i A. Locatlon of flagpole jndicated on the Drawings.
END OF SECTION
C
CARLSBAD FIRE STATION NO. 6 FLAGPOLES 10350 - 4
?
SECTION 10400
1
1 I DENT1 F Y I NG DEVICES
PART 1 GENERAL
1-01 SUMMARY
t
A. Provide identifying devices where shown on the Drawings, as specified herein, and as needed for a complete and
proper instal lation.
I
I
I
1
B
1.
I
I
I
I
I
I
I
1
1.02 SUBMITTALS
A.
B.
Comply with pertinent provisions of Section 01300.
Submit sample of shop-painted lettering for acceptance by
the Architect.
Submit shop drawings of post and panel signs showing
sizes, lettering sizes, and mounting method.
Submit manufacturers' written mounting instructions.
C.
D.
1.03 DELIVERY, STORAGE, AND HANDLING
A. Comply with pertinent provisions of Section 01600.
PART 2 PRODUCTS
2.01 APPROVED MANUFACTURERS
b
A. Building Identification, Address Identification, and Sign Plaques: manufactured by Architectural Signing, Inc. , 3082 Glencoe Avenue, Marina Del Rey, California 90261, and trade names
of that manufacturer are used herein. Except for Post and Panel Signs specified in 8. below, these identifying devices are to be of the same manufacturer.
Designs based on use of standard products
B. Post and Panel Signs: Best Sign Systems, Montrose,
C. Provide the products upon which designs are based, or
Colorado (800) 235-2378.
provide equal products of another manufacturer approved 1 n advance by the Architect.
2.02 BUILDING IDENTIFICATION
A. Provide routed wood sign as detailed on the drawings.
CARLSBAD FIRE STATION NO. 6 1 DENTIFYING DEVICES 10400 - 1
?
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.03 SIGN PLAQUES
A. Sign plaque at public entrance to fire station: ASP process, SPE construction: wall-mounted where indicated on Drawings. 1. Size: 9 inches wide x 4 inches high. 2. Lettering: "Helvetica Medium" style, black
3. Plaque Color: As selected 4. Graphics: "RING BELL FOR ASSISTANCE"
letters, all caps.
1
PART 3 EXECUTION
3.01 SURFACE CONDITIONS
A. Examine the areas and conditions under which the work of this Section will be performed. Correct conditions detrimental to the timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are II corrected.
3.02 INSTALLATION
A. Install the work of this Section in strict accordance with
the manufacturers' recommendations as approved by the Architect, using only the approved mounting materials, and locating all components firmly into position, level and plumb.
END OF SECTION
C
CARLSBAD FIRE STATION NO. 6 IDENTIFYING DEVICES 10400 - 2
F
SECTION 10522
I
I FIRE EXTINGUISHERS AND CABINETS f PART 1 GENERAL
1 s 01 WORK INCLUDED
A. Fire extinguishers; two types.
B.
I
I
I
Cabinets; two types as indicated herein and noted on the Drawings.
1.02 RELATED WORK
A.
I 1.03 REFERENCES
A. I 1.04 QUALITY ASSURANCE
Sections 06112 - Framing and Sheating, and 09260 - Gypsum Board Systems: Roughed-i n wall openings.
NFPA 10 - Portable Fire Extinguishers.
A. Conform to NFPA 10 requirements for extinguishers.
1 a 05 SUBMITTALS P
I
I
I
I
I
I
I
A. Submit product data under provisions of Section 01300.
B. Include physical dimensions, operational features, color and finish, wall mounting brackets with mounted measurements, anchorage details, rough-in measurements, location, and details.
C. Submit manufacturer's installation instructions under provisions of Section 01300.
OPERATION AND MA1 NTENANCE DATA
b
1 e 06
A. Submi t manufacturer's operation and maintenance data under provisions
6. Include test, refill or recharge schedules, procedures, and re-
of Section 01 700.
certi fi cati on requirements. I 1.07 ENVIRONMENTAL REQUIREMENTS
A. Do not install extinguishers when ambient tempertures may cause freezing.
CARLSBAD FIRE STATION NO. 6 Fire Extinguishers and Cabinets 10522 - 1
P
I
I
I
I
I
I
b
I
b
I
1
I
I
I
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. J.L. Industries, 4450 W. 78th St. Circle, Bloomington, MN 55435, (612) 835-6850.
B. Substitutions: Under provisions of Section 01600.
r
2.02 EXTINGUISHERS
A. Dry Chemical Type: Heavy duty steel tanks, manufactured by 9.L. Industries; with pressure gage. 1. "Cosmic E5", UL rated ZAlOBC, 5 lb. capacity. 2. "Cosmic ElO", UL rated 4A60BC. 10 lb. capacity.
2.03 CABINETS
A. (FEC-2) Cabinet: Formed sheet steel, electrostatic white epoxy finish; surface mounted, trimless, size 10-1/2 x 24 x 6 inches; with identity door, 3/16-i nch frameless, aluminum backed textured obscure acsyl ic with die-cut lettering arranged vertically along hinge on the back; red background, white letters; "Panorama #1013P46" as manufactured by J. Le
Industries.
B. Mounting Hardware: Appropriate to cabinet.
C. Graphic Identification: On cabinet noted in paragraph B above, "Fire Extinguisher'' located as specified.
2.04 FINISHES
A. Extinguishers: Red enamel.
B. Cabinet Trim and Door: White epoxy coated cabinets: cabinet with door with glass fnsert - white epoxy coated.
PART 3 EXECUTION
3.01 INSPECTION
A.
B.
Verify rough openings for cabinet are correctly sized and located.
Beginning of installation means acceptance of existing conditions. I 3.02 INSTALLATION
A. Surface mount cabinets, as indicated on the Drawings.
B. Secure rigidly in place in accordance with manufacturer's instructions.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 Fire Extinguishers and Cabinets 10522 - 2
;.
I
I
I
1
E
II
I
I
c
b 1.02 RELATED WORK
I
I
I
I
E
SECTION 1 31 20 PRE-ENGINEERED MODULAR WOOD BUILDING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Development and submittal of all construction documents, specificatioi
and calculations necessary for governing building and fire safe. authorities to plan check for purposes of granting a building permit.
B. Construction of a pre-engineered modular wood building including a
I
t
materials, systems and components to make a complete building as shown
the drawings.
C. Transportation of the pre-manufactured modular wood building from t'
point of manufacturer to the site shown on the drawings.
D. Placement and installation of the pre-manufactured modular wood buildi on standard piers and wood pad supports in accordance with standa practice. Supports shall be founded on grade with an assumed supportii capacity of 1000 psf. "Foundation" system will be calculated and design1 by the modular building manufacturer and submitted for Building Officia Approval.
from the permiter of the building. E. Connection and extension of all utilities from building out to 5' - 1
A. Section 02200 Earthwork
B. Section 15400 Plumbing (Site)
C. Section 16000 Electrical (Site)
I
1.03 SUBMITTALS
A. Six sets of blue line prints of construction documents developed for the fire station building by the pre-engineered modular wo bui lding manufacturer.
B. Six sets of Specifications (These may be included on the drawings i
desired. )
C. Six sets signed Structural Calculations including "Foundation" Details and Calculations.
D. Six sets of Title 24 Energy Calculations.
E. The above documents shall be forwarded to the architect for his review a submittal to the governing building and fire safety agencies for pl I check.
CARLSBAD FIRE STATION'NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 1
P
1
I
1. 1.04 REGULATORY REQUIREMENTS
A. Uniform Building Code: as adopted by Department of Housing
B. Uniform Plumbing Code: as adopted by Department of Housing
C. Uniform Mechanical Code: as adopted by Department of Housing
D. Uniform Electrical Code: as adopted by Department of Housing
E. Built in accordance with current Department of Housing Type 25 non-ratc
r
1
structures.
1.05 SUBSTITUTIONS
1y
I
I
I
I, B. FLOOR:
I
I
B
I
1
1
I
A. Comply with provisions of 01600: the component specifications herein ai intended as a general level of quality necessary for the intended use I modular building: components of equal or better quality will be acceptab as approved by the owner upon the architect's recommendation.
PART 2 PRODUCTS E 2.01 STRUCTURAL
A. FRAME: Minimum 8" welded steel outrigger frame made up of "I" beam or nC1' channel components: completed frame shall be primed and painted
with 2 coats of exterior grade paint.
1. Joists - 2" x 6". 16" on center placed perpendicular to main runners
and securely fastened to frame.
Underlayment - 5/8" plywood securely fastened to joists, joints fill1
and sanded. 2.
3. Insulation - R-7 foil backed Fiberglas.
4. Bottom Board - treated paper or board to protect against insects a1 rodent infestation.
C. SIDEWALLS:
1. Framing 2" x 4" top and bottom plate lateral members shall be fasten1
to wood truss.
2. Insulation - R-11 foil backed Fiberglas.
3. Exterior finish 3/8" texture 1:11 plywood finished with prime coat 1 to receive finish paint after building(s) is in place and adjoined.
D. END WALLS - same as side walls.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 2
P
I
E. ROOF:
1.
2.
3. II F. INTERIOR FINISHES:
UBC approved pre-engineered truss system w/3/8" plywood sheathing.
Insulation 12 - 19 foiled backed Fiberglas.
Three-ply bui 1 t-up composi tion roofing.
1 P
1. Floors
a. Carpet: nylon fiber, tufted level loop, polypropylene back,
b. Sheet vinyl: Armstrong sheet vinyl custom corlon; 0.050
4" coved sheet vinyl w/metal trim at sheet vinyl surface
glued direct 26 oz face weight min; 5/32!' gauge.
1
I
I
1
!
b
I
8
1
I
1.
a
1
vinyl wear layer.
Base: carpet base at carpet. c.
2. Wall s
a. 1/2" Gypsum wall boards throughout; painted or covered with wall covering where shown on the drawings. vin;
3. Wainscot (in toilet rooms)
a. Marlite with metal edge as shown on the drawings.
4. Ceilings
a. 2 x 4 suspended acoustical ceiling system. Gypsum board, textui and paint at bathroom only.
5. Casework
a. Lam plastic covered top & face with bullnose top edge and 4" cow
splash casework configuration shall be WIC style A frameles: custom grade.
G. DOORS
1. Interior Doors
prs butts.
room doors which shall have: privacy set
a. 3'-0" x 6'8" x 1-3/8" hollow core pre-finished doors with 1-1,
b. Hardware: Schlage series B quality passage sets (except for toi' 3
c. Frames: wood or metal timely frames.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 3
t
i
1 2. Exterior Doors
a. 3'-0" x 6'8" honey come core door baked on enamel paint w/l-1/2 p butts.
Drip caps at top of door.
with door closer quality lockset.
b.
c. Hardware; Schlage Lockset Series B w/Series D security deadbolt
P
U
H. INTERIOR PARTITIONS
1. 2" X 4" Fir studding 16" o/c nailed to 2" x 4" top and bottom plat
I. WINDOWS: Aluminum sliding with screens and 3/16" clear glass. Provic
J. TOILET ROOM ACCESSORIES
sound insulation in all interior walls.
I
a
I
I
b
I
I
c
I
i
I
I
Levelor Lorentzen, Inc. "Micro Blinds" at all windows.
1. Towel Hook - 1 per toilet rm - Bradley Model 9311
2.
3. Soap Dispenser - Bradley (powdered) model No. 658
4. Toilet Tissue Dispenser - Bradley Model 308-32
5. Mirror w/shelf - Bradley 24" x 30" 705-2430
I Robe Hook - 1 per toilet room - Bradley Model 9124
K. PLUMBING E 1. Fixtures
a. b. Lavatories - Kohler K-2212 - White
c.
Water Closets - Kohler - K-3536-EB - White
Prefabricated Shower Units - Kimstock #3636 W/Fibersheen - Seriei
420 lever handle mixing valve and type E shower assemb w/flexible vinyl hose and 24" adjusting bar
Trim - Kohler self closing Water Heater - Day & Night 60 gallon Kitchen sink Kohler K-5950 w/K6895 Trim w/insinkerator 3/4 hp
garbage disposal
d. Shower curtain rod Kimstock 4232
e. f,
g.
2. Building Plumbing System; building plumbing system must comply wi current at adopted UPC requirements.
L. AIR CONDITIONING AND HEATING
I. Air Conditioning All electric bard unit or equal, single phase, 220 Volt. Outside e wall mounted. Air defused through adjustable ceiling adjusted outle and ducted return. Approximately one ton of A/C and heat shall
supplied for every 250 sq. ft. of floor surface.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 4
?
5
I
E
1
B
1
I
I
C
I
I
a
1
I
I
I
2. Heating Heat pump shall be provided. NOTE:
3. Thermostat
A/C and heat function shall be combined into one unit.
One provided per A/C and heat unit, with timer switch.
at adopted UMC requirements.
t
4. Building HVAC System: Building HVAC system must comply with currei
M. ELECTRICAL
1. Load Center: 120/240 V Single Phase 3 wire, 2 - 100 amp load panels
2. Distribution Panel (2) 30 amp double pole breakers for A/C. (2) 20 amp single PO breaker for receptacles, (1) 20 amp single pole breaker f fluorescent 1 ights.
3. Wiring Receptacles - 12 gauge wire in Romex. Lights - 14 gauge wire Romex. A/C and heat unit - 8 gauge, 3 strand in flex conduit for 18 ' and 24 WA units. 6 gauge, 3 strand in flex conduit for 36 WA units.
4. Receptacles 110 above f 1 oor un 1 es s ot herwi se noted. Volt duplex type receptacles spaced as shown on the drawings 1
5. Lighting a.
b. A11 fixtures shall be complete with lenses; fixtures shall be
Configuration as shown on the drawings.
surface mounted.
M. KITCHEN APPLIENCES
1. Dishwasher - owner to provide, contractor to install, Coordinate wi owner for casework opening.
Cooktop/oven - "Hotpoint", 30" Slide in Range #R5743GJ.
Exhaust Hood/Mi crowave - "Hotpoint", Counter Saver, #RVMllOG.
Garbage Disposal - In-Sink-Erator "Classic".
2.
3.
4.
c
PART 3 EXECUTION
3.01 INSTALLATION
A. Inspect site for satisfactory preparation; delivery and installation mea
acceptance of site and site conditions.
B. Units shall be "connected" by the modular manufacturer and shall be te for a water-tight configuration.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 5
t
B
C. After inspection of the support system and approval by the inspector, frame and the area below the frame shall be enclosed by a closure skirt the same materials used to sheath the external of the building.
The building shall be connected to all site utilities and upon completio
all systems shall be tested and operable.
The modular building shall be warranted by the General Contractor for o year after filing of the Notice of Completion.
t 1
D.
E.
t
i
1
k
I
U
I
b
8
I
I
E
I
I
I
1
END OF SECTION
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 6
If
I
I
I
I
1
1
II
I
SECTION 131 21
PRE-ENGINEERED STEEL BUILDINGS
PART 1 GENERAL
1.01 WORK INCLUDES
t
A. Development and submittal of all Construction Documents, specifications
and calculations necessary for governing building and fire system authorities to plan check for purposes of granting a Building Permit.
Provide and erect a pre-engineered steel building including slab,
foundation, utilities and all components to make a complete building as
shown on the Drawings and specified herein.
B.
1.02 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION
A. Section 05500 - Metal Fabrications: Placement of anchor bolts.
1.03 RELATED SECTIONS E A. Section 03001 - Concrete: Concrete footings, floor slabs.
B. Section 15400 - Plumbing: Mechanical site utilities.
C. Section 16000 - Electrical: Electrical site utilities. b 1.04 REFERENCES
A. AISC - Specification for the Design, Fabrication and Erection of
Structural Steel for Buildings.
B. ASTM A36 - Structural Steel,
C.
D. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners.
E. ASTM A325 - High Strength Bolts for Structural Steel Joints.
F.
G. ASTM A446 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process
H. ASTM A490 - Quenched and Tempered Alloy Steel Bolts for Structural Steel
ASTM A153 - Zinc Coating (Hot Dip) on Iron and Steel Hardware. e
a
ASTM A 386 - Zinc-coating (Hot-Dip) on Assembled Steel Products,
Structural (Physical ) Quality.
Joints.
I
I
B I. ASTM A500 - Cold-Formed Welded and Seamless Carbon Steel Structural Tubir
in Rounds and Shapes. 1 J. ASTM A501 - Hot Formed Welded and Seamless Carbon Steel Structural Tubins
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 1
t
I
1
I
i
II
1
I
I
1,
I
K. ASTM A525 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Procesz
L. ASTM A529 - Structural Steel with 42,000 psi (290 MPa) Minimum Yiel
General Requirements.
Point.
M. ASTM A572 - High Strength Low Alloy Columbium - Vanadium Steel oi Structural Quality.
ANS A2.0 - Standard Welding Symbols.
AWS Dl.1 - Structural Welding Code.
t
N.
0.
P. SSPC - Steel Structures Painting Council
1.05 SYSTEM DESCRIPTION
A. Clear span rigid frame.
B.
C. Primary Framing: Rigid frame tapered beams and straight columns and wlr I bracing.
0. Secondary Framlng: Purlins, girts, eave struts, clips, and other Items
E. Wall and Roof System: Performed metal panels of vertical profile, witb
Bay spacing of 25 ft.
detal led.
sub-girt framing/anchorage assembly and accessory components.
F. Roof Slope: 0.25 inches in 12 inches
1.06 DESIGN REQUIREMENTS
A. Members to withstand dead load, and design loads due to pressure and suction of wind calculated in accordance with applicable uniform building
B. Exterior wall and roof system to withstand imposed loads with maximum
C. Size and fabricate wall and roof systems free of distortion or defects
I code.
8 allowable deflection of span: 1/180.
detrimental to appearance or performance.
1.07 SUBMITTALS
5
E
I
A. Submit under provisions of Section 01300.
B. Shop Drawings: Indicate assembly dimensions, locations of structura members, connections, attachments, openings, cambers, and 1 oads.
C. Indicate wall and roof system dimensions, panel layout, genera construction detai Is, anchorages and method of anchorage, and metho
installation, 1
1 CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 2
t
I
I
I
I
1
1
d
I
b
I
I
I a
I
1
d
D. Indicate framing anchor bolt settings, sizes and locations from datum ar
foundation loads.
E. Indicate welded connections with AWS A2.0 welding symbols. Indicate r weld lengths.
fasteners. F. Product Data: Provide data on profiles, component dimensions ar
G. Manufacturer's Installation Instructions: Indicate preparatic
t
requirements and assembly sequence.
H. Provide engineered foundation design.
1.08 PROJECT RECORD DOCUMENTS
A.
B. Accurately record actual locations of concealed utilities within ti
Submit under provisions of Section 01700.
confines of the building permimeter.
1.09 QUALITY ASSURANCE
A. Fabricate structural steel members in accordance with AISC - specificatic for the Design, Fabrication and Erection of Structural Steel fc Buildings.
1.10 QUALIFICATIONS
A.
B. Design structural components under direct supervision of a Profession, Structural Engineer experienced in design of this work and licensed in ti State of Cal i fornia.
Design Work under direct supervision of a Professional Structural Engine1
experienced in design of this work and licensed in the State I California.
Manufacturer must be member of the MBMA.
C.
I 1. I1 REGULATORY REQUIREMENTS
A. Conform to applicable uniform building code for submission of desii calculations reviewed shop drawings and specifications as required f( acqui ring permit.
requested. B. Cooperate with regulatory agency or authority and provide data
1.12 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 3
?
I
I 1.13 WARRANTY
A. Warranty: Include coverage for exterior pre-finished surfaces to cov(
pre-finished color coat against chipping, cracking or crazing, blisterinl
peeling, chalking, or fading.
el ements after instal 1 ation.
B. Warranty: Include coverage of weather tightness of building enclosu
t
m
I
PART 2 PRODUCTS
2.01 MANUFACTURERS - BUILDING SYSTEM
A. Building system must be designed in accordance with all approved standar
set in the MBMA Manual.
Substitutions: Under provisions of Section 01600.
I
1
1
I
b
II
1
1
1
I
B.
2.02 MATERIALS - FRAMING
A. Structural: Members and components shall be in conformance with structu calculations submitted for Building Department Review.
B. Anchor Bolts: ASTM A307 galvanized to ASTM A386, Class 5.
C. Primer: SSPC 15, Type 1, Red Oxide.
D. Grout: Non-shrink type, premixed compound consl'sting of non-metal1
aggregate, cement, water reducing and plasticizing agents, capable
developing minimum compressive strength necessary for specif I manufacturer's design.
2.03 MATERIALS - WALL AND ROOF SYSTEM
A. Sheet Steel Stock: 26 gauge galvanized steel with prefinished polyest
B. Joint Seal Gaskets: Manufacturer's standard type.
C. Fasteners: Manufacturer's standard type, galvanized to ASTM A386 1.2
D. Seal ant: Manufacturer's standard type, non-staining, elastomeric,
color f i ni sh.
I finish to match adjacent surfaces when exterior exposed.
skinning.
2.04 METAL DOORS AND FRAMES I A. Doors and Frames: Manufacturer's standard.
B. Man Door to be operated by a low voltage keyed switch located in t Modular Fire Station Building.
the lock from a remote location in an emergency situation.
This switch should allow disengagement
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 4
?
I
I 2.05 OVERHEAD DOORS
A. See Section 08360 p 2.06 PLASTIC SKYLIGHT
Plastic Skylight: I A.
B. Nominal Size: 3'-OS' x width of building.
C. Configuration: Single layer non-insulated
To manufacturer's standard as shown on the drawings.
2.07 FABRICATION - FRAMING 1
I
I
I
b
I
I
II
II.
I
I
1
A. Fabricate members in accordance with AISC Specification for plate, bar,
tube, or rolled structural shapes, I
B. Anchor Bolts: Formed with straight shank, assembled with template fo
C. Provide framing and support for Personnel door and overhead door
casting into concrete.
openings per manufacturer's standard.
2.08 FABRICATION - WALL AND ROOF SYSTEMS
A. Siding: 26 gauge galvanized steel W/factory finish, 1-1/2" deep edges
B. Roofing: 26 gauge galvanized steel with factory finish
C. Girts/Purlins: Rolled formed structural shape to receive siding, roofi
1 full corrugation cap and gaskets at base.
1-1/2" profile, lapped edges fitted with continuous sealant.
I sheet D
D. Internal and external Corners: Same material thickness and finish a adjacent material, profile brake formed to required angles.
E. Flashings, Closure Pieces, Facia, Infills, Caps, and gutter: Sa
F. Fasteners: To maintain load requirements, and weathertight installatio
material and finish as adjacent material, profile to suit system.
sames finish as cladding, non-corrosive type.
G. Ventilator: Electrically prowered roof ventilator
2.10 FABRICATION - GUTTERS AND DOWNSPOUTS
A. Fabricate of same material and finish as roofing metal.
B. Form gutter and downspouts of standard profile and size to collect and
remove water. Fabricate with connection pieces,
C. Form sections in maximum possible lengths, Hem exposed edges. Allow f expansion at joints.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 5
?
I
1
I
1
I
I
1
I
b
1
I
I a
I
1
8
D. Fabricate support straps of same material and finish as roofing metal
color as sel ected.
2.11 FINISHES
A. Framing Members: Clean, prepare, and shop prime. Do not prime surface to be fjeld welded. Framing members shall be field painted.
8. Exterior Surfaces of Wall, Roof Components and Accessordes: Precoatt
enamel on steel finish, color as selected from manufacturer's standar
range.
C. Interior Surfaces of Wall, Roof Components and Accessories: Precoatt enamel on steel finish. Color as selected from manufacturer's standai
range.
PART 3 EXECUTION
3.01 EXAMINATION
t
A.
B. Verify that foundation, floor slab, mechanical and electrical utilities
Verify site conditions under provisions of Section 01039.
and placed anchors are in correct position.
3.02 ERECTION - FRAMING
A. Erect framing in accordance with AISC Specification.
B. Provide for erection and wind loads. Provide temporary bracing t maintain structure plumb and in alignment until completion of erection ar installation of permanent bracing.
Set column base plates with non-shrink grout to full plate bearing.
(locate braced bays as necessary.)
C.
D. Do not field cut or alter structural members without approval c
E. After erection, prime welds, abrasions, and surfaces not galvandzed.
1 Archi tect/Engi neer.
3.03 ERECTION - WALL AND ROOFING SYSTEMS
A. Install in accordance with manufacturer's jnstructions.
8. Exercise care when cutting prefinished material to ensure cuttings do
remain on finish surface.
Fasten cladding system to structural supports, aligned level and plumb.
over bearing a minimum of one corrugation.
Provide expansion joints where recommended by the manufacturer.
no
C.
D. Locate end laps over supports. End laps minimum 2 inches. Place sidelap
E.
F. Use exposed fasteners.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILD I NGS 13121 - 6
?
P
II
I
8
I
1
I
b
1
8
1
I
I
1
1
G. Install sealant and gaskets to prevent weather penetration.
H. System: Free of rattles, noise due to thermal movement and wind whistle5
3.04 ERECTION - GUTTER AND DOWNSPOUT
A. Rigidly support and secure components. Joint lengths with formed sear sealed watertight. Flash and seal gutters to downspouts.
Apply bituminous paint on surfaces in contact with cementitious material5
t
B,
C. Slope gutters to drain.
D. Install splash blocks.
1
3.05 ERECTION - SKYLIGHT
A. Install in accordance with manufacturer’s instructions.
B. Coordinate with installation of roofing system and related flashings.
C. Apply bituminous paint on aluminum surfaces of units in contact wil dissimilar metals.
D. Provide weathertight installation.
3.06 INSTALLATION - ACCESSORIES
A. Install door frame, door, overhead door, in accordance with manufactures‘
instructions.
B. Seal wall and roof accessories watertight and weather tight with sealant.
3.07 TOLERANCES I A. Framing Members: 1/4” from level: 1/8” from plumb.
B. Siding and Roofing: 1/8” from true position.
END OF SECTION
PRE-ENGINEERED STEEL BUILDINGS 13121 - 7 CARLSBAD FIRE STATION NO. 6
If
I
I
I
I
1
I
I
I
C
I
i
11
I
i
8
I
PLUMBING SECTION 15400
PART 1 GENERAL
1.01 SUMMARY
A. The requirements of General Conditions, Supplementary General Condition
f
and Division 1 apply to this section.
1-02 SCOPE OF WORK
A. The work covered by this section consists of furnishing all labor
materials, equipment, fixtures and performing all operations for complet and operable plumbing systems, to include, but not limited to:
(I) Sanitary drainage and vent systems including connecting to existin systems. Pipe sizing per Drawings. (2) Domestic water systems complete including payment of installatio fees for meter and connection to existing main. Line sizing pe
Drawings; not exceeding 5 psi pressure drop per 100 ft. and 8 fp
vel oci ty.
(3) New plumbing fixtures and trim. (4) Access plates and covers as required for wall and floor c’leanout
and valves.
(5) Excavation and backfill for all underground piping including cuttin and patching of paving or concrete. (6) Any and all additional labor and materials required to complete a1
plumbing work.
NOTE: Contractor shall notify the City fifteen (15) days in advance a utility connections.
1.03 VISITING AND PREMISES
A. The Contractor, before submitting his bid on the work must visit the sit
and familiarize himself with all visible existing conditions. As a resul
of having visited the premises, the Contractor shall be responsible fa the installation of the work as it related to such visible existin 8 conditions.
8. The submission of a bid will be considered an acknowledgment on the par of the bidder of his visitation to the site.
1.04 INTERRUPTION OF SERVICES
A. Service shall be maintained in all existing plumbing systems except fa
short designated intervals for making connections. The time c interruption of service shall be coordinated with the Owner in order t minimize time and inconvenience. The Contractor shall be direct1 responsible for any interruption to service and shall be required to flus lines, th system to proper operation. The Contractor shall repair any damage t
existing systems caused by his operations.
relight pilots and perform all operations necessary to return
CARLSBAD FIRE STATION NO. 6 PLUMB1 NG 15400 - 1
t
I
8
I
1
U
I
D
i
C u
I
i
1
#
I
1
1
1.05 CODES AND STANDARDS
A. Work and materials in accordance with the State Fire Marshal's rules an regulations; Division of Industrial Safety safety Orders; Nationa Electric Code; Uniforin Plumbing Code 1979 edition; Internationa Association of Plumbing and Mechanical Officials Uniform Mechanical Code
California Administrative Code: State and Local Health Departmen regulations, and other applicable state laws or regulations. Nothing i these plans or specification is to be construed to permit work no
conforming to these codes.
t
1.06 PERMITS, FEES AND INSPECTIONS
A. Apply and pay for all permits, fees, inspections, examinations test( required by any 1 egal ly constituted pub1 ie authorities.
1.06 SUBMITTALS
A. Submission of six (6) brochures containing complete material lists certified manufacturer's drawings, performance data, rough-in dimension and cuts of all equipment and fixtures within thirty (30) days afte contract a"s signed.
1 . 07 RECORD DRAWINGS
A. Record drawings, showing locations and depths of all buried and concealec pipe and equipment shall be kept up-to-date. Master copy shall be kept it the custody of the resident inspector. No backfilling of the trenche! will be permitted until record drawings are approved as up-to-date by tht inspector. No plumbing progress payments will be approved unless recorc drawings are up-to-date. Depth of sewers shall be from a permanent bencl mark.
1.08 PIPE AND FITTINGS
A. SANITARY MASTE AND VENT PIPING
1. Soil, waste and vent piping to 5 feet outside of buildings, service weight cast iron soil pipe and fittings, coated inside and out anc shall be labeled with the mark of quality and permanence as ill ustrated in Commercial Standard CS-188. At Contractor's option,
piping 3 inches and smaller if kept 6 inches or more above ground, ma) be galvanized steel pipe with black coated cast iron, screwed drainage fittings, except use galvanized drainage fittings where run exposed. At Contractor's option, use type "DWV" hard drawn copper waste, vents and fittings.
2. Sewer piping from 5 feet outside of buildings, service weight cast iron soil pipe and fittings for pipe 3 inches and smaller, and extrz strength vitrified clay pipe and fittings for pipe 4 inches and larger unless indicated cast iron. At Contractor's option, pip and fittings
4 inches and 1 arger, Johns-Manvi 11 e Ri ng-Ti tle PVD, ASTM-D3034-SDR 35.
CARLSBAD FIRE STATION NO. 6 PLUMB1 NG 15400 - 2
r
1
I
I
1
I
1
I
i
b u
1
I
1
1
I
I
I
B. WATER PIPE & FITTINGS
1. Seamless hard drawn copper tubing, ASTM 888, Type "K" below ground Type "L" above ground. Clas
150.
Wrought copper solder fittlngs ANSI 816.22,
1.09 DIELECTRIC ISOLATOR$
t
A. Central Plastics Distributing Co., 150 lb. Cadmium Plated Insulatic Unions to be installed between copper and galvanized steel.
1.10 PIPE WATER HAMMER ARRESTORS
A. Arrestors shall be by Precision Plumbing Product.
1.11 CLEANOUTS
A. Exterior Cleanouts:
On cat iron pipe above ground, or in lawns or unpaved areas, Smdth #442E
Josam 58500-20-22, Wade W-8550-A or Zurn Fig. 2-14408 in Brooks No. 31; access box.
1.12 VALVES
A. Valves, unless otherwise specified or noted, are gate type. All valves c The valves listed below ar the same type to be of the same manufacturer, approved:
Domestic Water:
Gate valves: 150 pound, solder joint, bronze.
Ni bco/Scott.. ............... No. S-134 Core Cocks: Crane.. .No. 252 ....................
1.13 PIPE FLASHING
A. Flashing assemblies, Semco Fig. 81100-5 as required with vandalproof hoo
for vent pipes.
1.14 PLUMBING FIXTURES AND ACCESSORIES
A. Service fixtures to be installed per manufacturer's specifications.
1 - 15 STERILIZATION
A. Sterilize each unit of water supply and distribution system with chlorin before acceptance for operation. Contractor shall furnish shut-off valv and corporation stop or other means of injection chlorine.
The minimum dosage of chlorine to be 50 parts per million.
The procedure to be followed:
CARLSBAD FIRE STATION NO. 6 PLUMBING 15400 - 3
t
Allow a contact period of not less than 8 hours, and then flush systc with clean water until the residual content is not greater than 0.5 part per million. Flush entire system including all hose bibbs, fixtur outlets, dead end, and other points where dead water tends to collect. Open and close all valves several times during contact period.
I
8
4
I
II
1
I
I
C
8
I
I
I
8
R
I
I
END OF SECTION
t
CARLSBAD FIRE STATION NO. 6 PLUMB1 NG 15400 - 4
t
I
SECTION 16000 II E LE CTRI CAL f PART 1 GENERAL
1-01 SUMMARY
A. Provide all electrical work for a complete and operable system as shown on the Drawings and as specified herein including but not necessarily limited to the following:
1.
2.
3. Electrical underground service at 240 volt, single
4.
8
1 u
I
I
I
C
1
I
I
1
I
I
I
I
Site investigations prior to bidding to establish existing conditions. Temporary power and lighting facilities for construction.
phase, three wire. Service metering and distribution system for 208 volt
power, 120 volt lighting and convenience outlets.
wiring, conduit, disconnect switches, pull boxes, and equipment connections. 6. Lighting system including 1 ight fixtures, lamps, ballasts, requi red mounting hardware, dimmers, photo-
cell controlsI time switches and relays. 7. Telephone system faci 1 i ty i ncl udi ng service requirements, conduit, pull wires, telephone backboard, and groundfng. Connection of mechanical equipment and door operators, line voltage wire and conduit, and 24 volt conduit and
outlets. Check mechanical plans for additional work required. manufacturer's recommendations: use "RK5-TD" fuses at units.
9. Adjustment and test of electrical work. 12. Guarantee.
5. Branch circuit wiring system including wiring devices,
8.
Fuse air conditioning equipment per
1 e 02 QUALITY ASSURANCE
A. All products and equipment specified herein or indicated on the Drawings are to be new, with UL label, and in compliance with the National Electrical Code, state and local codes,
I m 03 SITE VISITATIONS
A. Prior to submission of the bid, the Contractor is to visit the site and make a thorough examination of the existing conditions and thereby include allowances for this work in this bid. 1.04 PERMITS AND LICENSES
A. The Contractor shall pay for and obtain all necessary
permits, inspections, insurance, and 1 icenses required for the electrical work.
16000 - 1 t
I
II
8
I
I
I
I
I
C
II
I
8
!
I
1
I
1.05 COORDINATION
A. Contractor to coordinate the electrical work with other
trades. equipment requiring electrical connections prior to installation of the electrical system. Verify space, ventilation and clearances required to install electrical
equipment.
1.06 SUBMITTALS
Review the Drawings and Specifications of all t
A. Comply with pertinent provisions of Section 01300.
B. Submit, at one time and in booklet form, product data sheets for light fixtures, switchboards, panel boards, receptacles, switches, plates, disconnect switches, time
switches, wiring devices, and materials list.
1.07 SUBSTITUTIONS
A.
B.
Comply with pertinent provisions of Section 01600.
Where manufacturer's name and catalog number are called out, the phase "or approved equal" can be assumed, the
burden of proving such equality being the bidder's responsi bi 1 i ty.
1.08 GUARANTEE
A. Guarantee all electrical work and equipment (except lamps) for a period of one year from the date of acceptance; said guarantee to be typed on the Contractor's letterhead, and turned over to the Owner upon completion and final acceptance of the job.
1 PART 2 PRODUCTS
2.01 MA1 N SWITCHBOARD
A. 120/240 volt, single phase, three wire outdoor type, floor-standing, dead front and rear sections of 14-inch depth and 90-inch height of unitized construction finished in grey, "Speed-D" switchboard as manufactured by Square D, or equal by Westinghouse, GE, or Challenger. Switchboard shall include pull section with metering facilities, CT space, and the main disconnect and panel board.
1. Install black-on-white micarta nameplates on a77 sections, switche
2.
3.
and spaces. Metering facilities are to be approved by San Diego Gas & Electric. Bolt switchboard to the floor.
16000 - 2 t
I
1
8
2.02 SNITCHES
A. Quick-make, quick-break type QMB rated 250 volts with frame site, number of poles and fuses as shown.
2.03 CIRCUIT BREAKERS
A. Bolt-on, molded-case type with thermal magnetic trips
t
n
rated 250 volts with frame size, number of poles and trip setting as shown. NEMA interrupting capacity shall be
10,000 AIC unless noted otherwise. n 2.04 PANEL BOARDS
A. Surface or recess-mounted, with bolt-on circuit breakers
type NQOB, with hinged lockable doors and typewritten directories. All multiple breakers are to be single handle common
trip. Use "HACR" circuit breakers for air conditioning loads. Use "SWD" circuit breakers for lighting circuits controlled from panels. Manufacturer to be GE, Square D, Westinghouse, or Challenger. 1
2.05 CONDUIT
A. Of rigid steel, galvanized for underground, where exposed
up to 5'-0", and in damp locations. Use galvanized EMT in dry concealed locations or where exposed above 5*-01'. connectors are to be watertight compression type. Use
galvanized flexible conduit only for motor and fixture connections, in lengths not to exceed 6 feet, Flash and counter flash conduits penetrating roofs. may be used under floor slabs or underground with rigid galvanized conduit ells and risers half-lap wrapped with 3M "Scotchrap" PVC tape and with ground wire. underground is to have 24 inches of cover. Service conduits shall be PVC schedule 40 or as specified by utility companies.
I
I
b
1
8
1
II
I
1
I
EMT
PVC schedule 40
PVC
2.06 OUTLET BOXES
A. Of galvanized pressed steel, 4 inches square by 2-1/8 inches deep minimum, with required device rings, bar hangers Rayco 900 series or secured to 2x4-inch blocking with two 1-1/2 inch No. 9 wood screws.
one conduit entry may be 2-1/8 inches square by 4 inches high.
Wall outlets with
I 2.07 CONDUCTORS
A. 600 volt insulation, type THW or THHN/THWM copper.
16000 - 3 ?
1
I
8
I
I
I
b 2.13 PHOTO-ELECTRIC COmROLLERS
1
I
I
li
I
2.08 SPLICES
A. For conductors No. 3 or smaller, use Skotchloc spring
connectors and for larger size cables use solderless connectors.
2.09 RECEPTACLES t
A. 120 volt duplex grounding type, specification grade 15 amp Hubbel No. 52621. Where indicated ”MP”, instal 1 weatherproof gasbeted cover, mounted on FS box. Provide ground fault circuit interrupters where required by code. fl 2.10 LIGHT SWITCHES
A. Toggle type, specification grade, 120/277 volts ac, Hubbel 12001 series.
2.11 PLATES 1 A. Ivory phenolic. Provide sed plates on emergency system.
2.12 TIME SWITCHES
A. NEMA 1 enclosure with 24-hour (interior circuits) or astro
dial (exterior or day1 ight area circuits), mechanical carry-over, omitting device and adjustable (or as specified under Section 15000), as manufactured by Tork, Paragon, or Sangamo.
A. As manufactured by Automatic Switch Company, Square D, Tork, Paragon, or Sangamo.
2.14 CONTACTORS I A. As manufactured by Automatic Switch Company or Square D.
2.15 CHANNELS
A. As manufactured by Kl’ndorf, Kin-Line or Unistrut, complete
with fittings, accessories, swivels, rods, etc., and installed to structural members as directed by the I structural engineer.
2.16 DISCONNECT SWITCHES
A. Horsepower rated, type A unfused except where otherwise indicated 3 pole, 250 volt, in general purpose or weatherproof enclosures as requi red. 1
16000 - 4 ?
I
II
1
I
1
I
b 2.20 LENSES AND DIFFUSERS
I
I
I
I
2.17 LIGHTING FIXTURES
A. Furnish and install complete with lamps, ballasts, and required mounting hardware. Prior to ordering fixtures, verify mounting methods and finishes. Installations in fire-rated areas are to be done in compliance with code requirements. Recessed portions of fixture enclosures, other than at points of support, are to be spaced at least 1/2 inch from combustible material. Thermal insulation shall not be installed above the fixture as to entrap heat and prevent the free circulation of air unless the fixture is otherwise identified for installation within thermal insulation.
t
1- 2.18 LAMPS
A. As shown on the fixture schedule. Fluorescent lamps are to be 35 watt energy saver standard white F40W/RS/SS; as manufactured by G.E., Sylvania or Philips of sizes as noted. I 2.19 BALLASTS
A. Fluorescent Ballasts: Of premium type CBM certified and ETL approved, highpower factor and of voltage required; as manufactured by Advance Mark 111, G.E. Maxi-
Miser 11, or Unfversal SLH.
B. HID Ballasts: UL listed for the source, wattage and
position of the lamp provided.
A. 100% virgin acrylic with 0.125 inch minimum thickness. Outdoor lenses shall be vandal/weather resistant. I
PART 3 EXECUTION
3.01 CONDUIT AND WIRING
A. All conduit and wiring shall be installed concealed in walls, above ceilings and below floor slabs or exposed in accordance with applicable regulations and the Electrical Drawings. All penetrations of fire-rated walls or ceilings to be coordinated with Owner. shown diagrammatically. equipment are to be determined in the field.
Conduit runs are Exact routing and location of the
3.02 EXTERIOR EQUIPMENT I A. All equipment and wiring outside to be weatherproof.
i 16000 - 5 I
I
I
1
1
I
b
3.03 MOISTURE PROTECTION
A. Where required by regulations, all panel boards, main switchboards and electrical devices in the spray radius of sprinklers are to be installed with weatherproof enclosures in compljance with these regulations.
3.04 GROUNDING
t
A. Ground all all metallic conduits, supports and enclosures in compliance with the National Electrical Code. I 3.05 ELECTRICAL SERVICE FACILITIES
A. Install electrical service and metering facilities dn compliance with all requirements of San Diego Gas & E 7 ect ri c. I 3.06 TELEPHONE SERVICE FACILITIES
A. Provide service conduits, backboard, grounding, and
3. All telephone conduit is to be 1-inch,
receptacles as required by the serving utility company.
1 3.07 TESTING
A. All new circuits are to be tested for short and open circuit to ground with a megger; resistance to ground is to be in compliance with the requirements of the National Electrical Code., I 3.08 DISPATCH ACTIVATED LIGHT CIRCUITS
I trigger required 1 ights.
A. Telephone vendor to provide a dry contact closure isolated and rated for low amperage to activate a 24-volt relay to
END OF SECTION 1
I
I
I
I
-1 16000 - 6 ?
w
Date 6 ___-
wsL.&x=d-d 22LA
x vw 1It: II - UUlA I SAY Y
To / @Reply Wanted I L
From Karen Kundtz, Assisent City Clerk ONo Reply Necessary - & A Re: Bond Release -
Our records indicate that the &/- powdo r t tie
above-referenced subdivisionfproject is eligible for release. We need
your written authorizationlapproval for release. Please let me know
the status, and if release is 0.k.
C. +-. /&$, Thanks, Y-
AIGNER FORM NO 55032 PRlN
1
0
>A
nru 6 m c YS&
oz; e
-no 6 $5 E
P a
Dm 4- ED
2‘ 4- Q s
gs
Em t 80 P ?Z t
(D
mt-”bJ P, OP 5 F-P, m0 F
YOU
mo3 ” ti0 os nroe.
rto w- s NV, 0-;rt O\SY
Fn
SL
+mc3
wc 0
rt P, 0 3
c3 0
P -<< 52 <- a<\ -.,,, c: 7- -
November 16, 1990
Black Diamond Construction Co.
1046 Commerce St. , fH
San Marcos, CA 92069
Re: Contract f3302 - Fire Station No. 6 Building
The Notice of Completion for the above-referenced project has
recorded. Therefore, we are hereby releasing 75% of the Perfor-
mance Bond. Please consider this letter as your notifcation
that $75,750 of Planet Insurance Co. Performance Bond No.P 1678784
is hereby released. We are required to retain the remaining 25%
for a period of one year. At that time, if no claims have been
filed, it will be released.
The Labor & Materials Bond, in the amount of $50,500 will be
eligible for release six months from the date of recordation of
the Notice of Completion, on April 2, 1991. A copy of the
recorded Notice of Completion is enclosed for your records.
d?f& Assistant City Clerk
Enc .
1200 Carlsbad Village Drive 0 Carisbad, California 92008 0 (61 9) 434-28C
ma 538343
. . . ... - .
0 *,
.. Recording requested by: 1 810
1 CITY OF CARLSBAD 1 1
. When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1
; **t 1 i;. j I* L. , - 2 p;! i : (, 3 . L
..
) Space above for Recorder's Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
NOTICE OF COMPLETION
The undersigned is owner of the interest or estate stated below in the property hereinafte described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Californi: 92008. The nature of the title of the undersigned is: In fee. A work of hprovement on the property hereinafter described was completed 0: July 12, 1990 The name of the contractor, if any, for such work of improvement is Black Diamon Constmc tion. The property on which said work of improvement was completed is in the City of Carlsbac County of San Diego, State of California, and is described as follows: Fire Station No. 6 o Levante Street; (Modular Building.) The street address of said property is 3131 Levante Street. 8.
CITY OF CARLSBA~ -7T7 ,, l/ ( 'y .+''-, &Lj5J ' , ./)$/$Lt/(i ' LLOYD/B. HUBBS City:Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on __
,&$&LL 4f193 accepted the above descnbed work as completed and ordered that a Notice ( Completion be filed.
I declare under penalty of perjury that the foregohg is me and correct.
Executed on ~$+z&LLJB , 192 at Carlsbad, California.
CITY OF CARLSBAD
Z City Clerk
KAREN R. KUNDTZ
Assistant City Clerk
EXHIBIT 3
4)’
Date + - __
1 I c I I - UUl\ I 3p11 ” ‘is
T 0 - @I Reply Wanted
__ Froin Karen Kundtz, Assistant City Clerk UNO Reply Necessary
V’ //
k~e. a.
lte: ~ond Itelease - e-. 33s~- LA-- &b?c & *&A
Our records indicate tliat tlie ( qL #2?5zwi bond for tlie
above-referenced subdivisionjproject is eligible for release. IJe need
your writ ten authorization/approval for release. Please let tile know
the status, and if release is 0.k.
‘rllal~ks, &&/ h &-4 /%7/7f--
+ *’ $$/
&&. 4. 473-37 rfio Y-
PlllN *fWe4
go NOT- kzcme- z
5e’ %LL cuoc
FDh pak- /AJm
AlGNEn FORM Pi0 5 p \ yodpe-
&J by& 3 //?A/
RELEASE APPROVED BY:
Inspector Date I
RELEASE APPROVED BY: RELEASE AUTHORIZED BY:
- Senior Inspector Date RICHARD E. COOK
Principal Inspector
df-l‘ 1):
Y@lI I L II - UUIY I
Date 76 ~- _.__
T 0 $%?,7lwe.AL- & ElRepIy Wanted
FIorn Karen Kuntltz, Assiis:;1rit City Clerk UNO Reply Necessary
(Y
-------____
W&-.kt5-*. 6.
lte: Bond Itelease - eM. 33d-2 - 3L-U ~br~. 6 JfldA
Our records iiitlicnte tliat tlie ( pr jjl2LL bo~itl 1: or t lie
above-referenced subdivision/project is eligible for release. \de iieed
your written autliorizatioIi/approval for release. Please let me know
tlie status, and if release is o.k,
/
‘lllal~l~s , ag h &-?& &d7f7A
&z572&&?. G. 9,. g2-37 s;;p-o
: L2-JL*’ &/,
AIGbIEf1 FOIlM tI0. 55-032 ritir,
I
November 16, 1990
Black Diamond Construction Co.
1046 Commerce St., #H
San Marcos, CA 92069
Re: Contract /I3302 - Fire Station No. 6 Building
The Notice of Completion for the above-referenced project has
recorded. Therefore, we are hereby releasing 75% of the Perfor-
mance Bond. Please consider this letter as your notifcation
that $75,750 of Planet Insurance Co. Performance Bond No.P 1678784
is hereby released. We are required to retain the remaining 25%
for a period of one year. At that time, if no claims have been
filed, it will be released.
The Labor & Materials Bond, in the amount of $50,500 will be
eligible for release six months from the date of recordation of
the Notice of Completion, on April 2, 1991. A copy of the
recorded Notice of Completion is enclosed for your records.
dif& Assistant City Clerk
Enc .
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-280E
e
Recording requested by: 1 810 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 h 1200 Carlsbad Village Drive 1
-
) Space above for Recordeis Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
NOTICE OF COMPLETION
The undersigned is owner of the interest or estate stated below in the property hereinaft1 described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Californi 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed c July 12,1990 The name of the contractor, if any, for such work of improvement is Black Diamoi Construction. The property on which said work of improvement was completed is in the City of Carlsba County of San Diego, State of California, and is described as follows: Fire Station No. 6 ( Levante Street; (Modular Building.) The street address of said property is 3131 Levante Street. 8.
‘i
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on - ,IL&&&, /(19B accepted the above descnbed work as completed and ordered that a Notice Cbmpletion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on w , 19p at Carlsbad, California.
CITY OF CARLSBAD
Z City Clerk
KAREN R. KUNDTZ
Assistant City Clerk
EXHIBIT 3
w e [>,, ,,, <, j i" . $
*:
-
September 21, 1990
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Grant Deed from Charlotte Thatcher to the City of Carlsbad
for the widening of Carlsbad Village Drive
AI": 203-354-12
Grant Deed from Robert H. Sonneman to the City of Carlsbad
for the widening of Carlsbad Village Drive
APN: 203-354-12
Corporation Grant Deed from BCE Development Properties, Inc. for parkland
purposes at Stagecoach Park.
Notice of Completion - Fire Station No. 6 - Modular Building
Black Diamond Construction
Our staff has determined that the recordation of these documents is of benefit to the CitJ
therefore it is requested that the fees be waived.
Thank you for your assistance in this matter. & x&
LINDA K. COTA
Secretary
_I______ 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-28OE
.r I e e
Recording requested by: 1 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Dnve 1 Carlsbad, CA 92008
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
1 SDace above for Recordeis Use NOTICE OF COMPLETION
The undersigned is owner of the interest or estate stated below in the property hereina described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califon 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed July 12,1990 The name of the contractor, if any, for such work of improvement is Black Diamc Construction. The property on which said work of improvement was completed is in the City of Carlsb County of San Diego, State of California, and is described as follows: Fire Station No. 6 Levante Street; (Modular Building.) The street address of said property is 3131 Levante Street. 8.
CITY OF CARLSB~ %$o+/@$fL/ T/ {J 7
-/ LLI YD BBS City( gineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on - e It19p9 accepted the above descnbed work as completed and ordered that a Notice Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on *A& , 192 at Carlsbad, California.
CITY OF CARLSBAD
Z
KAREN R. KUNDTZ
Assistant City Clerk
EXHIBIT 3