Loading...
HomeMy WebLinkAboutC D M; 1995-05-16; 34121 1 1 I 1 I 1 E so I I 1 I I I I CITY OF CARLSBAD San Diego County California f CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR NORTH CARLSBAD BEACH RESTROOMS CONTRACT NO. 3412 1 ts+- - Iclo(0-u~ 2 I* a9 a March 30, lfm APDeENWU NO, 1 BiolPRWECT NO. 3412 a C0-m mD BOCUMENw $OR MOm CaRlbseACl WACH REmoo8ws klwe ~ndu$ethe attached addendum in the Noalclet~ BIdder/RwrPd for Bids YOU hawe for the abwe pmjoEf. my addendum-weipt ~kwM&gedl+u& be ea%trslched trs your fbpoSal Fom@ld whm ywr la# b submi-. 0 dlzrk FIm hETW€R Purcmlng mew RFjk Amchmmt I ACKNQVVEDGE RECElPY OF ADDWDUM NO. 1 e 1000 &&bad VfUage Drive c€V!Sbad, CA 82008 -_ -___ CC.4 gnQ'oM fS:GT S6sIT 8Qd - EBBLESS P& :pf. wcI3 u3 347d TABLE OF CONTENTS I I 1 1 T I - item 0 NOTICE INVITING BID ............................................... CONTRACTOR’SPROPOSAL .......................................... BIDDER’S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ...................... BIDDER’S STATEMENT OF TECHNICAL ABIUTY AND EXPERIENCE ............................. .................................. m ............... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMllTED WITH BID ................................... R CONTRACT - PUBLIC WORKS .......................................... LABOR AND MATERIALS BOND ......................................... PERFORMANCE BOND ................................................ E REPRESENTATION AND CERTIFICATION .................................. 1 0 ESCROW AGREEMENT FOR SUREN DEPOSITS IN LIEU OF RETENTION ....................................... RELEASEFORM ..................................................... SPECIAL PROVISIONS I IC I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOR CONSTRUCTION FOR CONSTRUCTION MATERIALS ....................... Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOR CONSTRUCTION FOR CONSTRUCTION METHODS ........................ ..................................... E 1 TECHNICAL SPECIFICATIONS (TABLE OF CONTENTS) ........................ 1 I 1 1 i 2/1 I* @ GIN OF CARLSBAD, CALIFORNIA @ z I I 1 n I E I I I 1 I 8 a I NOTICE INVITING BIDS 0 Sealed bids will be received at the Office of the Purchasing Officer, Crty Hall, 1200 Ca Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:00 P.M. on the 10th i April, 1995, at which time they will be opened and read, for performing the work as folio\ e NORTH CARLSBAD BEACH RESTROOMS 1 CONTRACT NO. 3412 The work shall be performed in strict conformrty with the specifications as approved by tt Council of the City of Carlsbad on file with the Engineering Department. The specificatic the work include the Standard SDecifications of Public Works Construction, (SSPWC), Edition, and the latest supplement, hereinafter designated “SSPWC“, as issued by the Sot California Chapter of the American Public Works Association and as amended by the s provisions sections of this contract. Reference is hereby made to the specifications f particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned busine: The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricator: contractors to utilize recycled and recyclable materials when available and where approF No bid will be received unless it is made on a proposal form furnished by the Purct Department. Each bid must be accompanied by securirty in a form and amount required L: The bidder’s security of the second and third next lowest responsive bidders may be wii until the Contract has been fully executed. The securrty submitted by all other unsucc bidders shall be returned to them, or deemed void, within ten (10) days after the Contr awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appro securiiies may be substituted for any obligation required by this notice or for any monies wit by the City to ensure performance under this Contract. Section 22300 of the Public Co Code requires monies or securiiies to be deposited with the City or a state or federally chai bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: I o 1. Contractor’s Proposal ’ 2. Bidder’s Bond 3. Non-Collusion Affidavit Experience 4. Contract 5. Designation of Subcontractors Certification 6. Amount of Subcontractors’ Bid 7. Bidder’s Statement of Financial Responsibility 8. Bidder’s Statement of Technical Ability and 9. Purchasing Department Representation and 10. Escrow Agreement for Security Deposits (optio All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantitiec approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estir is $140,000. 2/ 1 I. eB No bid shall be accepted from a contractor who is not licensed in accordance witt provisions of California state law. The contractor shall state their license number, expiration and classification in the proposal, under penalty of perjury. The following classification acceptable for this contract: A, B, C-29 in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documei lieu of the usual 10% retention from each payment, these documents must be completec submitted with the signed contract. The escrow agreement may not be substituted at a date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchi Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, Calif( for a non-refundable fee of $30.00 per set. If plans and specifications are to be mailed, the for postage should be added. The City of Carlsbad reserves the right to reject any or all bids and to waive any r irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to executt Contract shall be those as determined by the Director of Industrial Relations pursuant tc Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the L Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City C The Contractor to whom the Contract is awarded shall not pay less than the said spec prevailing rates of wages to all workers employed by him or her in the execution of the Coni The Prime Contractor shall be responsible for insuring compliance with provisions of Se 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, 'Sublc and Subcontracting Fair Practices Act.' The City Engineer is the City's 'duly authorized of for the purposes of Section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indic in this proposal, times the unit price as submitted by the bidder. In case of a discrep between words and figures, the words shall prevail. In case of an error in the extension oft price, the corrected extension shall be calculated and the bids will be computed as indic above and compared on the basis of the corrected totals. All prices must be in ink or typewriien. Changes or corrections may be crossed out and 0 or wriien in with ink and must be initialed in ink by a person authorized to sign for Contractor. Bidders are advised to verii the issuance of all addenda and receipt thereof one day pric bidding. Submission of bids without acknowledgment of addenda may be cause of re@ of bid. C i I 1 I t 8 I I[ I 1 I 1 1 8 I 1 a 0 0 2/' to @ Bonds to secure faithful performance and warranty of the work and payment of laborer! materials suppliers, in an amount equal to one hundred percent (100%) and firty percent (! respectively, of the Contract price will be required for work on this project. These bonds be kept in full force and effect during the course of this project, and shall extend in full foro effect and be retained by the Crty until they are released as stated in the Special Provi section of this contract. All bonds are to be placed with a surety insurance carrier admittec authorized to transact the business of insurance in California and whose assets exceed liabilities in an amount equal to or in excess of the amount of the bond. The bonds c contain the following documents: I 1 E I E I 1 I 1 0 in any manner. I 1 8 E 1 t t I s. 1) An original, or a certified copy , of the unrevoked appointment, power of attome laws, or other instrument entitling or authorizing the person who executed the bo do so. 2) A certified copy of the certificate of authority of the insurer issued by the insu commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual state and quarterly statement filed with the Department of Insurance pursuant to Attic (commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance ( within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best'! Rating Guide of at least A-:VI and (2) are admitted and authorized to transact the businr insurance in the State of California by the Insurance Commissioner. Auto policies offer meet the specification of this contract must: (1) meet the conditions stated above I insurance companies and (2) cover anv vehicle used in the performance of the contract, onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-schec The auto insurance certificate must state the coverage is for "any auto" and cannot be li Workers' compensation insurance required under this contract must be offered by a corn meeting the above standards with the exception that the Best's rating condition is waived City does accept policies issued by the State Compensation Fund meeting the requireme workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. additional cost of said insurance shall be included in the bid price. The prime contractor and all subcontractors are required to have and maintain a valid C Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. E adopted on the 21st day of February, 1995. 2 4 I? 9.5 / &ap&- Date / I Aletha L Rautenkranz, City Clerk 21 !. @ CIW OF CARLSBAD NORTH CARLSBAD BEACH RESTROOMS CONTRACT NO. 3412 II I 1 I 1 I 0. I t T I Lq 7x oa I Bp-hwL%ed/4y I c I. CONTRACTOR’S PROPOSAL City Council Clty of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, reac Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furni labor, materials, equipment, transportation, and services required to do all the work to corn Contract No. 3412 in accordance with the Plans and Specifications of the City of Carlsbad the Special Provisions and that he/she will take in full payment therefor the following unit F for each item complete, to wit: II Approximate Item Quantlty Unit I - No. Descrbtion and Unit Price Total - 4dd Alt. 1 Construct restrooms per plans 1LS $**@ /@+5=9-d I f-4 77 4 @a [@/, 7 7 f. )p 0 & specs including copper roofing, complete in-place Total amount of Ah. 1 bid in numbers: 2/1 1 z 1. @ I Approximate I R i I f 1 I 1 1 b I 0 I 1 Item Quantity Unit No. DescriDtion and Unit Price Total Alt. 2 Construct restrooms per plans & specs including painted steel roofing, complete in-place & operating at 1 LS 4/9,W*Q (!ey?fP.. I. Price@) given above are firm for 90 days after date of bid opening. Addendum(a) NO(~). ~, &- proposal. The Undersigned has checked carefully all of the above figures and understands that the will not be responsible for any error or omission on the part of the Undersigned in preparin! bid. The Undersigned agrees that in case of default in executing the required Contract necessary bonds and insurance policies within twenty (20) days from the date of awa Contract by the City Council of the City of Carlsbad, the proceeds of the check or I accompanying this bid shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensc do business or act in the capacity of a contractor within the State of California, validly lice under lic se number 52&q*c7 , classification which ex on <ne , and that this statement is true and co% and has the legal t of an a idavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant tc Business and Professions Code shall be considered nonresponsive and shall be rejected b City. Q 7028.15(e). In all contracts where federal funds are involved, no bid submitted shc invalidated by the failure of the bidder to be licensed in accordance with California I However, at the time the contract is awarded, the contractor shall be properly licensed. P Contract Code Q 201 04. pp’ has/have been received and is/are included ir 1. e I. @ m 2/ The Undersigned bidder hereby represents as follows: 1 I I I I 1 8 .... I # @ .... u I I .... 1 8 .... 1 I .... 1 1. That no Council member, officer agent, or employee of the City of Carlsbad is perso interested, directly or indirectly, in this Contract, or the compensation to be hereunder; that no representation, oral or in writing, of the City Council, its offi agents, or employees has inducted him/her to enter into this Contract, excepting those contained in this form of Contract and the papers made a part hereof by its te and 2. That this bid is made without connection with any person, firm, or corporation mi a bid for the same work, and is in all respects fair and without collusion or fraud. (Cash, Certified Check, I I. Accompanying this proposal is BID fsGpID or Cashier’s Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which req every employer to be insured against liability for workers’ compensation or to undertake insurance in accordance with the provisions of that code, and agrees to comply with provisions before commencing the performance of the work of this Contract and contini comply until the contract is complete. .... .... .... .... .... .... .... .... .... .... 2/ le @ The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic relative to the general prevailing rate of wages for each craft or type of worker needf execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: 1 I (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business I. 1 I (Street and Number) City and State (4) Zip Code Telephone No. I 1 8 8 to I 1 1 1 I t 1 IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted c- D.fl- (2) Signature (given and surname and character of partner) (Note: Signature must be I I (Street and Number) City and State % @Td 1 &A (4) Zip Code d- Telephone No. fol4) Gqs - ymz 21 1. @ IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted s I I I 1 I I 1 II 1 1 1 I 1 I (2) Signature I. Title I Impress Corporate Seal (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State (5) Zip Code Telephone No. NOTARIAL ACKNOWLEDGEMENT OF MECUTlON BY ALL SIGNATORIES MUS1 1. AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corpor, if a partnership, list names of all general partners, 2 I. @ e } ss. STATE OF &&[A GkN &- COUNTY OFSGU ui E2 e3 On <-? r.4 /5 5 , before me, >ek /b 0 5 4 k d-32 ]&C-7& A, & PERSONALLY APPEARED-/~&f/i AAdeLL 6 f&/LI Le33dC7-7232 l / personally known to me (w .f r -to be the person(s) whose name(s) %/are subscribed to the within instrument and achowl- edged to me thaLhe&&e/they executed the same in his/ *their authorized capacity(ies), and that byitdAee/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature Dl&$f/& A. &x Ths nren for OfJiccrni Notanal Seal BID SECURITY FORM (Check to Accompany Bid) I 1 B 1 1 8 I I 1. il 1 1 I li I I a (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of OF CARLSBAD, in the sum of II dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this c shall become the property of the City provided this proposal shall be accepted by the through action of its legally constituted contracting authorities and the undersigned shall f execute a contract and furnish the required Performance, Warranty and Payment Bonds proof of insurance coverage within the stipulated time; otherwise, the check shall be reti to the undersigned. The proceeds of this check shall also become the property of the City undersigned shall withdraw his bid within the period of fifteen (1 5) days after the date set fc opening thereof, unless otherwise required by law, and notwithstanding the award c contract to another bidder. 1 BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following shall be executed-the sum of this bond shall be not less than ten percent (looh) of the total amc the bid.) 2 I. @ *- BIDDER'S BOND TO ACCOMPANY PROPOSAL BOND # E @ WQW ALL PERSONS BY THESE PRESENTS; That we, PARTNERSHIP 8s Surety are held and firmly bund unto the Ci of Carlsbad, California, in an amount P follows: (must be at least ten percent (10%) of the bld amount) TWENTY THOUSAND DOLLAR: for which payment, well and truly mde, we bind oursetves, our heirs, executors ar administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDiTiON OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of tk above-bounden Principal for: C.D.M. A CALIFORNIA ,m Principal, and GULF INSURANCE COMPANY NORTH CAREBAD BEACH WESIROOMS CQNIRACT NO. 3412 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter in and execute a Contract including required bunds and insurance policies within twenty (20) da from the date of award of Contrad by the City Council of the City of Carlsbad, being dc notified of said award, then this obligation shall become null and void: otherwise, tt shall be ai remain in full force and effect, and the amount specified herein shall be forfeited to the said C? a,.. *e., 0 .... ..I. ..I, L... .... ... I ...+ e... .... .... .... 2/1! 0 ***' .- In the event Principal executed this bond as an individual, it is agreed that the death of Princii shall not exonerate the Surety from its obligations under this bond, Executed by PRlNClPALthis 6th day Executed by SURETY this 6th C of APRIL ,192 a ,I8 95. - of APRIL PRI N C I PAL: SURETY: C.D.M. A CALIFORNIA PARTNERSHIP GULF INSURANCE COMPANY (y//k//// SAN DIEGO, CA. 92111 {name of Principal) BY (name of Surety) c/o4858 MERCURY ST., STE. 207 (sign here) {address of Surety) HERB ABELL (619) 279-2722 (print name here} (tekphme number of Surety) PARTNER By: (Titie and Organization of Signatory) (signature Qf Attorney-in-Fact) By: DENNIS G. WEST (dgn here) (printed name of Attorney-in-Fact} 0 (print name here) (Attach corporate resolution showing curr power of attorney.) (title and organization of signatary) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached,) (President or vice-president and smretary or assistant secretary must sign fur corporations only one officer signs, the corporation must attach a resolution certfied by the secretary assistant secretary under corporate seal empowertng that officer to bind the corporation.) APPROVED AS TO FORM: RONAD R. BAL City Attorney By: 0- QD. T;Bcres 06- S- 16- 9d D. RICHARD RUDOLF Assistant Crty Attorney a 2/1: @ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CJUFCKQUA On 4-6-95 before me, KATHLEEN MAGDM MEEKS/NOTARY PUBLIC personally appeared DENNIS G. WEST 0 personally known to me - OR - m proved to me on the basis of satisfactory evil to be the person(@ whose name(Z) I subscribed to the within instrument ar knowledged to me that he- exe the same in his- autho capacity-, and that by his/m signature@) on the instrument the pers or the entity upon behalf of whicl person(& acted, executed the instru WITNESS my hand and official seal. DATE NAME, TITLE OF OFFICER - E G , "JANE DOE, NOTARY PUBLIC NAME(S) OF SIGNER(S) Though the data below is not required by law, it may prove valuable to persons relying on the document and couli fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCU BID BOND TITLE OR TYPE OF DOCUMENT TITLE(S) NUMBER OF PAGES 4-6-95 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EW(1ES) GULF INSURANCE COMPANY SIGNER(S) OTHER THAN NAMED AB( 01993 NATIONAL NOTARY ASSOCIATION 4 8236 Rernmet Ave , P 0 Box 7184 Canoga Pa } ss. STATE OF &A 6) 6 &&I / 4 COUNTY OF *TW flrE&c On PERSONALLY APPEARED personally known to me (ei-pmv~ebasis of -wdertcej to be the personts) whose name(&) ish, subscribed to the within instrument and acknowl- edged to me that he/&&Lhey executed the same in his/ ha+kewauthorized capacity++, and that by his/W hsignatwe&on the instrument the person(& or the entity upon behalf of which the persono acted, executed the mstrument. WITNESS my hand and official seal. Tim mea for Oficial Notarial Seal Signature OPTIONAL Though the data below IS not required by law, it may prove valuable to persons relying on the document and cod fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCU INDIVIDUAL 0 CORPORATE OFFICER - mE(S) 75 KPARTNER(S) [rl LIMITED c] ATTORNEY-IN-FACT NUMBER OF PAGES 0 TRUSTEE(S) GUARDIAN/CONSERVATOR c] OTHER: .@ GENERAL DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIN(lESI SIGNER(S) OTHER THAN NAMED AB( ID-OS1 Rev 6/94 ALL-PURPOSE ACKNOWLECGEMENT OF Ayyy-Jp?&y OrnGMLaLS OF OF ATTOWP ma PX SAFETY PAPER WITH TEAL INK. DUPLICATES SH its principal office in the city of Irving, Texas, pursuant to the following resolution, i EL CAJON, CA. 92020 adopted by the Finance L Executive Committee of the Board of Directors of the said i Company on the 10th day of August, 1993, to wit: “RESOLVED, that the President, Execiitive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a ?ower 1 of Attorney constituting as Attorney-in-Fact, such persons, firms, or corporations as may be selected from time to time; and my such Attorney-in-fact may be remcved and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Boerd of Directors. RESOLVED, that nothing in this Power of Attorney shall be construed as a grant of authority to the anorney(s)-in-fact to sign, execute, aclcnowledge, deliver or o;iier- wise issue a policy or policies of insurance on behalf of Gulf Insurance Compaiiy. RESOLVED, that the signature of the President, Executive Vice Pres:d i ent or k200 y 000.00 EST. any Senior Vice President, and the Seal of the Company may be affixed io any such Power of Attorney or any certificate relating thereto by facsimiie, and any such powers so executed and certified by facsimile signature and facsimiie seal shdl be f- valid and binding upon the Company in the fuulilre with respect io any bond and documents relating to such bonds io which they are attached.” Gulf Insurance Company does hereby make, constitute and zp~oini EFFECTIVE DATE 1 ’ \ 4-10-95 \ ( CONTRACT AMOUNT BOND AMOUNT ! ($20 y 000.00 DENNIS G. WEST OF SAN DIEGO, CA. its true and lawful attorney(s)-in-fact, with full power and auihority hereby conferred in its name, place and siead, to sign, execute, acknowledge a behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf insurance Compzny thereby as fuily and to the same extent i Wngs and documents relating io such bonds and/or undertakings were signed by the duiy authorized of5cer of the Gulf Insurance Company ar attorney(s)-in-fact, pursuani to the authority herein given, are hereby ratified and confirmed. IN WITNESS WEWEOF, the Ga9f Insurance Conparg !-ins ce-sed these present5 to be signed by any QEcer of the Company and its Co oi The obligation of the Company shali not exceed one million ($l,C3O,UO9.O9) doiiars. be hereto afixed. GULF INSUBANGS.: COMPAYY dLd& n f2t5.k- / STATE OF NEW YOBK 1 &sistop>e: E. Watson COUNTY OF NEW YORR 1 say; that he resides in the County of Westshester, Stde of Y rand which executed the above instmment; that te Imows “,e it was SO afhed by order of the Board of Directors of said ) ss a-esidmt On this 1st day of February, 1994 AD., before me came C%-istooph,er E. Wztson, kzown to nxe p~~o~a,lly who being by m duly sworn, David &Ea No. 244958634, STAm OF NEW YORR ) QoeIt5ed in EGngs County 1 ss com~sm. EX~~XS NOV~~~EI 13, ~995 COUNTY OF NEW PORK ) attached POWER OF ATTOWEY remains En ;Cnnll Force. 1, the undersigned, §enior Vice Resident o? the Golf i~sarazce Coxpny, a P&ssonrk Corporation, DO MEBEBY CERTIFY that thc Signed and Sealed at the City of New York. e 3a;l;ed (he 6th day OF APRIL - p. q- Lawrence P. Miniter Senior Vice President DESIGNATION OF SUBCONTRACTORS (To Accompany Proposal) 1 I I 1 I i I 80 8 8 I I I I 1 I The Contractor certifies he/she has used the sub-bids of the following listed Contractc making up hislher bid and that the subcontractors listed will be used for the work for whict bid, subject to the approval of the Crty Engineer, and in accordance with applicable provi of the specifications and Section 4100 et seq. of the Public Contracts Code - 'Sublettins Subcontracting Fair Practices Act." No changes may be made in these subcontractors e upon the prior approval of the City Engineer of the City of Carlsbad. The following inform is required for each sub-contractor. Additional pages can be attached if required: This project does- does not- have bid items designated as 'Speciatty Items.' I. items of 7kJ& Complete Address Phone I Work Full Company Name ";>/ayJ""s' with Z~D Code & Area a' 110 43 AMOUNT OF SUBCONTRACTORS' BIDS (To Accompany Proposal) I I I I 1 1 I I. 1 I 1 I 1 I I I The bidder is to provide the following information on the subbids of all the listed subcontrac 1. as part of the sealed bid submission. Additional pages can be attached, if required. Type of State Contracting Carlsbad Business Amount oi Full ComPanv Name License & No. License No.* J$ or % 6zr%3 95,b ;It Mz*I ;/ 1. 553WI w L 56 L2t2azL* 1 8 L671- L -/&9 * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained pi submission of signed Contracts. 21 1. @ BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) I i 1 1 1 i I I I. 1 I I i 1 I I 1 Bidder submits herewith a statement of financial responsibilrty. I. 21 I. @ BIDDER’S STATEMENT OF TECHNICAL ABILIN AND EXPERIENCE (To Accompany Proposal) I I I I I I I I I. I I I I 1 I I 1 The Bidder is required to state what work of a similar character to that included in the prop Contract he/she has successfully performed and give references, with telephone numbers, t will enable the City to judge hidher responsibility, experience and skill. An attachment CI used. 1. Name and Address 2 I. a9 personally known to me (ye- satrsfae&yedeae)- to be the person& whose name(+ is/asubscribed to the within lnstrument and acknowl- edged to me that he/k.he&xVxecuted the same III hls/ krft&S-authorized capacity@), and that by his/&/ their signature(@ on the instrument the person(4, or the entity upon behalf of w'ruch the person(@ acted, executed the instrument. WITNESS my hand and official seal. I? Signature P (&,+PC*:? b\ Lbbd This men for oyiciai Z\rotariai seal I I I I I I I I I I I I I I I I NON-COLLUSION AFFIDAVIT To BE EXECUTED BY BIDDER AND SUBMITIED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California 1 I. Criw of 0.~. M - (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behi any undisclosed person, partnership, company, association, organization, or corporation the bid is genuine and not collusive or sham; that the bidder has not directly or indi induced or solicited any other bidder to put in a false or sham bid, and has not direc indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to pu sham bid, or that anyone shall refrain from bidding; that the bidder has not in any ma directly or indirectly, sought by agreement, communication, or conference with anyone to f bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element ( bid price, or of that of any other bidder, or to secure any advantage against the public awarding the contract of anyone interested in the proposed contract; that all stater contained in the bid are true; and, further, that the bidder has not, directly or indir submitted his or her bid price or any breakdown thereof, or the contents thereof, or diw information or data relative thereto, or paid, and will not pay, any fee to any corpori partnership, company association, organization, bid depository, or to any member or i thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the executed on the 10 day of I @ Subscribed and sworn to before me on the day of 9 1s (NOTARY SEAL) Signature of Notary 21 le a9 a CONTRACT - PUBLIC WORKS ,1995, by and bet^ ion, (hereinafter called 'City"), whose principal place of bus (hereii the City of Carlsbad, California, a municipal co This agreement is made this /6 F day of C.D.M. is 316 FRONT STREET #202, EL CAJON, CA 92020 called "Contractof .) City and Contractor agree as follows: 1. - Description of Work. Contractor shall perform all work specified in the Contract docun for: NORTH CARLSBAD BEACH RESTROOMS CONTRACT NO. 3412 (hereinafter called 'project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, t equipment, and personnel to perform the work specified by the Contract Document: Contract Documents. The Contract Documents consist of this Contract, Notice In\ Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bid Statements of Financial Responsibility and Technical Ability, Noncollusion Affidavit, Es Agreement, Release Form, the Plans and Specifications, the Special Provisions, ar proper amendments and changes made thereto in accordance with this Contract o Plans and Specifications, and all bonds for the project; all of which are incorporated h by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the as indicated, specified, and implied by the Contract Documents. Any items of worl indicated or specified, but which are essential to the completion of the work, sha provided at the Contractor's expense to fuifill the intent of said documents. In all insta through the life of the Contract, the City will be the interpreter of the intent of the Cor Documents, and the City's decision relative to said intent will be final and binding. Fc of the Contractor to apprise subcontractors and materials suppliers of this condition c Contract will not relieve responsibility of compliance. Pavment. For all compensation for Contractor's performance of work under this Coni City shall make payment to the Contractor per Section 9-3 of the Standard SDecifica for Public Works Construction (SSPWC) 1994 Edition, and the latest supplement, hereir designated 'SSPWC', as issued by the Southern California Chapter of the American P Works Association, and as amended by the Special Provisions section of this conti The closure date for each monthly invoice will be the 30th of each month. Invoices the Contractor shall be submitted according to the required City format to the ( 2. 3. 0 4. 0 2/ @ I I I I I I I 1 I. I 8 I I I I 1 I assigned project manager no later than the 5th day of each month. Payments wi delayed if invoices are received after the 5th of each month. The final retention am shall not be released until the expiration of thirty-five (35) days following the recordir the Notice of Completion pursuant to California Civil Code Section 3184. Public Contract Code section 20104.50 requires a summary of its contents to be set in the terms of the contract. Below is such a summary. However, contractor should to Public Contract Code section 20104.50 for a complete statement of the law. The city shall make progress payments within 30 days after receipt of an undisputed properly submitted payment request from a contractor on a construction contrac payment is not made within 30 days after receipt of an undisputed and properly subm payment request, then the city shall pay interest to the contractor equivalent to the I rate set forth in subdivision (a) of section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the city shall, as soon as practicable after rec determine whether the payment request is a proper payment request. If the city detem that the payment request is not proper, then the request shall be returned to the contrr as soon as practicable but not later than seven (7) days after receipt. The returned req shall be accompanied by a document setting forth in writing the reasons why the pay1 request was not proper. If the city fails to return the denied request within the seven (7) day time limit, ther number of days available to the city to make payment without incurring interest sha reduced by the number of days by which the city exceeds the seven (7) day r6 requirement. "Progress payment" includes all payments due contractors except that portion of the payment designated by the contract as 'retention earnings'. A completed and executed release form in the form described in this contract (herein "Release Form") shall be submitted prior to approval of each progress payment. contractor shall list all disputed claims or potentially disputed claims which arise durin! pay period. The purpose of the Release Form is to bring timely attention to areas of dis or potential dispute between the contractor and the Ctty for the pay period. Failure o contractor to submit a completed and executed Release Form shall constitute contractor's acknowledgement that no disputes of any type have arisen that pay peric remain from previous pay periods and the contractor waives all future rights in ma claims for disputes arising in those pay periods. All previous and new disputed chin potentially disputed claims shall be listed on the Release Form until such time as disputed claims are resolved. The contractor shall not modify the Release Form in any 5. Independent Investiaation. Contractor has made an independent investigation oi jobsite, the soil conditions at the jobsite, and all other conditions that might afFec progress of the work, and is aware of those conditions. The Contract price incli payment for all work that may be done by Contractor, whether anticipated or not, in c a' I* 1. 61$ I a I 1 8 1 1 I. 8 I B I to overcome underground conditions. Any information that may have been furnish Contractor by City about underground conditions or other job conditions is for Contra( convenience only, and City does not warrant that the conditions are as thus indic Contractor is satisfied with all job conditions, including underground conditiins and he relied on information furnished by City. Contractor Reswnsible for Unforeseen Conditions. Contractor shall be responsible 1 loss or damage arising out of the nature of the work or from the action of the elemei from any unforeseen difficutties which may arise or be encountered in the prosecuti the work until its acceptance by the City. Contractor shall also be responsible forexp incurred in the suspension or discontinuance of the work. However, Contractor she be responsible for reasonable delays in the completion of the work caused by acts of stormy weather, extra work, or matters which the specifications expressly stipulate H borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trer or other excavations that extend deeper than four feet below the surface Contractor promptly, and before the following conditions are disturbed, notify City, in wriiing, 01 A. Material that Contractor believes may be material that is hazardous waste, as de in Section 251 17 of the Health and Safety Code, that is required to be removec Class I, Class II, or Class Ill disposal site in accordance with provisions of existins B. Subsurface or latent physical conditions at the site differing from those indicatec C. Unknown physical conditions at the site of any unusual nature, different materially those ordinarily encountered and generally recognized as inherent in work c character provided for in the contract. Crty shall promptly investigate the conditions, and if it finds that the conditions do matt so differ, or do involve hazardous waste, and cause a decrease or increase in contrac costs of, or the time required for, performance of any part of the work shall issue a ch order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the cond materially differ, or involve hazardous waste, or cause a decrease or increase ii contractor’s cost of, or time required for, performance of any part of the work, conti shall not be excused from any scheduled completion date provided for by the contrac shall proceed with all work to be performed under the contract. Contractor shall retail and all rights provided either by contract or by law which pertain to the resolutic disputes and protests between the contracting parties. Chanae Orders. City may, without affecting the validity of the Contract, order chai modifications and extra work by issuance of wriien change orders. Contractor shall I no change in the work without the issuance of a wriien change order, and Contractor not be entitled to compensation for any extra work performed unless the City has is 21 1. 6. 7. 1 t b 8. n I. @ 1 I 1 I 1 1 c I 1 I. I E 1 1 I 1 8 a written change order designating in advance the amount of additional compensat be paid for the work. If a change order deletes any work, the Contract price sh reduced by a fair and reasonable amount. If the parties are unable to agree on the ar of reduction, the work shall nevertheless proceed and the amount shall be determin litigation. The only person authorized to order changes or extra work is the PI Manager. The written change order must be executed by the City Manager or thc Council pursuant to Carlsbad Municipal Code Section 3.28.172. lmmiaration Reform and Control Act. Contractor certifies he is aware of the requirer of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) an( complied and will comply with these requirements, including, but not limited to, ver the eligibility for employment of all agents, employees, subcontractors, and consultant are included in this Contract. 10. Prevailins Wase. Pursuant to the California Labor Code, the director of the Departrrw Industrial Relations has determined the general prevailing rate of per diem wagc accordance with California Labor Code, Section 1773 and a copy of a schedule of general prevailing wage rates is on file in the office of the Carlsbad Ci Clerk, ai incorporated by reference herein. Pursuant to California Labor Code, Section 1 Contractor shall pay prevailing wages. Contractor shall post copies of all applic prevailing wages on the job site. 11. Indemnification. Contractor shall assume the defense of, pay all expenses of defense indemnrfy and hold harmless the City, and its officers and employees, from all claims, damage, injury and liability of every kind, nature and description, directly or indir arising from or in connection with the performance of the Contractor or work; or from failure or alleged failure of Contractor to comply with any applicable law, rule regulations including those relating to safety and health; except for loss or damage w was caused solely by the active negligence of the Crty; and from any and all claims, I damages, injury and liability, howsoever the same may be caused, resulting direct indirectly from the nature of the work covered by the Contract, unless the loss or dan was caused solely by the active negligence of the Clty. The expenses of defense inc all costs and expenses including attorneys fees for litigation, arbitration, or other dis Contractor shall also defend and indemnify the City against any challenges to the av of the contract to Contractor, and Contractor will pay all costs, including defense cost! the Crty. Defense costs include the cost of separate counsel for Ci, if City requ separate counsel. 12. Insurance. Contractor shall procure and maintain for the duration of the contract insure against claims for injuries to persons or damage to property which may arise from c connection with the performance of the work hereunder by the Contractor, his age representatives, employees or subcontractors. Said insurance shall meet the City's p for insurance as stated in Resolution No. 9143. I. 9. e resolution met hod. u I* @ I (A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverage minimum limits indicted herein: 1. Comprehensive General tiabilitv Insurance: 1 1 I c s 1 D I 1 1 i E t 1 $l,OOO,OOO combined single limit per occurrence for bodily injury and pr damage. If the policy has an aggregate limit, a separate aggregate in the an specified shall be established for the risks for which the Crty or its agents, c or employees are additional insured. I* 2. Automobile Liabilitv Insurance: $1,OOO,OOO combined single limit per accident for bodily injury and prc damage. In addition, the auto policy must cover anv vehicle used i performance of the contract, used onsite or offsite, whether owned, non-owr hired, and whether scheduled or non-scheduled. The auto insurance cert must state the coverage is for "any auto" and cannot be limited in any man 3. Workers' Comwnsation and Emplovers' tiabilitv Insurance: Workers' compensation limits as required by the Labor Code of the Stl California and Employers' Liability limits of $l,OoO,OOO per incident. Wc compensation offered by the State Compensation Insurance Fund is accepta the City. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insu required under this agreement contain, or are endorsed to contain, the folk provisions. General Liability and Automobile Liabilrty Coverages: 1. The City, its officials, employees and volunteers are to be covered as addi insured as respects: liability arising out of activities performed by or on bet the Contractor; products and completed operations of the contractor; prei owned, leased, hired or borrowed by the contractor. The coverage shall cc no special limitations on the scope of protection afforded to the City, its off, employees or volunteers. 2. The Contractor's insurance coverage shall be primary insurance as respect Crty, its' officials, employees and volunteers. Any insurance or self-insui maintained by the City, its officials, employees or volunteers shall be in ex= the contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not I coverage provided to the City, its officials, employees or volunteers. 4. Coverage shall state that the contractor's insurance shall apply separately to insured against whom claim is made or suit is brought, except with respect 11 limits of the insurer's liability. 1. I 21 Do @ I 1 I I B s I 80 I 1 1 I I E 1 1 (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a 'claims made' b coverage shall be maintained for a period of three years following the dat completion of the work. (D) NOTICE OF CANCELIATION -Each insurance policy required by this agreement be endorsed to state that coverage shall not be nonrenewed, suspended, voi canceled, or reduced in coverage or limits except after thirty (30) days' prior WI notice has been given to the City by certified mail, return receipt requested. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - Any deduct or self-insured retention levels must be declared to and approved by the City. A option of the City, either: the insurer shall reduce or eliminate such deductibles or insured retention levels as respects the Ci, its officials and employees; 01 contractor shall procure a bond guaranteeing payment of losses and re1 investigation, claim administration and defense expenses. (F) WAIVER OF SUBROGATION -All policies of insurance required under this agree shall contain a waiver of all rights of subrogation the insurer may have or may ac against the City or any of its officials or employees. 1. 1 (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured L its policies or shall furnish separate certificates and endorsements for subcontractor. Coverages for subcontractors shall be subject to all of the requiren stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that hi rating in Best's Key Rating Guide of at least A-:V, and are authorized to transac business of insurance by the Insurance Commissioner under the standards spe in by the City Council in Resolution No. 91-403. VERIFICATION OF COVERAGE - Contractor shall furnish the City with certificat insurance and original endorsements affecting coverage required by this clause. certificates and endorsements for each insurance policy are to be signed by a pi authorized by that insurer to bind coverage on its behalf. The certificates endorsements are to be in forms approved by the Ci and are to be receivec approved by the City before work commences. (J) COST OF INSURANCE -The Cost of all insurance required under this agreemeni be included in the Contractor's bid. (I) 13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resoh accordance with the provisions in the Public Contract Code, Division 2, Part 3, Cha~ Article 1.5 (commencing with section 20104) which are incorporated by reference. A of Article 1.5 is included in the Special Provisions I section. The contractor shall ir submit all claims over $375,000 to the Crty using the informal dispute resolution prc described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstandir 2 I* @ 1 1 I. 1 I I I I 1 I 1 ... 1 1 I I I I provisions of this section of the contract, all claims shall comply with the Governmeni Claim Act (section 900 et seq., of the California Government Code) for any claim or c of action for money or damages prior to filing any lawsuit for breach of this agreem 14. Maintenance of Records. Contractor shall maintain and make available at no cost t City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Ch 1, Article 2, of the Labor Code. If the Contractor does not maintain the recorc Contractor’s principal place of business as specified above, Contractor shall so infon City by certified letter accompanying the return of this Contract. Contractor shall notil City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with SE 1720 of the Labor Code are incorporated herein by reference. 16. Security. Securities in the form of cash, cashier’s check, or certified check m8 substituted for any monies withheld by the City to secure performance of this contra any obligation established by this contract. Any other securrty that is mutually agre by the Contractor and the City may be substituted for monies withheld to e1 performance under this Contract. 17. Provisions Rewired bv Law Deemed Inserted. Each and every provision of law and c required by law to be inserted in this Contract shall be deemed to be inserted hereir included herein, and if, through mistake or otherwise, any such provision is not inst or is not correctly inserted, then upon application of either party, the Contract shall fort be physically amended to make such insertion or correction. I. ... ..I ... ... ... ... ... ... ... 21 1. @ i I 1 I 1 8 t 1. 8 1 I 1 I I li 1 0 18. Additional Provisions. Any additional provisions of this agreement are set forth 'General Provisions' or 'Special Provisions' attached hereto and made a part herec NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUS ATTACHED (CORPORATE SEAL) n APPROVED TO AS TO FORM: Signature of Signatory I RONALD R. BALL City Attorney By: LR. L & D. RICHARD RUDOLF 5". 17- 4 5 AsSistant City Attorney 21 le @ PERSONALLY APPEARED personally known to me (w~ve~--m-tk-hhf- .satis&e~--~~~o be the person(s) whose name(s) isjare subscribed to the within instrument and acknowl- edged to me that W&/they executed the same in-hd .*/their authorized capacity(ies), and that by+&+he& their signature(s) on the instrument the person(s), or the entify upon behalf of which the person(s) acted, executed the instrument. WlTNESS my hand and official seal. Ths nrenfor Oficul NotnrraI Seal Though the data below IS not required by law, it may prove valuable to persons relying on the document and cou fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCU (/; &, ;y&T ez7- 0 CORPORATE OFFICER w - TITLE OR TYPE OF DOCUMENT mE(S) ATTORNEY-IN-FACT NUMBER OF PAGES c] GUARDIAN/CONSERVATOR DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED A@ ALL-PURPOSE ACKNOWLECGEMENT ID-OS1 Rev 6/94 1 . BOND lFGE5b5Y4L1 1' 1 s I I 1 I I I I 1 LABOR AND MATERIALS BOND EREAS, the Clty Councll of the City of Carlsbad, State of Callfomta, by Resolution No. 95 a&pt&_apRIL 25th. 1995 ,hasawardedto C.D.M. A CALIFORNU.. PARTNERSHIP (hereinafter designated as the 'Pflncipafa), a Contract for: c NORTH CARLSBAD 8EACH RESTROOMS 1 CONTRACT NO, 3412 On the Clty of Cadsbad, in strict conformrty wRh the drawhgs and specfflcatbns, and 01 Contract Documents now on file in the Office of the City Clerk of the City sf C&bd and a which are incorporaisd herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tern ther mquire the furnishing of a bond, providing that if Principal or any of their subG0ntradors 8 $&I to PRY for any mateiils, provisions, provender or other supplies or teams used in, Up01 about the performance of the work agreed to be done, or for any work or labor done then of any khd, the Surety on this bond will pay the same to thra extent hereinafter set forth. Now, THEREFORE, WE, C . D. M. A CALIFORNIA PARTNERSHIP Principal, (hereinaflerdesignated asthe 'Contractof), and GULF INSURANCE COMPANY as Surety, are held firmly bound unto the City of Cartsbad in the sum of pINETY TIIOUSAND E1 (p90,885.00** ), said sum being fifty percent (50%) of the estimated amount papi by the City of Carlsbad under the tern of the Contract, for which payment well and truly to made we bind ourselves, our heirs, executors and administrators;, successors, or assigns, joii and severally, firmly by these presents. THE CONDlTlON OF THIS OBLIGATION IS SUCH that if the person of his/her subcontract fail Po pay for any materials, provisions, provender, supplies, or teams used in, upon, for# about the performance of the work contracted to be done, or for any otherwork or labar there of any kind, or for amounts due under the Unemployment insurance Code with respect to st work or labor, or for any amounts required to be deducted, withheld, and pald over to I Employment bvelopment Department from the wages of empbyees of the contractor e subcontractors pursuant to Section 13020 of the Unemployment insurance Code with resp Bo such work and labor that the Surety will pay for the same;, not to exceed the sum specif nd, and, also, in case suit is brought upon the bond, costs and reasonable expens , including reasonable attorney's fees, to be fixed by the court, as rquired by t provisions of Section 3248 of the California Civil Code, This bond shall inure to the benefit of any and all persons, companies and corporations enttiu to file claims under Title 15 of Part 4 of Divislon 3 of the Civil Code (commencing with Secti 3082). umPy stlpulates and agrees that no change, extension of time, atteratlon or addition to t tern of the Contract, or to the work to be performed thereunder or the speofii acoornpanying the same shall affect its obligations on this bond, and it does hereby wdve nati HUNDRED EIGHTY FIVE AND NO/loO's--------------------------------------- J Doll 1. I a 2/15, of any change, extension of time, alterations or adddion to the tern of the contract or to tl work or to the specifications. In the event that Contractor fs an Indiddual, lt Is agreed that the death of any such Conhct shall not exonerate the Surety from hs obligations under this bond. dc day of MAY ,Is=. of MAY ,1995 -c a Executed by CONTRACTOR this 4th CONTRACTOR: SURrn Executed by SURETY this -4th C.D.M. A CALIFORNIA PARTNERSHIP GULF INSURANCE COMPANY A (name of Contractor) (name of Surety) c/o5550 WEST TOUHY AVENUE, STE. 400 By: SKOKIE, IL. 60077-3200 (address of Surety) HERB ABELL 708-982-9800 (CA. AGENT 619-279-272: (print name here) (telephone number of Surety) - By: PARTNER DENNIS G. WEST (printed name of Atforney-inFact) (attach corporate resolution rhowing current power of attorney) RUDY LEDBETTER (print name here) PARTNER (title and organlzation of signatory) proper notarial acknowledge of execution by CONTRACTOR and WREN must be attached.) (Prwident or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certKed by the sacremy or assfstant secretary under corporate seal empowering that offir to bind the corporation) APPROVED AS TO FORM: ROMD R, B City Attorney By t+ Assistant D. RIC RD City RUDOLF Attorney ("- f c- ')c. 2/15/95 a CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT County of SAN DIEGO before me, KATHLEEN MAGDALEN MEEKS/NOTARk DATE NAME TITLE OF OFFICER - E G , "JANE DOE NOTARY PUBLIC personally appeared 0 personally known to me - OR -a proved to me on thb basis of satisfactory evi to be the person@) whose name@$ subscribed to the within instrument ar knowledged to me that hefikY.@@@Fexc the same in hislfhSBRm authc capacity(H@J, and that by his/RW signature(@ on the instrument the per: or the entity upon behalf of whic person@ acted, executed the instru WITNESS my hand and official seal. DENNIS G * WEST NAME(S) OF SIGNER(S) Though the data below is not required by law, it may prove valuable to persons relying on the document and coul fraudulent reattachment of this form CAPACITY CLAl MED BY SIGNER DESCRIPTION OF ATTACHED DOCU 50% PAYMENT BOND TITLE OR TYPE OF DOCUMENT TITLE(S) 2 NUMBER OF PAGES 5-4-95 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIN(IES) __ SIGNER(S) OTHER THAN NAMED AB GULF INSURANCE COMPANY __ ___ ____ -- __ 01993 NATIONAL NOTARY ASSOCIATION * 8236 Remrnel Ave P 0 Box 7184 - Canoga P: 0 STATEOF i COUNTY OF On PERSONALLY APPEARED personally known to me (kw-an-k-basisof -&j&~qMdenee) to be the person(s) whose name(s) &lare subscribed to the within instrument and acknowl- edged to me that +s,khe/they executed the same in W Wtheir authorized capacity(ies), and that by-kisf-ke/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature This area for Oficial iVotarial Seal BOND #GE5689426 PREMIUM 84544.00 The Final Premium IS Preaicamg on the Fin& Ccmtreiia eec& FAtTHFUh PERFORMANCE/WARRANTY BOND WHEREAS, the City Council Of the City of Carlsbad, State of Californ'b, by Resolution k.m , (hereinafter designated 88 the 'Principal'), a contract fc adopted APRIL 25th, 1995 , has awarded to C.D.M. A CALIFORNIA PARTNERSB NORTH CARLSBAD BEACH RESTROOMS CON"RACT NO, 3412 in the City of Carlsbad, in strict conformity with the contract, the drawings and SFXSksdbr and other Contract Documents how on file in the Office of the City Clerk of the Cw of Carfsba all of which are incorporated herein by this reference. WHEREAS, Prlnclpal has executed or is about to execute said Contract and the terms there rQquire the furnishing of a bond for thefaithful performance and warranty of said Contntct; NOW, THEREFORE, WE, C . D. M. A CALIFORNIA PARTNERSHIP ,asPrincip (hersInafterdesignatedasthe'Contractor), and GULF INSURANCE COMPANY , as Surety, are held and firmly bund unto the City of Carlsbt Doll2 ($ *181,771.00** ), said sum being equal to one hundred percent (I@%) of the estfmat amount of the Contract, to be paid to Ctty or its certain attorney, Its successom and assigm; ' which payment, well and truly to be made, we bind ourseh'es, our heirs, exeoutors a administrators, successors or assigns, jointly and severally, flmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractof, th heirs, exeCUtors, admintstrators, successors or assigns, shall in all things stand to and abide I and well and truly keep and perform the covenants, conditions, and agreements in the Contr and any afteration a ere of made as therein provided on their part, to be kept end performed the time and in the manner therein specified, and In all respects according to their true intc and meaning, and shall indernn*Ey and save harmless the City of Carisbad, its offh employees and agents, as therein stipulated, then thls obligation shall become null and w othennrise it shall remain In full force and effect. As a part of the obligaiion secured hereby and in addition to the face amount specifred them there shall be included costs and teasonable expenses and fees, lncludlng reasonable attom fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs t included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, afteratlon or addhkm to terms of the Contract, or to the work to be performed thereunder or the specthti accompanying the same shall affect its cbligations on this bond, and it does hereby waive no of any change, extension of time, alterations or addition to the tern of the contract or to work or to the specifications. inthesumof,Om HUNDRED EIGHT ONE THOUSAND SEVEN HUNDRED SEVENTY ONE AND NO/ ........................................................................ o m 43 0 In the event that Contractor is an indivldual, it Is agreed that the death of my wch Cont& shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 4th Executed by SUREWthis 4th d CONTRACTOR: SURETY: (name of Cantractor) e dayof MAY ,lQZ. Of MAY >, 193 C.D.M. A CALIFORNIA PARTNERSHIP GULF INSURANCE COMPANY (name of Surety) c/o5550 WEST TOUHY AVENUE, STE. 40C By: SKOKIE, IL. 60077-3200 (address of Surety) (telephone number of Surety) HERB ABELL 7og-9g2-9gOO (CA. AGENT 619-279-21 (print name here) r' - By: /g+& L&&j A5 I &ifd (signature d Attomey-ikFact) - DENNIS G. WEST (printed IWW Of Att~t~~y-lft-Fad) @ RUDY LEDBETTER (print narne here) (Title and Organfration of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SUREfY must be attached (President or vice-president and secretary or assistant secretary must sign for oorporations. I only one of€icer skgns, the corporation must attach a resolution certified by the secretary o assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL (Attach corporate resolution showing currei power of attorney.) PARTNER R. Ph54.A pd $. tr- $$; D. RICHARD RUDOLF Assistant City Attorney 0 2/15/Q 49b t CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT County of SAN DIEGO before me, KATHLEEN MAGDALEN MEEKS/NOTARY DATE NAME TITLE OF OFFICER - E G "JANE DOE, NOTARY PUBLIC personally appeared DENNIS G. WEST personally known to me - OR -a proved to me on thfe basis of satisfactory evi to be the person$@ whose name@$ I subscribed to the within instrument ar knowledged to me that heEKw#exe the same in his/fljSWfim autho capacity(W, and that by his/Rgft signature(@ on the instrument the pers or the entity upon behalf of whicl person@ acted, executed the instru WITNESS my hand and official seal. NAME@) OF SIGNER(S) a2dcxk.n WLL& SIGNAT~E OF NOTARY Though the data below is not required by law, it may prove valuable to persons relying on the document and couh fraudulent reattachment of this form. CAPACITY CLAIM ED BY SIGNER DESCRIPTION OF ATTACHED DOCUI 0 CORPORATE OFFICER 100% PERFORMANCE BOND TITLE OR TYPE OF DOCUMENT TITLE@) 2 NUMBER OF PAGES 5-4-95 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB( 01993 NATIONAL NOTARY ASSOCIATION * 8236 Remmel Ave P 0 Box 7184 - Canoga Pal @ STATE OF cud Li f%'//b 1 A } ss. COW OF 5'ab' ,fl, eh G I P .--- on PERSONALLY APPEARED 5 F 4,- 9 -5 , before me, hbx~~l2 65 /%&5..~~Cifl~ y h personally hown to me (Vveb-kMsof sa- to be the person(s) whose name(s) */are subscribed to the within instrument and acknowl- edged to me that -/they executed the same in hkL &/their authorized capacity(ies), and that by-kfsrLk@r/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WlTNESS my hand and official seal. Signature This menfor 0,fi'craf Notnnai Seal $ EG // %?:;isS OY ATTOrnJ5 OF ATTOmP 4Pd ??dYZD 3 SAFETY PAPER WTH TEAL INK. DUPL!CATZS SHALL :&A SAME FORCE AMI EFFECT AS AN 0RIGiNAE OhLY WE3.h 3, 1 C.D.M. A CALIFORNIA PARTNERSHIP KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurarice Com- al any, a corporation duly organized under the laws of the Staie of PLissodri, having its principal office in the city of Irving, Texas, pursuant to the following resoid;ion, adopted by the Finance & Executive Committee of the Boara of Directors of the said 1 EL WON, cA- g2o20 Company on the lGth day of August. 1993, to wit “RESOLVED, that the President, Executive Vice Presiaent or any Senior Vice President of the Company shall have authority to make, exectie ard deliver a Power of Attorney constituting as Attorney-in-Fact, such persons, firms, oi coporatioss as may be selected from time to time, and any such Attorney-in-fact may be removed and the authority granted him revoked by the Pres,dent, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors RESOLVED, that nothing in h4is Power of WEorney shall be consmed 2s a gran: of authority to the attorney(s)-in-fact to sign, execue, acknowledge, aeiivei or Qhi- wise issue a policy or policies of insurance 011 behalf of Gulf Insurance Compm> RESOLVED, that the signature of the President, Executive Vice President or any Senior Vice President, and the Seal of the Company may be zffiixed to any sucn Power of Attorney or any certificate relating thereto by facsimi!e, and any uch powers so executed and certified by facsimile signature and facsimi!e seai ihell be valid and binding upon the Company in the future with respec: to a?;. oond and documents relating to such bonds to which they are attached ” Gulf Insurance Company does hereby make, constitute and appoint ONrnCTHON WITH THE OMGMAL. 316 FRONT STREET #I202 1 1 5-4-95 1 EFFECTIVE DATE F CGNTRAC- AMCUNT i ; $ 181 , 771.00 i ’ BQNC) AMOUNT $181,771.00 PERF / $90,885.00 PM DENNIS G. WEST OF SAN DIEGO, CA. its true and lawful attorney(s)-io-fact, with full power and authorit). hereby conieired in its name, piace dnd stcad, to s‘gn, execute, acknowledge ai behalf, as surety, any and all bonds and undertakings of suretyship, and io bind Gull Insurance Company thereby z, fully and to the same extent a dertalungs and documents relating to such bonds and/or under??!mgs were signed by the duiy authorized officer of the Gulf Insurance Company an id attorney(s)-in-fact, pursuant to the authority herein given die !-ereoy rstified and confirmed The obligation of the Company shall not enceed one million ($l,OCC,OOO CG) dollars IN WITNESS WHERl3OF, the Gulf Insoraxce Cornzpsn:~ ;?as cmsed these ?resents to be signed bg my ofike: of tke Company and its Con @ be hW&Q akfixed. GULF :NS”JRANCE COMPANY LL/4+L fY& Sl”s,r:Esto?ner E. W ats~n Resident STATE OF NEW YORK ) COUNTY OF NEW YORE9 ) say; that he resides in the County of Wests:~~ter, Sbte of New Ycrk. *” and which executed the above iaastmment; that he mows :;.e seal oC 3 it was so armed by order of the Board ol” Directors of sai~ coqxra ) S§ On this 1st day of February, 1994 AD., 83eC~re rae came 503, know R to xe persmdly who beirag by ne drill) sworn, c :e President of 69e Ga f Lnr,rance Cornpay, the corp0r2ti~ David jars No. W-4J58634 STATE OF NEW YOBK ) Qacl‘Eed :n ;c:ngs County 1 $6 comm. EJqiues November 13, 1985 COUNTY OF NEW YORB ) attached POWER OF ATTOWEY rexxaiws in full Iorce. I, the undersigned, &nior Vice Eesident of the GclC Z~xrance Compzq 7 s Missoa-i Cor$o:atioa,, DO HEREBY C313TKFY that the Signed and Sealed at the City off Kew York day of MAY e p 9- i,a.*retace 2. Miniter Senjor vic2 President I I 1 1 I 1 1 il I I I I 1 I i 1 City of Carlsbad Purchasing Department Representation and Certification The following representation and certification are to be completed, signed and returned with proposal. REPRESENTATIONS: Mark all applicable Hanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: (Check appropriate Ethnic Ownership Type) I am cunently certified by: Certification X: I* CERTIFICATION OF BUSINESS REPRESEk Mark all applicable blanks. This offeror reprec of this offer that: This firm is , is not 2 mino'iity business. This firm is , is not woman-owned business. v WOMAN-OWNED BUSINESS: A woman-own a business of which at least 51 percent is ow and operated by a womm or women. Controlle exercising the poww $2 mke policy decisions defined as actually inwived in the day-to-day I DEFl N ITI ON S: MINORITY BUSINESS ENTERPRISE: "Minority Business" is efined as a business, at least 51 percent of which is owned, la perated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian- Pacific Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTl FI CATl 0 N : The information furnished is certified to be factual and correct as of CJJ jq, COMPANY NAME 2/1 I* @ MARK RUB IN 1 NSURANCE t;.Fl>i NU. IjlYWSt!4UQ MA)'- 15-95 MOX 13 : 14 RUBfN PNSUWCE COMMERCIAL XNSWrnCE svcs DIEGQ, CA 92126 SAMERIrn XNSIJWCE c 6 TIERRA GRANDE ST, 3TE 104 ._- --- --. ..- . -. .,..-. ; C7MPANY _. _I_.. .- B 3rd FRONT STREET SWXTE # 202 EL CAJON CA 92028 Lhd _..--.- MERC:A: CIEVEPr%%AFILlTY -.. ..-- , -- . NOrS-OYlrkTD nun$ -... -,. .-_I_ -.-..- --.._ '=+:?I ACCIDENT _- . EL DISKASG - FOUCY LI%U nnwsn w&~tnN$NfflIcs.Wsetcnt. !EMC mTE: HOLI:).ER 1s N.AMED A8 mD5'5ION& INS1 CITY OF CARLSBAD 2075 LAS P&mS DKI'JE. CARLGBAD, CA 42009 v Y IT. .I* *I, , am 03 w&m %jwLu8 LilN$ ~~~~~ .&%%DAW I &QkM NrtmC MIhnk ;?.ubifi &-yM?.Ln Le_ Address: $L3L -T-ieC4-k .- c. Jli,p.Je 5-i-J- *loL\ Cisy/Sratd2&: Date: koject Names ----. Type of Iwmmce: ",,- is he Broker 0% Record far ~ C~~lS~f~a-crt'o d iti t'&@ed ta pr&de hwmm mder the ~p&ciib{ th it as Baraka of Record br Contractor, 1 have mmac mumnee compaatE@s , all of whom mgg & GQJ% requbmn@ itadardad Rcsolutiopa ~o. q I qa3 and all of whc '31 have refused ta write the requkd pli~ry due to 1y~a: at: risk involved c I[nstarame Cankr: 1[ r&q?3t;ku'ni;$ + \ LC3 $3i!?Lid-Td Xyii d Adcfress: "f$4J$ Fteamn for Read: .c~&-: 9' Bgst's Fating A f.isteti by Staxe ITlsuraMe 0 Name of Contsct: Daw: n= d:DlZkITdSdfAXY @&?S/"Q) I ffimymce Cdgr: * - iwc : i:! L..I kt\\ as Y?, me? QP contact: D-~QJL~ Addres: _II_y- Date: I Reason for Refutal: T?D 1 hf"?-f-A?&!.,k&. k% lCeW f-iT Beds 8adzg a /?k !,isred by State Insurance Yrs ,-- %U33dSdaiMr $Yd!h) * 27.d 500'nN 5S:Ol S&,TI ),BH *JFI&ir?CB,flT 4hi L .c I e: I '"k - SITT- Ma, .&)i.{] Imuraraee Carrier; -- W-L Nme Pf cantact: Adhs: Date: if- 5 Reason f~r Rthak & S\QT LN I 1 Bests Rating A- ~ssttiti by stace Insurance yes CortJ&hnep w%7ms] { rhftacrap is ra~uadng that the airy accq (tu he cada hhg m A-:'V Or hnU raipiaPg h who has an ofifiee ~AtlGn the SWe oEC&b'nh aX th of protea. campmgr who h a ~rgliu: Best'$ Et@tir?g G~Me-aa .ad~eru; in ader to eFfs&t acwia Mame he Gsrie: of SUpb 0 tiryi5rardzip: p *c m'ck MdXESS &ddY6S$ rQ &eCK su;Vk.e Of bCG3S %%&k ']c@ gme sf ~df~~- ,5& !W p Naw: I..I-.*- Ad&I?SS; --I (2- City,%tatdZip: .-Mn- '.L iteg~iaag ~WS ~e ante ad COXT~ Dated: _*__ .. 0 2861Ko:cfr 9hlT 2s'd 6QO"OW Q0:t~ sg,il A,,tlh FAX Nc. k;1@[33$j405 1JtiKf1. KbB f N 1 NS&QJ))JCE -- ..-. 1 ,e. .,- TfEIS ENDORSE*XEX? CrPWEJGES TU XLXCX - PLEASE 3T C2t.BmT &I3 Df TlUhJ maJ;yBAD ErnBk.SZbS%P* IF YOU &RE WQUZRED To APB ~~T'EZER B~RS~X? OR ~~~~~~~~ : ADDZTIQNPAL 5BSBiftED OM TBIS PQX*Ta UIlDZR A WRPTT33 CQRTRM AGREWE3T CU&€iE%TLY IN BFFECT OR EsECOH~Q 43"8ra'P"xgE, DGRX??G !tTG3 OR T&E ?QL$CY MZ, A CERTfFZCA2E C;tF 3SSWCE LISTm TBAT Pg;Rs OR~AkTIZATIC3A AS Elpa AQDITIQNaa;6 IBi.SUZUD ?US BE324 ?-w Af$: TNSURE3 [SXTIQEF iij ZS 2U?iBSED TB IHamE msm PERSON OR ORGANIZATION (CUD ""di98bP%IONAZ; Ills I THE XNSSJWCE FbaW 'FW ADH)ETIQ?&& ZNSURSD XI; %.I= Lbs mxz 1, TrnT PERSON 8R ORm~EZAZTOier 21s OmP AN a?kaom3fi= R3s FQR XTS LT~IS;Z"PY M?:tSDd3 OUT OF "YOUR 3?ORXlo FOR OR a SEZUUlE OF THZS ADDETI14NA; XMSVBZD; AETD SPEC3rzED XN THE mtl'TltEz: e8 x3 PUs;ICY, WHTCHrnR X6 frE:;3* sm AMD ARE NOT XEJ ADDPTIBN '!a T SHC TEE DECrnTIOWS; ALETB %agP&T IbscIss0D;t;Nc~ $UT ?Kt!! LZIMXrnD m Trn = BROVISIUNSI 2. TEE LZMfTS OF LI..MXZI!R FQU I"= ADDZTIIOU TNSG"REb &RE 0 3. UZ rnHSER PQLICY mm, COmZTIOnBs rnD 3s TETS EN%rBRSZrnT Am my cQmX,LB;GEs PS0%3PBb m=m mmx a TEE PBLXCY TO WFECll IT TS X~AC~3 IxO m m POLZCP ISSrnD TQ TBIF, rnSUMP4 Pmm: :HcLmEP. PRfrnT/NON CONTRI2UTOKY CLAUS '7 'Q m IS RIEPT-WR AWZD THAT CrHE; INSCRAMCE PROVIDE^ BY THTS END( 1s PRTWY, OTmB IpastJmxk:,r EiC'PORDEB To bPTE.22 XgD';TICNA'L 4NSm BE EXCESS QF, Am DUES W22 CCXiYWZBUTE MITE, BY THIS EHE49RS"mT. I* t n, TIE [TNgSlTRUICZ p3( e LAc-mz992 1 II 8 1 I follows: 1 8 II 1 1 1 I 1 I 8 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad w address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called 'C-Q whose ad is herei called "Contractor' and H address is brei called 'Escrow Agent." For the consideration hereinafter set forth, the Crty, Contractor and Escrow Agent agrc I@ 1. Pursuant to Section 22300 of the Public Contract Code of the State of Californie contractor has the option to deposit securities with the Escrow Agent as a substitu retention earnings required to be withheld by the City pursuant to the Construction Coi entered into between the City and Contractor for in the amount of dated (hereinafter referr as the 'Contract'). Alternatively, on written request of the contractor, the City shall payments of the retention earnings directly to the escrow agent. When the Conti deposits the securities as a substitute for Contract earnings, the Escrow Agent shall the City within 10 days of the deposit. The market value of the securities at the time t substitution shall be a least equal to the cash amount then required to be withhe retention under the terms of the contract between the City and Contractor. securities be held in the name of the , and shall designa Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which oths would be withheld from progress payments pursuant to the Contract provisions, pro that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the e$ agent shall hold them for the benefit of the contractor until such time as the escrow crc under this contract is terminated. The contractor may direct the investment of the payr into securities. All terms and conditions of this agreement and the rights responsibilities of the parties shall be equally applicable and binding when the City 80 i the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred t Escrow Agent in administering the Escrow Account and all expenses of the City. 1 expenses and payment terms shall be determined by the City, Contractor and E: Agent. 21 I. @ 5. The interest earned on the securities or the money market accounts held in escrow a interest earned on that interest shall be for the sole account of Contractor and sh subject to withdrawal by Contractor at any time and from time to time without notice I I city. 6. Contractor shall have the right to withdraw all or any part of the principal in the E Account only by written notice to Escrow Agent accompanied by written authorizatior City to the Escrow Agent that City consents to the withdrawal of the amount sought 1. I withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default 1: Contractor. Upon seven days’ written notice to the Escrow Agent from the City defautt, the Escrow Agent shall immediately convert the securiiies to cash and distribute the cash as instructed by the CQ. 8. Upon receipt of written notification from the Ci certifying that the Contract is finc complete and that the Contractor has complied with all requirements and proce applicable to the Contract, the Escrow Agent shall release to Contractor all securiiie interest on deposit less escrow fees and charges of the Escrow Account. The escrou be closed immediately upon disbursement of all moneys and securities on deposi payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the conti pursuant to Sections (4) to (6), inclusive, of this agreement and the City and Conti shall hold Escrow Agent harmless from Escrow Agent’s release, conversion disbursement of the securiiies and interest as set forth above. I 1 I I I B @ .... 1 .... I 1 .... 1 I 1 1 I e... .... .... .... .... .... .... .... .... 21 I. @ I I I 1 8 I i R II D I 1 I 1 10. The names of the persons who are authorized to give written notices or to receive w notice on behalf of the City and on behalf of Contractor in connection with the foreg and exemplars of their respective signatures are as follows: For City: Title Name Signature 1. 1 Address For Contractor: Title Name I Signature Address For Escrow Agent: Title Name Signature I. Address 21 1. 43 I At the time the Escrow Account is opened, the Crty and Contractor shall deliver to the E! Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office the date first set forth above. I For City: Title 1. Name 1 I I I 1 I ill I I I 1 I I Signatu re Address For Contractor: Title I Name Signature Address For Escrow Agent: Title Name 8. Signature Address 2/ I. @ RELEASE FORM I I 1 I 1 a THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTHLY PROGl PAYMENTS. NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: RETENTION AMOUNT FOR THIS PERIOD: $ I DISPUTED WORWCLAIMS I /OR ESTIMATE) DESCRIPTION OF DISPUTED WORWCLAIM AMOUNT CLAIMED Contractor further expressly waives and releases any claim Contractor may have, of wha type or nature, for the period specified which is not shown as disputed work/claim on this i This release and waiver has been made voluntarily by Contractor without any fraud, dure undue influence by any person or entity. Contractor is referred to paragraph 4 of the P Works Contract. Contractor further certifies, warrants, and represents that all bills for labor, materials, and due Subcontractors for the specified period will be paid according to Public Contract ( Section 20104.50 and Business and Professions Code Section 7108.5 and that the pt signing below on behatf of Contractor have express authority to execute this release. DATED: I I I i I I I I I @ PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, I By: Title: By: I Title: 21' I. @ I 1 I I I B I I I I I I I SPECIAL PROVISIONS 1. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I* 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words 'shown,' 'indicated,' 'detailed,' 'noted,' 'scheduled,' or words of similar impoi used, it shall be understood that reference is made to the plans accompanying these provisl unless stated otherwise. B. Directions: Where words "directed,' 'designated," "selected,' or words of similar import are used, it sha understood that the direction, designation or selection of the Engineer is intended, unless st' otherwise. The word 'required" and words of similar import shall be understood to mar required to properly complete the work as required and as approved by the Crty Engini unless stated otherwise. C. Equals and Approvals: Where the words "equal,' "approved equal,' 'equivalent,' and such words of similar impor' used, it shall be understood such words are followed by the expression "in the opinion o Engineer," unless otherwise stated. Where the words 'approved,' 'approval,' "acceptance words of similar import are used, it shall be understood that the approval, acceptance, or sir import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, I perform all operations, labor, tools and equipment, and further, including the furnishing installing of materials that are indicated, specified or required to mean that the Contract0 her/his expense, shall furnish and install the work, complete in place and ready to use, inclut furnishing of necessary labor, materials, tools, equipment, and transportation. 1 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 2/1 @ I. I ww 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price and the payment bond shall be in the amount of 50 percent of the contract price. Both bonds shall extend in full force and effect and be retained by the city during the course of this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 35 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the city engineer. The payment bond shall be released six months plus 35 days after recordation of the Notice of Completion if ail claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. A certified copy of the certificate of authorii of the insurer issued by the insurance commissioner. 2) If the bid is accepted, the City may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be veriiied by the oath of the principal officer or manager residing within the United States. 26 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), I994 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. 21 1 5/95 @ I I e B 1 I I I 1 1 1 e I 1 The Construction Plans consist of fourteen (1 4) sheet(s) designated as Crty of Carlsbad Dra\ No. 338-4. The standard drawings utilized for this project are the latest edition of the San D Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San D County Department of Public Works, together with the City of Carlsbad Supplemental Stan Drawings. Copies of pertinent standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer’s direc the Contractor shall obtain and distribute the necessary copies of such instruction, including (2) copies to the City. To Section 2-5, add: 0 I 2-5.4 Record Drawinas: The Contractor shall provide and keep uptodate a complete ’as-built” record set of transp sepias, which shall be corrected daily and show every change from the original drawings specifications and the exact “as-built” locations, sizes and kinds of equipment, undergrc piping, valves, and all other work not visible at surface grade. Prints for this purpose ma obtained from the City at cost. This set of drawings shall be kept on the job and shall be i only as a record set and shall be delivered to the Engineer upon completion of the work. 3-5 DISPUTED WORK All claims by the contractor for $375,000 or less shall be resolved in accordance with procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commen with Section 20104) which is set forth below: I * Article 1.5 Resolution of Construction Claims 20104. (a)(1) This article applies to all public works claims of three hundred seventy thousand dollars ($375,000) or less which arise between a contractor and a local agency (2) This article shall not apply to any claims resulting from a contract between a contrE and a public agency when the public agency has elected to resolve any disputes pursuai Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) “Public work” has the same meaning as in Sections 3100 and 3106 of the Civil C except that “public work” does not include any work or improvement contracted for by the 2 or the Regents of the University of California. (2) “Claim’ means a separate demand by the contractor for (A) a time extension, (B) payr of money or damages arising from work done by, or on behalf of, the contractor pursuant tc contract for a public work and payment of which is not otherwise expressly provided for o claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed b) local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plan specifications for any work which may give rise to a claim under this articie. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2 For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate claim. Claims must be filed on or before the date of final payment. Nothing in this subdivi 1 2/1 1. @ 1 is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,0oO), the local agency shall respond in wriiing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fm thousand dollars ($50,OOO) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all wriien claims within 60 days of receipt of the claim, or may request, in wriiing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s wriien response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in wriiing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her wriien claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 201 04.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15day period, any party may petition the court to appoint the mediator. 2/ 1 5/95 @ (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitr pursuant to Chapter 2.5 (commencing with Section 11 41.10) of Title 3 of Part 3 of the Co Civil Procedure, notwithstanding Section 11 41.1 1 of that code. The Civil Discovery Act of (Article 3 (commencing with Section 2016) of Chapter 3 of Ttle 3 of Part 4 of the Code 01 procedure) shall apply to any proceeding brought under the subdivision consistent with the pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitr appointed for purposes of this article shall be experienced in construction law, and, stipulation of the parties, mediators and arbitrators shall be paid necessary and ream hourly rates of pay not to exceed their customary rate, and such fees and expenses shc paid equally by the parties, except in the case of arbitration where the arbitrator, for good cc determines a different division. In no event shall these fees or expenses be paid by sta county funds. (3) In addition to Chapter 2.5 (commencing with Section 11 41.1 0) Title 3 of Part 3 of the C of Civil Procedure, any party who after receiving an arbitration award requests a trial de I but does not obtain a more favorable judgment shall, in addition to payment of costs and under that chapter, pay the attorney’s fees of the other party arising out of the trial de no (c) The court may, upon request by any party, order any witnesses to participate ir mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim whil undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 201 04.4, the local agency shall pay interest at the lega on any arbitration award or judgment. The interest shall begin to accrue on the date the s filed in a court of law. I I 1 1 I 1 I I 1 1 1 E E I 1 T 0 4-1 MATERIALS AND WORKMANSHIP 1 0 To Section 4-1.3.1 , Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative. Engineer shall have free access to any or all parts of work at any time. Contractor shall fur Engineer with such information as may be necessary to keep her/him fully informed regar progress and manner of work and character of materials. Inspection of work shall not re Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing mate and/or workmanship where the results of such tests meet or exceed the requirements indic in the Standard Specifications and the Special Provisions. The cost of all other tests sha I borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall be apprc by him before the delivery is started. All materials proposed for use may be inspected or te: at any time during their preparation and use. if, after trial, it is found that sources of SUI which have been approved do not furnish a uniform product, or if the product from any sot proves unacceptable at any time, the Contractor shall furnish approved material from o approved sources. After improper storage, handling or any other reason shall be rejectec 2/1 1. @ N All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: 41.7 Nonconformina Work The contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy of completeness of the utilities indicated on the Plans is not guaranteed. 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 Crty, 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 utility involved unless otherwise directed by the Cdy. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. 2/15/95 @ I I I 2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identiiing changes since the previous 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. 3. I. I version of the schedule. 1 4. E 1 I No changes shall be made to the construction schedule without the prior written approval c Engineer. Any progress payments made after the scheduled completion date shal constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflicting ut shall be requirements prior to commencement of work by the Contractor. I ' I 6-5 TERMINATION OF CONTRACT Grounds for termination of the contract by the City include failure of the City or Contract obtain necessary permits from other governmental agencies, or unreasonable delay caus enforcement of laws and regulations by other public agencies, including but not limite enforcement of the Endangered Species Act and other similar laws. 6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR The City shall not be liable for delay caused by the enforcement of laws and regulatior other public agencies, including but not limited to, enforcement of the Endangered Specie and other similar laws. 6-5 TERMINATION OF CONTRACT Grounds for termination of the contract by the City include failure of the City or Contract obtain necessary permits from other governmental agencies, or unreasonable delay caw enforcement of laws and regulations by other public agencies, including but not limite enforcement of the Endangered Species Act and other similar laws. i R I 8 1 1 I 21 I@ @ PAYMENT FOR DELAYS TO CONTRACTOR The Crty shall not be liable for delay caused by the enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered species Act and other similar laws. 6-7 TlME OF COMPLETlON The Contractor shall begin work within five (5) calendar days after receipt of the 'Notice to Proceed' and shall diligently prosecute the work to completion within sixty (SO) consecutive days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. 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 wriien permission must be obtained at least 48 hours prior to such work. The Contractor shall pay the inspection costs of such work. 6-8 COMPLEllON AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any fautty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor, at his expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES Moddy this section as follows: If the completion date is not met, the contractor will be assessed the sum of $1,500 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 73 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 2/15/95 a9 7-4 WORKERS' COMPENSATION INSURANCE 1 l Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct bus in the state of California and are listed in the official publication of the Department of lnsui of the State of California. Policies issued by the State Compensation Fund meet the require for workers' compensation insurance. 76 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading building permits necessary to perform work for this contract on City property, in str highways (except State highway right-of-way), railways or other rights-of-way. Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working da1 the City's request. Add the following to Section 78: I. I 4 i I I I. 1 T 1 I I 1 I II Q 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in E repair when in use on the project with special attention to City Noise Control Ordinance 31 09, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safetv and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the work shall comply with all applicable provisions of Federal, State and Municipal safety laws building codes to prevent accidents or injury to persons on, about, or adjacent to the prem where the work is being performed. He/she shall erect and properly maintain at all time required by the conditions and progress of the work, all necessary safeguards for the protec of workers and public, and shall use danger signs warning against hazards created by s features of construction as protruding nails, hoists, well holes, and falling materials. 2/1 I. @ .. 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, such conditions or modifications established pursuant to Section 1601 of the Fish and Game Code shall become conditions of the contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. 93 PAYMENT Modtfy Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amount of retention. 10 SURVEYING Contractor shall employ a licensed land surveyor or registered 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, storm drains, and structures (4 corners min.). Rough grade as required to satisfy cut of fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown line base grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per Section 8771 of the Business and Professional Code. Contractor shalt provide Engineer with 2 copies of survey cut sheets prior to commencing construction of surveyed item. 11 WAER 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. . 2/15/95 @ II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION c 1 FOR CONSTRUCTION MATERIALS (NOTE TO PROJECT MANAGER: These supplemental provisions for materials and work compri! technical or detail specifications and must be tailored to each project using the design engii experience and judgment. The Standard Special Provisions by the Regional Standards Cornmitts I. 1 good reference.) 200-2 UNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 200-2.2), crushed slag base (Se 200-2.3), or crushed miscellaneous base (Section 200-2.4). I 1 3 I. I I I I I: I 201 -1 PORTLAND CEMENT CONCRETE I Concrete for drainage ditch shall be Class 520-(2-2500. Modify Section 201 -1.2.1 , Portland Cement, as follows: First paragraph, first sentence amend to read: 'All cement to be used or furnished shall bc alkali and shall be either Type I or Type II Portland Cement conforming to ASTM C 150, or ' IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, unless otherwise specific Modrfy Section 201-1.2.3, Water, as follows: Second paragraph replace '1 ,OOO pprn (mg/L) of sutfates" with '1,300 (mg/L) ppm of SURE Third paragraph replace '800 ppm (mg/L) of sulfates' with '1,300 (mg/L) ppm of sulfates. (b) Air-entrainina Admixtures Last paragraph amend to read: 'A tolerance of plus or minus 1-1/2 percent is allowed. TI content of freshly mixed concrete will 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 in following table:' delete table. Modrfy Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificate: 'Transit mixed concrete ma certified by mix design number, provided a copy of the mix proportions are kept on file a plant location for a period of 4 years after the use of the mix.' I 201-2 STEEL REINFORCEMENT FOR CONCRETE I No changes. 2/1 I. @ 1 40 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4O00, WAR 4O00, or Type Ill C3-AR 4OOO. Mod@ Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete 'and from the Engineer's field laboratory.' Last paragraph, add after D 2172: 'method A or B.' 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.' Mod@ Section 400-4.1, General, as follows: Second paragraph, amend to read: 'Unless otherwise specified, AR-4000 paving grade asphatt shall be used for Type Ill asphaltic concrete, and AR-8000 paving grade asphalt shall be used for asphatt concrete dikes.' 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.' 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. 21 7." 2/15/95 @ CLASS SIEVE SIZES 1" (25 mm) 1/2" (13 mm) 3/8" (10 mm) No. 30 I 1 I a 3/4" (1 9 mm) No. 4 No. 8 No. 22 Asphatt % 82 83 IN DlVl DUAL MOVING IN DlVl DUAL MOWN( TEST RESULT AVERAGE TEST RESULT AVERAC 100 100 100 90-100 90-100 95-1 OC 80-90 85-1 00 85-95 60-75 60-84 65-80 40-55 40-60 45-60 27-40 24-50 30-45 12-22 1 1-29 1525 3-6 1-9 3-7 100 87-1 00 7595 5080 30-60 22-44 1-8 8-26 4.6-6.0 4.6-6.0 48 After the last paragraph, add the following: The aggregated from each separate bin for asphalt concrete, Type Ill, except for the bin containing the fine material shall have a Cleanness Value as noted in the added "Table of Sand Equivalent and Cleanness Values" and as determined by Test Method No. Calif. 227, modified as follows: 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 1Finch 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. 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 No change. 207-2 REINFORCED CQNCRETE PIPE The pipeline layout and connector pipe list required under Paragraph 3, 207-2.1, is waived. 210-1 PAINT Paint for striping shall be white. 2/15/95 @ I R 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS 301-2 UNTREATED BASE I. e No change. 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal coat is required and shall conform Section 302-5.9 of these supplemental provisions. Modify Section 302-5.1 , General, as follows: Paragraph 1, replace 'Section 203-6" with 'Section 400-4.' Last paragraph, add: 'All testing of underground installations at any given point sha completed before the surfacing is placed at that point.' Mod'ify Section 302-5.2, Prime Coat, as follows: After "grade Sc-250" add 'or MC 70." Modify Section 302.5.5,2, Density and Smoothness, as follows: First paragraph, change 1/8 inch (3mm) to 114 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 otherwise directed by the Engineer After last paragraph, add: 'Unless directed by otherwise the Engineer, the initial breakdc rolling shall be followed by a pneumatic-tired roller as described in this Section." To Section 302-5.8, Measurement and Payment, add: Cost of labor and materials for the seal coat shall be included in the unit priie bid for asp concrete. I 1 I 1 am 1 1 I I 1 I I E li . 2/1! I. @ 50 Add the following: 302-5.9, Seal Coat All asphatt concrete surfaces shall be sealcoated unless otherwise 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 2033, "Emulsion Asphalt." Sand shall be clean and dry. Immediately before applying asphaltic emulsion, the surface to be sealcoated shall be thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be applied when the street is overly wet or when the atmospheric temperature is below 50 degrees Fahrenheit. The asphaltic emulsion shall be applied by use of a power spraying device that uniformly applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard. The distributor spray bar shall be equipped with asphattic emulsion-type spray jets. Curbs, gutters, and other adjoining improvements shall be carefully protected from the emulsion, and any such improvements spattered or touched with emulsion shall be carefully cleaned. Immediately after the application of asphaltic emulsion, a cover coat of sand shall be spread at the rate of 6 to 12 pounds per square yard. After the sand has been spread, any piles, ridges, or uneven distribution shall be broomed to maintain an even layer over the surface. Five days after the seal coat has been applied, the surface shall again be broomed and any excess sand shall be picked up and removed from the job. The Engineer may authorize the sand to be broomed, picked up and removed from the job after 2 or more days. 303-2 AIR-PLACE CONCRETE No changes. 306-1 OPEN TRENCH OPERATIONS 18" RCP shall have a minimum cover of one (1) foot below finished grade. Bedding may be aggregate base per these specifications. Compaction shall be a minimum of 90% density and backfill shall be mechanically compacted. 310-5 PAINTING VARIOUS SURFACES Modify Section 31 0-5.6.10, Painting Traffic Striping, Pavement Markings and Curb Markings, as follows: Payment for all pavement marking shall be a lump sum as proposed in the bid documents. 2/15/95 @ I TECHNICAL SPECIFICATIONS I TABLE OF CONTENTS NORTH CARLSBAD BEACH RESTROOM FACILITY CARLSBAD BOULEVARD CARLSBAD, CALIFORNIA I. II SECTIONS TITLE PAGE PART 1 GENERAL REQUIREMENTS Summary of Work 53 8 If II I I I. 1 1 I i I I PART 2 SITE WORK Earthwork 55 Removal and Resurfacing of Pavement Surfaces 57 Valves and Tapping Sleeves 58 Miscellaneus Valves, Couplings, and Appurtenances 59 Landscape Planting & Irrigation 61 PART 3 CONCRETE Concrete Construction 68 PART 4 MASONRY Concrete Masonry/Color 70 PART 5 METALS (SECTION NOT USED) PART 6 WOOD AND PLASTICS Carpentry 71 PART 7 THERMAL AND MOISTURE PROTECTION e Waterproofing of Below Grade Structures 76 Sheet Metal 81 Metal Roof 83 Skylight 89 Sealants 91 PART 8 DOORS AND WINDOWS Doors and Frames 94 I Door Hardware 98 2/1 1. @ 3z PART 9 FINISHES Ceramic Tile 101 Anti Graffiti Coatings 1 04 Interior Wall Coating 106 Floor Coating 109 Gate Coating 112 PART1 0 SPECIALITIES ldent ifying Devices 115 Toilet Accessories 118 PART 11 EQUIPMENT Sewer Lift Station 121 Sewer Pump Controller 124 PART 12 FURNISHINGS (SECTION NOT REQUIRED) PART 13 SPECIAL CONSTRUCTION (SECTION NOT REQUIRED) PART 14 CONVEYING SYSTEMS (SECTION NOT REQUIRED) PART 15 MECHANICAL Plumbing Systems 130 PART 16 ELECTRICAL Electrical 138 PART 17 SEWER SYSTEM Manhole Seal 144 PVC Sewer Pressure Pipe and Fittings 1 45 2/15/95 @ I I R I 0 t I 1 I[ 1 I I I I I TECHNICAL SPECIFICATIONS FOR SUMMARY OF WORK PART 1 - GENERAL I. 1.1 SUMMARY OF WORK 1.1.1 The Work under this Contract necessary for and incidental to the executia and completion all Work indicated in the Technical Specifications and Plans fc construction of: North Carlsbad Beach Restroom Facility Building Package Technical Specifications and Plans prepared by: Engineering Consulting Group 131 5 Union Plaza Court, Suite 21 0 Oceanside, CA 92054 Kamak Architecture & Planning Inc. 2802 State Street, Suite C I Carlsbad, California 1.1.2 I. Carlsbad, CA 92008 1.2 GENERAL DESCRIPTION OF WORK: 1.2.1 Construction of new Restroom facility. 1.2.2 The Work under this Contract includes furnishing of all labor, materials services and transportation, except as specifically excluded, which is required fo completion of the Project in accordance with the provisions of the Technica 1.3 REQUIREMENTS OF REGULATORY AGENCIES: 1.3.1 1 Specifications and Plans. Construction shall be in conformance with the following Codes: Title 8 - Part 1, Chapter 3.2, 3.3, / 3.5: Occupational Safety and Health. Chapter 4: Electrical Safety Orders Chapter 7: General Industry Safety Orders 2/1 I. @ 54 Title 19 - Chapter 1 : State Fire Marshall Title 24 - Part 1 Division of the State Architect (DSA) Title 24 - Part 2 Building Standards Uniform Building Code, as adopted by the Division of the State Architect Uniform Mechanical Code - 1994 Edition Uniform Plumbing Code - 1994 Edition National Electrical Code - 1994 Edition Accessibility Requirements: Construction shall be in conformance with the 1.3.2 ADA Accessibility Guidelines for Buildings and Facilities, dated June 26, 1991. 2/15/95 @ TECHNICAL SPEC1 FlCATlONS FOR EARTHWORK a A GENERAL A-1 Existing Improvements The Contractor’s attention is directed to the possible existence of pipe and other undergrounl improvements which may or may not be shown on the plans. The Contractor shall preserve an protect any such improvements whether shown on the plans or not. Where it is necessary t remove and replace or to relocate such improvements in order to prosecute the work, they sha be removed, maintained, and permanently replaced by the Contractor at his expense, except a otherwise provided in the General Provisions. The Contractor shall keep the existing ramp and sidewalks adjacent to the restroom site free an clean of debris and equipment and shall provide safe and continuous access to the seawa sidewalks and beach area at all times. A-9 Dewatering The Contractor will be responsible for dewatering of the construction site if water is present. A costs of dewatering shall be induded in the lump sum bid price for the construction of thc restrooms and no other compensation will be made. A-11 Dispose of Surplus Excavated Material The Contractor place all surplus excavated material behind the existing east wall to an elevatior 18 below the top of the wall adjacent to the seawall sidewalk. All costs for the placement an( grading of surplus material shall be borne by the Contractor. Such surplus material shall alsc indude material excavated for the sewage pump, sewer and waterlines. It is the intent of these Specifications that all surplus material not required for backfill or fill sha be disposed of behind the existing east seawall and at no cost to the City. B SITE GRADING Haul routes shall be planned to avoid passing heavy off-highway equipment over pipelines witb less than &feet of cover. Where crossings must be made, the Contractor shall provide concrete encasement or approved bridging. B4 Finish All areas covered by the work, including excavated and filled sections and transition areas, shal be uniformly graded to the elevations shown on the Plans. The finished surface shall be reasonably smooth, compacted, and free from any irregular surface changes. Edges of spoil anc borrow areas shall be rounded to blend into natural contours. The degree of finish ordinaril) obtainable from a blade grader will be satisfactory for open areas, but hand grading and rakins will be required around structures and walkways. The finished surface shall be not more than 0.1-foot above or below the established grade and sloped to prevent ponding unless otherwise shown on the plans. 0 e 21 1 @ I 5 I I. 8 I I u I I. I 1 I 1 I D I I C SOIL STERILANT c-1 General The Contractor shall treat the finished subgrade of specified areas with an approved soil sterilani c-3 Material and Application The sterilant shall be a combination of sodium chlorate and borates similar and equal ti Polybor-Chlorate as manufactured by the Pacific Coast Borax Company. The sterilant shall bl applied in a liquid or dry form and at a uniform rate of not less than 8 ounces of dry sterilant p~ square yard in accordance with the manufacturets directions. At the option of the Engineer, thl area shall then be lightly sprinkled with water to prevent loss of sterilant or scuffing. e 2/11 I* @ 57 TECHNICAL SPECIFICATIONS FOR REMOVAL AND RESURFACING OF PAVEMENT SURFACES A GENERAL Street pavement and surfaces shall be removed and replaced in all areas of construction excavation in conformance with details shown on the Phns as specified herein. Resurfacing of existing pavement and surfaces damaged or removed in connection with the construction of project improvements including all appurtenances, shall conform to the provisions of permits issued by the local governing body, agency or association having jurisdiction of public and private streets for work performed within the rights-of-way of the respective governing body, agency or association. B MATERIALS AND WORKMANSHIP B-1 Earthwork Earthwork shall conform to the provisions of the Standard Specifications for Earthwork and these specificat ions. 8-2 Resurfacing of Concrete Surfaces The existing portland concrete cement pavement surfaces shall be replaced in kind, with an aggregate base layer 8-inches minimum thickness. Minimum thickness of concrete pavement shall be equal to that removed. The existing portland cement concrete slabs shall be replaced to the nearest scoreline or over a sufficient width to replace any portions of the slab damaged, fragmented, cracked, or otherwise made unusable as a resuft of construction operations. W a section of the existing slab or slabs are damaged, cracked or defaced in appearance during construction operations the existing slabs shall be replaced as sections from scoreline to scoreline. Minimum thickness of concrete shall be 4-inches. B-3 Portland Cement Concrete Portland cement concrete shall be Class 6 and shall conform to Section 40 of the State Standard Specifications and these Standard Specifications. END OF SPECIFICATION 2/15/95 @ 1 I I. I 8 I I I I 1 1 I 1 I I 1 TECHNICAL SPECIFICATIONS FOR VALVES AND HYDRAULIC SPECIALITIES A. GENERAL: All valves and hydraulic speciatties required by the plans and specificatioi and furnished by the Contractor shall be put into operation before acceptance of the work. Suc operation shall be in accordance with every detail of operation, and such valves and/or hydrau specialties shall show no sign of leakage. Glands and other appurtenances shall be in first cla! B. GATE VALVES: Gate valves shall be furnished by the Contractor and installed, compiei with piping, fittings, valve boxes and covers, at the locations indicated on the plans and I accordance with these specifications. Unless otherwise shown on the plans, all gate valves st^ have non-rising stems, and "0"-ring seals. I working order. 6-1 THREE-INCH (3") AND SMALLER GATE VALVES: The body and all inteiir workir parts, except the stem, shall be constructed of ASTM B-62 85-5-55) bronze. The stems shall I: of bronze and have the additional strength requirements as specified below: Minimum Tensile Strength 60,OOO psi Minimum Yield Strength 30,OOO psi Minimum Percent Elongation in 2" 10 percent 6-2 VALVE BOXES: The Contractor shall furnish new valve boxes and extensions for a new valves, Brooks Traffic Box 4-T Series, J&R or approved equal, except that valve boxes fc normally closed valves shall be Brooks drawing 3-T or approved equal. See Drawing No. 10 fc "Buried 2 1/2" Gate Valve Installation." I. END OF SPECIFICATION b 2/1 I. @ 59 TECHNICAL SPECIFICATIONS FOR MISCELLANEOUS VALVES, COUPLINGS, AND APPURTENANCES A GENERAL All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure classification of the pipe as specified. B PAINTING AND COATING All miscellaneous valves, couplings and appurtenances shall be painted and coated, interior and exterior, in accordance with the Standard Specifications for Painting and Coating. C GASKETS, NUTS, AND BOLTS Gaskets for flanged joints shall be fullface, cut from lM6-inch-thick rubber with cloth insert, boltholes prepunched, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co. or approved equal. Bolts and studs for aboveground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, "Steel Machine Bolts and Nuts and Tap Holes," when a ring gasket is used and shall conform to either ASTM A261, 'Heat-Treated Carbon Steel Wing Material" or ASTM A1 93, "Alloy-Steel Bolting Material for High Temperature Service," when a full-face gasket is used. Bolts and nuts shall be heavy hexagon series. Nuts shall conform to ASTM A194, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" either in Grade 1,2 or 2H. The fit shall be ANSI B1.l, 'Unified Screw Threads,' Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cokl forming. Between 1/4-inch and W8-inch shall project through the nut when drawn tight. Bolts for underground installations shall be Type 316 stainless steel. All buried bolts shall be completely coated with KOP-COAT Biturnastic No. 50, or appropriate equal, which must be applied in two coats to a minimum thickness of 15-mils per coat. All bolt threads shall be lubricated with graphite and oil. Flanged faces shall be wire brushed and cleaned prior to joining each flange. D CHECK VALVES All check valves 4-inches and larger are to be iron-body, bronze mounted, single disc with rubber facing, swing check valves with outside lever and weight, and stainless-steel shaft and hinge pin; Mueller, Clow, or approved equal. 2/15/95 @ I 1 B i 1 II 1 E CORPORATION STOPS Corporation stops shall be manufactured of bronze conforming to ASTM 862. The inlet fittir shall be a male iron pipe thread when used with a saddle and the outlet connection shall be flare type. F GLOBE VALVES Globe and angle valves shall be all brass valves of the sizes shown on the Plans and shall t: Crane 1 or 2 or approved equal. G HOSE BIBS AND VALVES Hose bibs shall be furnished and installed in the locations shown on the Plans and shall be ( the sizes required. They shall be brass hose valves, Crane 58 or approved equal. Hose valve shall be Crane 117 or approved equal, with National Standard threads, cap, and chain. H FLD(IBLE COUPLINGS Joints for which flexible couplings are required, shall be made with Baker, Rockwell Internation& or approved equal flexible couplings. Gaskets shall be plain rubber gaskets. Threads on bolt or compression collars shall be lubricated with suitable thread lubricant before assembling th I. 1 coupling. 80 Series 41 1. For steel pipe plain end sizes 2-inches through 24-inches use Baker Series 200 or Rockwe For cast-iron, ductile-iron or asbestos cement pipe sizes 2-inches through l&inches, use BakE Series 228 or Rockwell Series 431. Transition coupling shall be Baker Series 212 or Rockwell Series 413. The exterior shall be coated in accordance with Section B herein and wrapped in polyethylenc encasement, 8-mils, per AWWA C105. I ANCHORS, BRACKETS, AND HANGERS Piping shall be properly supported by anchors, brackets, or hangers. Hangers shall be placed a a maximum spacing of 5-feet for all horizontal runs of cast iron pipe. Small pipe shall bc supported at intervals of not more than &feet. Vertical pipes shall be anchored by suitablc galvanized steel straps. Perforated pipe straps (tape) will not be permitted. Pipe supports shal be ELCEN, Unistrut, Grinnel or equal and shall be provided as shown on the Plans and whereve else necessary to prevent strain on joints or to facilite taking down pipe. 8 I 1 1 I I 1 8 END OF SPECIFICATION 2/1 I. @ 61 TECHNICAL SPECIFICATIONS FOR LANDSCAPING - PLANTING & IRRIGATION A. Landscaping Planting and Irrigation All work shall conform to the Currently Adopted Edition of The Standard SDecifkations for Public Works Construction. 21 2-1 -4 Plants Modify the following sections: 212-1.4.1 General - Plants shall be the variety and size shown on the plans and shall conform to the requirements of these specifications. No plants shall be transported to the planting area that is not thoroughly wet throughout the ball of earth and surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball, or is dry, or in a wilted condition when delivered to the planting area will not be accepted and shall be replaced by the Contractor at his expense. Each plant shall be handled and placed in an appropriate manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. All plants furnished by the contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the engineer, and his decision shall be final. Plants shall be individually tagged in groups by species or variety. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants and certificates shall be delivered to the Engineer. The Contractor shall obtain clearance from the County Agricultural commissioner, as required by law, before planting plants delivered from outside San Diego County. Evidence that such clearance has been obtained shall be filed with the Engineer. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-portioned plants are the intent of the specification. Plants which are even moderately 'overgrown", or are showing signs of decline or lack of vigor are subject to rejection. The size of the plants will correspond with that normalty expected for species and variety of commercially available nursery stock, or as specified in the special conditions or drawings. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth and spread of roots for each plants shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed form the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided 2/15/95 @ I t I I 8 I R il !a I 1 I I that the cost of such plant changes do not exceed the cost of plants in the original bid, and wit the provision that the contractor shall be notifid in writing, at least sixty (SO) days before th planting operation has commenced. Add the following section: 212-1.4.7 Water - Water shall be potable and of such quality that is will promote germination ( seeds and growth of plants. 212-1 25.1 - Delete this section. 212-1 25.2 - Delete this section. 212-1 S.3 - Delete this &ion 4. I Add the following: 212-1.6 Erosion Control Matting Erosion control matting shall be made of 100% biodegradable, weed free, wheat straw c thickness and density yielding 0.50lbjsq. yd, with photodegradable polypropylene matting with 4 density of 1.64 lb,/l,OOO sq. ft. having an approximate mesh interval of 112” x 112” on each facl of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton (3 polypropylene thread spaced approximately two inches apart. Erosion control matting shall bc “North American Green, DS150, ‘BonTerra S2” or approved equal. 212-1.7 Erosion Control Map Staples Erosion control map staples shall be one inch by six inches U-shaped 11 gauge mild steel staples 308-2.3 TOPSOIL PREPARATION AND CONDITIONING I 308-2.3.1 DELETE first paragraph and ADD: Topsoil shall be existing onsite topsoil. 308-2.3.2 ADD: a. The following soil amendments shall be evenly spread on topsoil after the topsoil is scarified to a depth of six inches (6”). Gypsum Naiad 1 02. Water-In 200 Ibs. per 1,OOO sq. ft. 1 qt. or equal per 1,OOO sq. ft. I (Either or equal Cultivation) The entire planted areas except slopes steeper than 3-1/2:1 shall be plowed, disked in twc directions to a depth of 12”, then dragged with a fence tooth harrow. Chemical and physical correction. After cuttivation, the following correctives shall be intimately blended 6” deep in all planted areas. I 300 Ibs. agricultural gypsum per 1 ,OOO sq. ft. 2/1 I. 193 1 63 10 Ibs. iron sulfate per 1,OOO sq. ft. 100 Ibs. calcium carbonate lime (CAC03) per 1 ,OOO sq. ft. 5 cu. yds. soil amendment - Type A. Rate of application is for bidding purposes only - solid test may reduce or increasi? total soil amendment yardage. Adjustments ( plus or minus) may be necessary. Contractor shall obtain at least two soil tests of final grade at site and submit results to engineer for interpretations and recommendation. 308-2.3.3 Deep Water Leaching a. After complete installation and testing of the irrigation system, all areas shall be deep water leached and compacted and settled by continuous application of irrigation water until the soil has received a minimum of six inches of water. After leaching operation, three soil samples shall be taken by Contractor and provided to the Engineer. Soil test shall meet the following requirements: EC - Maximum 4.0 x 10.3 pHe - Maximum 7.5 Re-application of soil amendment and leaching operation shall be repeated by Contractor if tests show a negative result. Expense of test, re-application of a soil amendment and leaching operation shall be borne by Contractor. b. C. 308-3 - Delete this section. 308-4 PLANTING 308-4.2 Protection and Storage - Add following: Where shrubs are shown on the plans to be planted in groups, the outer rows shall be parallel to the nearest roadway or right-of-way fence. Shrubs in adjacent rows shall be staggered. Adjustment in the number or alignment of plants shall be made between the outer rows. 308-4.4 - Delete this section. 308-4.5 TREE AND SHRUB PLANTING ADD: All planting backfill shall consist of the following: Existing site soil 75% Gypsum 10 Ibs per cu. yd. Naiad 1 oz. per cu. yd. <either or equal Water-In 1 qt. per cu. yd. Ul5/95 @ I ( I 1 4 a I I PLANTING TABLETS - Planting Tablets shall be placed in each tree and shru planting hole at the following rates: 1. 2. 3. 4. 1-5 gram tablet per liner or rootstock. 1-21 gram tablet per 1 ga. container 2-21 gram tablets per 5 gal. container 4-21 gram tablets per 15 gal. container I. Delete 308-4.6 308-4.8.2(b), ADD: In addition to applicable provisions contained in the Standard Specifications for Pubtii Work Construction, hydroseeding shall conform to the following requirements: 1 Hydroseed Application: 1. Apply the hydroseed in the form of a slurry consisting of organic soil amendment commercial fertilizer, and any other chemicals that are called out. When hydraulical sprayed onto the soil, the mulch shall form a blotter-like materiil. Direct the sprz operation so that the slurry spray will also penetrate the soil surface and mix the sluri components into the soil. Do not leave the hydroseed slurry components in the hydroseeding machine f( more than two (2) hours. If slurry components are left for more than two hours the machine, add 50% more of the originally specified seed mix to any slurry mixtui which has not been applied. All mixtures more than four (4) hours old, must be dispose( offsite, at the contractor's expense. Spray the area with a uniform visible coat in accordance with Section 308-4.82(b) The slurry shall be applied in a downward drilling motion via a fan stream nozzle It is important to ensure that all of the slurry components enter and mix uniform Hydroseed will be applied to achieve 100% coverage of all areas. Additional full ( partial applications will be required as determined by the Engineer to assure 100' coverage and 95% germination. 2. 1. 3. I with the soil. 4. I I 1 I I I I 308-4.10.3 Installation Erosion control matting shall be installed using the following techniques: 1. Begin at the top of the slope by placing the erosion control matting into a six inch wK by six inch deep trench with the end of the matting laid flat in the bottom of the trench ar anchoring the end of the erosion control matting with erosion control rnat staples space no more than twelve inches on centers placed at the intersection of the bottom and tt downhill vertical face of the trench. Roll the erosion control matting down the slope. 2. 21 I. @ 65 3. Staple the erosion control matting on an alternating grid consisting of three across line of staples in horizontal lines spaced three feet on centers. Erosion control mat so stapled shall be spaced such that no less than one and one-half staples per square yard are provided to anchor the erosion control matting. Start the adjacent erosion control mat as in item number 1 of this section, overlapping the previously placed mat by no less than two inches. Staples placement may be such as to use the staples used to secure the adjacent mat to secure both mats along their edges. When erosion control matting is spliced going down slope, the ends shall be lapped no less than six inches shingle fashion. The spliced ends shall be anchored with erosion control mat staples spaced no more than twelve inches on centers. The edges of erosion control matting consisting of the Mom ends and edges of overall areas shall be stapled 18 inches on centers. 4. 5. 6. 308-5 IRRIGATION SYSTEM INSTALLATION Add the following sections: 308-5.1.2 Maintain Existing Water Supply - The Contractor shall notify the Engineer at least 4 days prior to shutting off the water supply to any portion of an existing irrigation system. The Engineer shall also be notified when the water supply is returned to said portion of the irrigation system. Water supply for maintaining existing plantings shall be maintained as specified herein until the permanent water supply or a temporary water supply system, approved by the Engineer, has been provided. 308-4.9.5 Watering - Add: All trees, shrubs, and vines shall be watered immediately after planting. Water shall be applied until the backfill soil around and below the roots or ball of earth around the roots of each plant is thoroughly saturated. Where watering is done with a hose, a metal or plastic pressure reducing device approved by the Engineer shall be used. Under no circumstances shall the full force of the water from the open end of a hose be allowed to fall within the basin around any plant. Hydroseed areas shall be watered several times daily to keep seed and soil adequately moist to foster seed germination. Length of time of water application shall be adjusted as to avoid excessive runsff or erosion. After the first watering, water shall be applied to all plants as often, and in sufficient amount as conditions may require to keep the soil and plant roots moist during the life of the contract. Precautions shall be taken to prevent water from wetting vehicles, pedestrians, and pavement. Any erosion or slippage of the soil caused by watering shall be repaired by the Contractor at his expense. 308-4.10 Erosion Control Matting Installation 2/15/95 @ 1 ( I B I 308-4.10.1 General Before installation of erosion control matting, all solid preparation, fine grading, and hydroseedin of the areas to receive erosion control malting shall be completed. 308-4.10.2 Coordination With Hydroseeding Erosion control matting shall be installed immediately after the first application of hydrosee materiils. In all cases the erosion control matting shall be placed within three days of the fir: hydroseed material application. Should any seed in the hydroseed materials begins to germinai within the three day period after application or before the installation of the erosion control mattinc the installation of the erosion control matting shall be considered as late and the contractor shr disc the hydroseed materials into the top four inches of the underlying soil, condition the soli fc hydroseeding and apply hydroseeding materials at the rates and of the type specified. N additional payment will be made for sd or subsequent hydroseed applications resulting fro1 late installation of erosion control matting. Preparation, application and maintenance of hydroseeding shall meet the following requiremen' as well as those shown on the plans. The slurry shall be prepared at the site and its oomponents shall be mixed to supply to rates a shown on plans. Hydraulic equipment used for the application of fertilizer, seed, additives an slurry shall have a minimum capacity of 1,OOO gallons and shall be mounted on a traveling un which will place the slurry tank and spray nozzles within sufficient proximity to the areas to b sprayed so as to provide distribution without waste. The operator shall spray the area with uniform visible coat using the color of the cellulose fiber as a visual guide. +The slurry operatio must be so directed that the slurry spray will also penetrate the soil surface to drill and mix th slurry components into the soil, thus ensuring maximum impregnation and coverage. Th hydroseeding will be applied in two applications. The first application will consist of th appropriate seed mix and fertilizer and 1 ,OOO Ibs. per acre of mulch fiber. The second applicatio will include soil stabilizer and 1,OOO Ibs. per acre of mulch fiber. The hydromulching slurr components shall not be left in the hydromulch machine for more than two hours. If slurr components are left for more than two hours in the machine, the Contractor shall add 50% mor of the originally specified seed mix to any slurry mix which has not been applied within the tw hours after mixing. The Contractor shall add 75% more of the original seed mix to any slurr mixture which has not been applied eight hours after mixing. Any mixture not applied after eigt hours shall be rejected and disposed of off-site at Contractor's expense. Special care is to b exercised by the Contractor to prevent the slurry from being sprayed onto any adjacent propert) or onto drainage ditches and channels. Any slurry sprayed onto these areas shall be cleaned o by the Contractor. Noxious weed growth appearing in the seed mix planting areas during th. maintenance period which is detrimental to the hydroseed germination and growth, shall bc removed manually. Weeding will not be required after 180 days unless specified by the Engineer 308-4.9.1.2 Preparation - Preparation shall include all the work required to make ready the area! for erosion control materials in accordance with Subsection 308.2.3. Loose rocks larger than 2-1/2 inches in maximum dimension and debris brought to the surfaa of the ground during cultivation shall be removed and disposed of. Removing and disposing 0 rocks and debris from embankments constructed as part of the work will be considered a! included in the contract price. No additional compensation will be allowed therefor. I. I il 1 1 I I 1 1 I I 8 I I ' x I@ @ 67 308-4.9.2 - Delete this section 308-4.9.3 - Delete this section 308-4.9.4 - Delete this section Hydroseed Establishment Period 1. Upon completion of hydroseeding operations, water all hydraseeded areas for a period of ninety (90) calendar days as follows: a. Germination stage irrigation: Approximately 25 hours after hydroseeding the planting areas, initiate the watering sequence. Water long enough to moisten the soil thoroughly to the depth of the slurry mulch taking care not to super saturate or wash away the slurry and seed. Perform frequent, light irrigation until seed has germinated. Repair all seed washings and erosion. Establishment stage irrigation: After germination, reduce the irrigation frequency while increasing the duration of each watering. The specific water program shall be approved by the Engineer, but should approximate watering once a day for ninety (90) days. b. 2. Areas of poor germination will be re-hydroseeded until such time as uniform coverage has been attained. All planting and hydroseeded areas which are damaged by construction or maintenance shall be repaired by the Contractor within ten (10) days following completion of construction in such areas, unless otherwise approved. Repair shall consist of bringing the damaged area back to final grade, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. 308-4.8.3 - Delete this section. 308-4.8.4 - Delete this section 308-4.9 Erosion Control Planting END OF SPECIFICATION 2/15/95 @ 1 ( I 1 I 1 I I (I I 1 1 I 1 TECHNICAL SPECIFICATIONS FOR CONCRETE CONSTRUCTION A CONCRETE CONSTRUCTION A- 1 Surface Finishes Concrete surface finishes shall be in accordance with the concrete finish schedule indicate below: I. CONCRETE FINISH SCHEDULE Finish Area I F- 1 F-2 F-3 Walls of structures or buildings exposed to viev Exterior walls below grade not exposed to water. Exterior and interior walls exposed to water. Underside of formed floors or slabs. Slabs and floors to be covered with concrete. Slabs and floors not water bearing. Slabs and floors which are water bearing. Slabs and floors of structures or buildings exposed 1 s-1 s-2 s-3 S-4 I. view (includes sidewalks). E- 1 Exposed edges of slabs, floors, and wall tops. The following finishes shall be used for vertical concrete surfaces and for underside of forme slabs: Finish F-1 : No special treatment other than repair of defective concrete and filling depressions deeper tha 1/2-inch and filling tie holes. Finish F-2: Repair of defective concrete, removal of fins, filling depressions 1N-inch or deeper and filling ti holes. Finish 2 shall be a preparation finish for surfaces receiving Rnish 3. Finish F-3: Upon completion of Finish F-2, fill all depressions and air holes with mortar. Predampen surface! and then spread a slurry consisting of one part cement (including an appropriate quantity of whitt cement) and 1 -1/2 parts sand passing the No. 16 sieve, by damp be volume, over the surfact with clean burlap pads or sponge rubber floats. Any surplus shall be removed by scraping am then rubbing with clean burlap (sack finish). I M 2/1 I. @ oc? After proper and adequate vibration and tamping, the following finishes shall be used for horizontal concrete surfaces: Finish S-1 Finish S-2 Finish S-3 Screeded to grade and left without special finish. Smooth steel trowel finish. Steel trowel finish free from trowel marks. The finish shall be smooth and free of all irregularities. (Note shall be made where moving mechanical equipment is located). Steel trowel finish without local depressions or high points and shall be given a light hair-broom finish. Stiff bristle brooms or brushes shall not be used. Brooming shall be parallel to stab drainage. Finish S-4 END OF SPECIFICATION 2/15/95 @ 1 I I I II I I I Do 1 1 I D. I I I I IECHNICAL SPECIFICATIONS FOR CONCRETE MASONRY A CONCRETE MASONRY UNITS (CMU) I. 1. Type: Hallow, load bearing units (split face and smooth face) made from Portlar cement and expanded shale, voicanic scoria. Lightweight grade N, Type conforming to ASTM C-90 and manufactured in accordance with the quali control standards of the concrete masonry association. All CMU shall have maximum linear shrinkage of 0.06% from saturated to oven dry condition. I CMU shall be steam cured to plant for 28 days. 2. All exposed concrete and blockwall shall have “Mesa Buff” or approved equ color to match existing seawall. 3. Masonry Waterproofing: Above grade: Masonry waterproofing, rainguard micrc lok HDMS or approved equal. 4. Joint thickness: 3/8”. END OF SPECIFICATION 21, I. @ 71 TECHNICAL SPECIFICATIONS FOR CARPENTRY PART 2 - PRODUCTS 2.1 LUMBER A. Building: S4S except rough resawn for all timber fascias, beams and rafters; grade stamped, WCLIB or WWPA; current, grading rules govern. Sizes shall conform to PS m70. At the contractor's option sandblasting after installation is acceptable. Lumber 2" thick or less shall be seasoned to moisture content or 19% or less at time of installation. Except as otherwise noted on drawings, species shall be Douglas Fir and minimum grades shall be as follows: 1. Light Framing (2" to 4" thick; 2" to 4" wide): Grade #2. 2. Studs: 2" to 4" thick; 2" to 6" wide; 10 and shorter: Grade #2. 2" to 4" thick 2" to 6" wide; 10' and longer: Grade #2. Structural Joists and Planks (2" to 4" thick; S" and wider): Grade #2. Beams and Stringers; Posts and Timers (S" X 5" and larger): Grade #2. Heavy Roof Plank Sheathing: 'Select Dex' grade Douglas Fir, 2" stock in widths shown, WCLlB No. 16 pattern WC20, "V" side exposed. Use "Commercial Dex" grade T&G where plank is concealed. B. 3. 4. 5. 2.2 PRESSURE TREATMENT A. Pressure treat all wood members in accordance with standards set forth in FS TT. W571J; except using copper naphthenate in Type "C' solvent; for retention as required for above ground application. Provide certificate from pressure treating company stating that wood delivered to project has been treated in compliance with these specifications. Treat cut, drilled or injured wood with capper naphtenate in Type "C" solvent in accordance with standards set forth in AWPA M-4. Apply by immediate successive brush coats until no more will be absohd, or by immersion for 10 minutes minimum. Treat cut faces with 2 thorough applications of preservative before assembly. B. C. 2/15/95 @ I I I I I R I 2.3 PLYWOOD A. Soft wood plywood US PS 1-83, grade stamped by approved testing agenc such as APA, Teco, or Pittsburgh Testing Laboratory. 1. Concealed Sheating: C-DX with EXT GLUE, except as noted otherwise. Exposed Roof Sheating (except Siding): A-C EXT, with T&G edge except as noted otherwise, for natural finish; B-B MED DENS11 OVERLAY exposed side for opaque finish. Concealed Structural Components: STRUCTURAL 1 C-D INT WITH EX GLUE. 1. 2. 3. 4. Exposed Structural Components: STRUCTURAL I A-C EXT for natur finish; B-B MED DENSITY OVERLAY exposed side for opaque finish 5. Floor and Decking: HDO with textured nonslip surface. Simpson Sk Guard HDO, or equal. 2.4 FLASHING PAPER A. 6" wide strips of 2 ply reinforced waterproof kraft paper. I 2.5 SHEATHING PAPER I@ A. No. 15 asphalt saturated felt. Use vapor seal Type II, Class "B", FS UU-P-147 when located on room side of exterior walls. 2.6 PRESERVATIVE TREATMENT A. Pressure Treatment: Treat wood members in contact with mortar setting bed: concrete walls, foundations, slabs on or below grade, nailers and buck embedded in or resting on concrete or masonry and other items so noted. Tre: in accordance with AWPA Treating Standards C-2 for lumber and C-9 fc plywood, with water borne salts, ACA or CCA Type A, B or C. Treat lumber an plywood so noted per Ibs/cu.ft. Do not incise lumber intended for expose millwork. Supplier shall furnish Engineer with Certification that Pressur Treatments comply with Specifications. Preservative Dip or Brush Treatment: Where specified, treat dry wood with cle preservative per FS lT-W-572, paintable without bleeding within 48 hours aft( treatment. Apply by immediate successive brush coats, until no more will b absorbed, or by immersion 10 minutes. Treat cut faces with 2 thoroug applications of preservative before assembly. I I I I 1 I I B. I 21' I. @ 73 2.7 ROUGH CARPENTRY A. Fabrication: Accurately cut, fit, solidly fasten members; make plumb, level, true, rigid. Do not splice individual framing members between supports. Erect faces of framing members in straight, even planes io receive finish materials. Install joists, beams, rafters and trusses with bottom edge free sf defects affecting tensile strength. Plates and Sills on Concrete or Masonry: Bed plates and sills of exterior walls in portland cement mortar for continuous level bearing, bolt down after mortar sets. Bed plates for interior partitions only when indicated or necessary for level bearing. Bolt sizes and spacing as indited, use washers under nuts. Girders and Beams: Frame posts to true end bearings; provide supports or anchors of design to hold post securely in position and protect its base from deterioration. Splice girders and beams only over bearings. Joists: Use longest practicable lengths, place with crown side up; splice only over bearings. Cut in soli blocking at ends and over bearings. B. C. D. E. Rafters: Notch to fit bearings. Cut in soli blocking at ends and over bearings. F. Blocking and Bridging: Blocking same thickness and width as studs, cut in between studs at mid height but not more than 10 o.c.. For rafters more than 8" deep and joists more than 4" deep, provide bridging spaced 8' o.c.. Place at midspan where span is more than 8' and less than 16. Nailing Surfaces: Provide 2" wide solid wood nailers at edges and intermediate bearings for fastening sheet type wall and ceiling materiils. Nailing strips may be omitted along edges of sheet materials not required to be fastened unless needed for other purposes. Securely anchor solid wood backing to structure for flashings, fittings, fixtures, wall hung cabinets, specialty items, accessories, mechanical and electrical work, and items of similar nature. Sheathing Paper: Provide where indicated. Apply weatheheard fashion, lapping 2" horizontally and 6" vertically. Temporary Shoring and Bracing for Masonry Work Provide as required for support. Leave in place 15 days after masonry has set, unless earlier removal is approved. G. H. I. 2.8 FINISH CARPENTRY A. Exposed surfaces: workmanship defects that cannot be concealed by specified painter's finish. Free from td marks, tom grain, cross sanding, or 2.9 METAL FASTENINGS AND CONNECTIONS A. Framing Devices: Provide hot dip galvanized framing devices including joist hangers, 3 way framing anchors, clips, shear plates, metal straps, timber connectors, post caps, post anchors, and other stock iron work. Install with type, size and quantity of fasteners recommended by manufacturer of device. 2/15/95 @ I 7 1 1 I I I 1 I I I I I 6 1 I I B. Nails, Screws, Bolts, Nuts and Washers: Type, size, and spacing of nails, whei not otherwise indicated on plans, shall equal or exceed minimum requirement! of Table No. 25-P, Chapter 25, Uniform Building Code, 1982 Edition. AI hardware to be hot dip galvanized. Use common wire nails 16d for 2" materiial 8d for 1' material, 2 nails min per bearing. Use finishing nails for finish work. Nails for all areas including but not limited to siding and other exposed work stainless steel, aluminum or hot dip galvanized. Screws, bolts, nuts and washer! hot dip galvanized. Wax or other lubricants not permitted on nails, lagscrews o other fasteners that depend on friction for holding power. Custom Fabricated Ironwork for Wood Framing (Including Glued Laminatec Members): Install woodwork anchorage items, specified in Section 05170, exceF those to be built into concrete or masonry. Make connections tight, accurate and secure. Install fasteners without splittinc wood; predrill when required. Fasteners shall not penetrate through sheathin1 or other member where opposite side is exposed to view. Drill bolt holes same size as bolt diameter. Drill hdes for lagscrews same si2 as thread root diameter and counterbore same depth and diameter as shanl Turn lagscrews into place, do not drive. Provide washer under every bolt an hgscrew head and nut bearing on wood. Carefully retighten bolts and hgscreh priir to closing in or at completion of work. 1. C. D. 2.10 2.1 1 HARDWARE (NOT USED) 2.12 PLASTIC LAMINATE TOPS (NOT USED ) 2.13 INTERIOR FINISH CONVENTIONAL CASEWORK (NOT USED ) 1. A. Trim Species: See Room Finish Schedule on plans. Furnish in longest standar lengths to provide fewest joints. 2.14 EXTERIOR FINISH A. Door Frames: Galvanized Metal B. Siding: D.F. Texture 11 1. C. Wood Preservative: Pressure treatment as specified in 2.05 A. above or dip brush in accordance with 2.05 B. above. 2.15 INSECT SCREEN (MESH) A. Type: 18 by 16 mesh, 0.111 inch diameter, or 18 by 14 mesh, 0.013 inc diameter aluminum wire, conforming to FS RR-W-365(1). Type VII. a I* @ 75 PART 3 - EXECUTION 3.1 INSTALLATION A. General: Do not install millwork until wet operations are completed, concrete and masonry work has dried, rooms are broom clean, and millwork has been primed or sealed. Priming and sealing are specified under Painting Section . Reseal cut surfaces, edges, and ends in approved manner. Trim Members: Install level, plumb, true; accurately scribe members in place; standing trim in single lengths, running trim in pieces long as practicable. Bevel butt joints together; miter exterior angles, cope interior angels; set exposed nails for putty. B. END OF SPECIFICATION 2/15/95 @ I I 1 4 1 I I e. I I I I 3 l I TECHNICAL SPECIFICATIONS FOR WATERPROOFING OF BELOW-GRADE STRUCTURES A GENERAL The Contractor shall furnish all labor, equipment and materials and apply all moisture barric sheeting, membrane waterproofing, and dampproofing for below-grade structures as shown c the plans and/or specified herein. B MATERIALS Packaged materials shall be delivered and stored in original unopened containers bearing tt manufacturers' name and brand designation. Where materials are covered by a referencc specification, the containers shall bear the specification number, type, and class, as applicabl Containers shall not be opened until approved. Materials shall be handled and stored in manner to prevent damage or contamination of any sort. Materials shall conform to the followir 1. 4 specifications and requirements: Asphalt primer: ASTM D41. Asphalt: ASTM D449, Type A. Asphalt-saturated asbestos felt, 15-pound type: ASTM D250. Asphalt-impregnated woven glass fabric: ASTM Dl 688. Asphatt-saturated woven burlap fabric: ASTM 01327. Mineral surfaced W-pound protection sheet: ASTM D249. Bituminous plastic cement: Federal Specification SS-C-153, Type 1 Reglet shall be Fry Springlok Flashing, Type CO. C MEMBRANE WATERPROOFING Waterproofing membrane system shall be three ply unless otherwise indicated on the Plans. The three-pty system shall consist of one ply of woven glass fabric applied between two plies t felt covered with protective board or mineral surfaced protection sheet. Four-ply system shall consist of two plies of felt applied aiternately with two plies of woven gla5 fabric covered with protection board or mineral surfaced protection sheet. Five-ply system shall consist of three plies of felt applied alternately with two plies of woven gla: fabric covered with protective board or mineral surfaced protection sheet. 1 D REQUIREMENTS All plies shall be set on a solid mat of hot asphalt applied at the rate of 25 pounds pc 100 square feet. D-1 Concrete Curing Requirements Concrete surfaces to which membrane waterproofing is to be applied shall be moist curec Waterproofing shall not be applied to surfaces which have been cured with membrane formir compounds or other coatings which may reduce the bonding of the asphaltic waterproofing to tt concrete. 21 I. dIP rr D-2 Weather Requirements Application will not be permitted in spaces exposed to inclement weather or when air temperatures are below 40°F or are expected to go below 40°F within 24 hours after application. D-3 Heating Requirements for Asphalt Kettle and application temperatures for asphalt shall be rigidly adhered to. Kettle temperatures shall be 400-325°F and mop temperatures 375-300"F for Type A (low slope) asphalt. Thermometers shall be used to check the kettle temperatures during the heating and application. Kettlemen shall be in attendance at all times during the heating process to assure that temperatures are maintained within the ranges specified. D-4 Application shall not be started until roughing-in for plumbing and electrical work has been completed and tested and openings for these items have been thoroughly caulked. D-5 Surface Preparation Surfaces to which membrane waterproofing is to be applied shall be smooth and dry. All defective areas and surfaces shall be repaired as specified in the concrete specification. Mortar joints in pre-cast systems shall be struck flush. Immediately before application, surfaces shall be carefully cleaned to remove dust, grease, and foreign matter and shall be inspected by the engineer. D-6 Priming Prior to the application of the waterproofing membranes, concrete surfaces to be waterproofed shall receive a uniform brush coat of primer applied at the rate of 1 gallon per 100 square feet and shall be allowed to dry thoroughly. D-7 Tests for Surface Dryness The surface to which dampproofing/waterproofing is to be applied shall not be considered dry, and application shall not be started until the following conditions are met. The following tests shall be performed using a minimum of 1 pint of asphalt. Tests shall be witnessed by the Engineer. D-8 Foaming When applied to the surface to which dampproofinghaterproofing is to be applied, Type A asphalt heated between 325" F and 400" F shall not foam on contact. D-9 Strippability After the asphalt used in the foaming test application has cooled to ambient temperature, the coating shall be tested for adherence. Should any portion of the sample be readily stripped clean from the surface, the surface shall not be considered dry and application shall not be started. D-10 Samples The Contractor shall submit manufacturets certificates of compliance for all materials and one sample of each type of membrane material before the material is delivered to the job. The membrane samples shall not be smaller than 12-inches by 12-inches. E APPLICATION E-1 Membrane Waterproofing The waterproofing materials shall be dry when applied and shall be kept dry throughout the waterproofing operations. All waterproofing shall be built up in place with attemate moppings and layers of felt and glass fabric over the proper preliminary work hereinbefore specified. Plies shall be installed shingle fashion so that any desired number of plies may be installed in a single progressive operation by varying the width of the edge laps. Threeply waterproofing shall be Caulking, Pipe Insulation, and Flashing 2/15/95 @ u I I 1 i I 1 I Re 1 I 1 i 1 I II achieved by lapping each ply approximately two-thirds over the preceding ply; four-ply by lappin approximately threequarters over the preceding ply; and fiveply by lapping approximately fou fifths over the preceding ply. When beginning the installation, appropriate width starting strips c felt shall be used at the starting point to provide the specified number of plies at that point. In th application, each solid mopping shall completely cover the area to which it is applied. The fi width of each ply of felt shall be firmly pressed into a mop coat of hot asphalt using not less tha 25 pounds per 100 square feet spread evenly and shall be broomed thoroughly to assure bondin of the felts and elimination of air pockets and wrinkles. Each ply shall be lapped 4-inches at th ends, and end hps shall be staggered not less than l&inches in relation to laps in the precedin layer. Each day’s application shall be protected with a coat of hot asphalt applied at the rate c not less than 25 pounds per lo0 square feet and shall be covered with the protective coverin specified. E-2 Subsurface Exterior Walls Asphalt shall be applied to exterior vertical surfaces with cotton roller mops or other suitabl approved application techniques. Waterproofing membranes shall be installed vertically, shingl fashion, in the manner specified. If the structure has a waterproofed seal slab and the wall footing toe projects beyond the exterk wall face, the membrane shall lap the seal slab membrane a minimum of 10-inches and sk extend up to the side and across the top of the footing and up the wall to the indicated top ( waterproofing. If the structure has a waterproofed seal slab and flush edge footings, the membrane shall lap th seal slab membrane a minimum of 10-inches and shall extend up to the wall to the indicated tc of waterproofing. If the structure has no seal slab, the bottom of the waterproofing shall start at a point 2-inch above the bottom of the footing and extend up the wall to the indicated top of waterproofing. Th bottom edge of the membrane shall be secured and protected by a two-ply fabric reinforcemei applied with three mats of bituminous plastic cement. The top edge of the membrane shall be properly connected into a reglet located 6-inche maximum below grade or as indicated on the Plans. When laps are left to be connected at vertical intersections, they shall be not less than 10-inch6 wide and shall be temporarily protected and kept dry until they can be woven into the moppe plies of the connecting membrane. E-3 Subsurface Seal Slabs or Roof Slabs Felt and glass fabric waterproofing plies for subsurface slabs shall be applied to a primed, smi surface slab. Application of the plies to the slab shall be shingle fashion in the mannc hereinbefore specified. The fabtic plies shall extend at least 10-inches beyond the edge of tb slab. After all plies have been installed, the entire surface shall be covered uniformly with hc asphalt applied at a rate of 25 pounds per 100 square feet. As soon as the application has bee completed, the entire membrane shall be covered with 90-pound protection sheet as a protectik 1. e covering. E-4 Reinforcement Two strips of asphalt saturated woven burlap fabric reinforcing shall be installed at all angle projections, and changes in wall or slab plans. 2/ 9. @ 79 The first strip shall be 12-inches wide covered by the second strip l&in&es wide cemented in place and to each other with plastic cement not less than 1/16-inch thick for each coating. These reinforcing strips shall be applied over the completed membrane. E-5 Flashing flanges of the sleeves for p'lpes and ducts penetrating the waterproofing membranes shall be primed, allowed to dry, and stripped in with two fabric membrane collars cemented in place and to each other with plastic cement. E-6 Cant Strips and Edges Four-inch cant strips shall be installed by the Contractor under the membrane where the membrane is continuous from horizontal to vertical surfaces. All sharp concrete edges that have not been chamfered shall be chamfered by grinding to produce a &-degree smooth surface. E-7 Protective Covering The membrane waterproofing shall be protected by a layer of 1/2-inch-thickfiierboard applied with butted edges in a mopping of hot asphalt. The fiberboard shall be in the largest sizes practicable, shall have squared edges, and shall be treated to resist decay and insects. Boards shall be carefully and neatly fitted around pipes and projections and shall cover the entire surface of the waterproofing. Membranes that are not immediately covered shall be given temporary protection to prevent injury to the membrane. Any waterproofing membrane which is damaged or loses its bond shall be removed and replaced with new waterproofing by the Contractor at his expense. F DAMPPROOFING All surfaces to be dampproofed shall be clean, dry, reasonably smooth, free of dust, dirt, voids, cracks or sharp projections. The surface to be dampproofed shall be primed and then thoroughly mopped with waterproofing asphalt. When the first mopping of asphalt has set sufficiently, the entire surface shall then be mopped with the second coating of hot asphalt. Special care shall be taken to see that there are no skips in the coatings and that all surfaces are thoroughly Covered. G MOISTURE BARRIER Where a moisture barrier is indicated on the plans a Polyvinyl Chloride (PVC) sheeting of minimum 8-mil thickness unless otherwise indicated on the plans shall be provided on grade beneath the new floor slab. The field sheeting shall be installed with edges lapped 64nches and ends lapped 9-inches to 12- inches. The laps shall be cleaned with mineral spirits and shall be sealed with sealant tape. The double-faced sealant tape shall be a synthetic rubber tape with strippable paper backing 3-inches wide and specifically manufactured for use with PVC sheeting. All turns, angles, or flashing around projections shall be made neat and watertight. All projections shall be reinforced with extra sheet and adhesive. tf sheeting is tom, punctured, or damaged in any way, the Contractor will be responsbie to make all necessary repairs. flashing of Pipes and Ducts 2/15/95 @ 1 I 1 1 1 I 1 1 1 IIa 1 1 I I 1 8 1 1 Priir to the installation of the moisture barrier, a sand cushion shall be provided over the gravelf or existing grade. The sand shall completely cover the graveHill or existing grade without ar protrusions of sharp hard stones. After the completion of the installation, another 2-inches of san cushion shall be placed over the moisture barrier. Where penetrations of the moisture barrier are required, such penetrations shall be patched an repaired using polyethylene sheeting and sealing tape to provide an impervious moisture barrie I. END OF SPECIFICATION a I. @ 81 TECHNICAL SPECIFICATIONS FOR SHEET METAL PART 1 - GENERAL 1.1 RELATED SECTIONS A. B. Skylights. C. Metal over 10 gauge or 1/8" THICK. Kickplates 12' high or less (when required). 1.2 COOPERATION WITH OTHER TRADES A. Cooperate with other trades. Set and verify size and location of openings involving sheet metal, in roofs, floors and walls. Guarantee: Two years for installation and twenty-year warranty for material. B. PART 2 - PRODUCTS 2.1 TERNE COATS STAINLESS STEEL (TCS) A. .018 (24 ga) thick, Terne (202 tin, 8Ox lead) coated, Type 304, stainless steel or equal; at all flashings. 2.2 SOLDER A. ASTM B32, Type SI Sn50 alloy grade, general purpose solder. 2.3 FASTENERS A. Nails, screws, bolts and nuts as indicated; made of same materiial as item fastened, or of other material compatible with material of item fastened. Stainless steel; types, gauges and lengths to suit conditions. Nails for roofing sheet metal work, TCS, stainless steel annular ring shank roofing nails (not screw thread) 'Stronghold" 38" flat head, 0.120" shank, lengths to suit conditions. Neoprene washers not permitted. Leaf Associates, San Cargos; Modern Materials, Los Angeles; or equal. B. C. 2.4 NEOPRENE FLASHING CEMENT A. Trowel grade, 500 psi tensile strength per ASlM D412, 250% elongation per ASTM D412. Available from Hobart Brog; Conrad Sovig Co., San Francisco, Christian Co., or Gam Western Co., Los Angeles or approved equal. 2/15/95 @ I 1 I 1 I I I I 10 1 1 1 I 1 1 e I 2.5 SEALANT A. Nonhardening, nonsagging, one part polysulfide base sealant. PART 3 - EXECUTION 3.1 ROOFING SHEET METAL 1. A. Workmanship: Requirements specified herein are minimum; provide extr materials and workmanship as necessary to obtain required results. Install WOI per recognized standards and best trade practices. Make work weather an watertight; seam, securely lock or rivet, and solder joints; provide for expansio and contraction. Leave work in clean condition for painting. Surface Conditions: Ascertain if surfaces are satisfactory to receive flashing! Do not cut, remove or damage roofing in way that could affect watertigl assembly. B. C. Dissimilar Metals: Separate with coating of liquid neoprene. D. E. Priming: Shop prime as specified in 2.01 B. Roof Flashings and Counter Flashings: Fabricate and install where shown. Ste flashings, drip edges, saddlebacks, other sheet metal items required to b shingled in or otherwise installed simultaneously with roofing, will be installed 1: roofer. m END OF SPECIFICATION 21 8. @ 83 TECHNICAL SPECIFICATIONS FOR METAL ROOF PART I - GENERAL A. SECTION INCLUDES: The work includes, but is not necessarily limited to, furnishing and installation of all performed metal roofing, and accessories as indicated on the drawings and specified herein. B. PERFORMANCE REQUIREMENTS TESTING AND CERTIFICATION: 1. Wind Uplift: UL 580 test 2. Air Infiltration: Panel to meet the following standad when tested in accordance with ASTM E283-84: a. Water Penetration: accordance with ASTM E33 (Current 1991): a. With factory-applied continuous sealant - 0.14 cfm/m. at 20 psf. 3. Panel to meet the following standard when tested in With factory-applied continuous sealant, no leakage at 20 psf. C. SUBMITTALS 1. PRODUCT DATA a. Submit manufacturer's technical product data, installation instructions and recommendations for each type of roofing required. Include data substantiating that materials comply with requirements. 2. SAMPLES a. Priir to ordering products, submit Manufacturer's standard color Samples for Engineer's selection. Priir to starting work, submit (auantitv) 12" long Panel Samples showing shape and a representative color chip for Architect'dEngineer's acceptance. 3. SHOP DRAWINGS b. a. Submit complete shop drawings detailing all perimeter and joint flashings that comply with manufacturer's standard recommendations. 2/15/95 @ I I 1 plans. b. Describe all proposed details that deviate from what is shown on th G. Details to allow for expansion and contraction. 4. SITE CONDITIONS a. Provide completed site condition fonn for the specified finish to suit actu I. I project conditions. D. QUALITY ASSURANCE 1. INSTALLER'S QUAL1 FIC AT1 ON S a. 1 I 4 I. I I u B I I I I Installer must be approved by the Panel Manufacturer in writing piir 1 I work commencing. b. Installer shall meet the following: 1) Successfully applied five metal roofs of comparable size an complexity which reflect a quality and weather tight installatior Have been in business for minimum period of 5 years in th region where the work will be performed. 2) 8 2. MANUFACTURERS QUALIFICATIONS a. Manufacturer shall have a minimum of 10 years experience supplyin metal roofing to the region where the work is to be done. Subm qualification certificate with bid proposal. Comply with current independent testing and certification as specified. Manufacturer shall provide proof of liability insurance for their metal roc system. b. C. 3. REGULATORY AGENCY REQUIREMENTS a. Comply with UBC and local Building Code requirements if more tha those specified herein. Compliance with certification must be submitted with bid. b. E. PRODUCT DELIVERY, STORAGE AND HANDLING 1. 2. 3. Do not bend panels. 4. Protect against damage and discoloration. Handle panels with non-marring slings. Store panels above ground, with one end elevated for drainage. 2i' I. @ 05 5. Protect panels against standing water and condensation between adjacent surfaces. If panels become wet, immediately separate sheets, wipe dry with clean cloth, and allow to air dry. Painted panels shall be shipped with phstic sheeting or a strippable film coating between all panels. Remove any strippable film coating prior to installation and in any case, do not allow the strippak film coating to remain on the panels in extreme heat, odd, or in direct sunlight or other UV source. 6. 7. F. PROJECT CONDITIONS 1. Examine the condiiions a@ substrates in which metal roofing work is to be installed. Substrate shall be installed level, flat and true to avoid panel stresses. 2. 3. Field measurements shall be taken prior to fabrication of panels. Proceed with roofing installation only after satisfactory oondiiions are met. G. WARRANTY 1. MANUFACTURERS PRODUCT WARRANTY a. Manufacturer's standard coating performance warranty, as available for specified installation and environmental conditions. 2. CONTRACTOR'S WARRANTY a. Warrant panels, flashings, sealants, fasteners and accessories against defective materials and/or workmanship, to remain watertight and weatherproof with normal usage for two (2) years following Project Substantial Completion date. PART 2 - PRODUCTS A. ACCEPTABLE MANUFACTURER BASE BID: ASC Pacific, Inc. 2110 Enterprise Boulevard, West Sacramento, California 95691 -3493 or approved equal. a. Panel Designation: Design Span ALTERNATE BID 61: ASC Pacific, Inc. or equal, installed to manufacturers requirements. ALTERNATES: Approval of substitute systems is required prior to bid. The City Engineer will be the sole judge of what qualifies as an 'equal" system. To be approved as an equal system, submit or respond to all items in "Quality Assurance," "Performance Requirements" and 'Submittal" sections of this 1. 2. Standing seam metal roof 12' panel, pure copper per by 3. 2/15/95 @ I I R I I II u Q s I 1 1 1- 8 I 1 specification. All submittals must be received in the Engineer's office a minimui of ten (10) working days prior to bid. B. MAT E R I ALS 1. PANELS a. Base Metal: Base bid I. 1. Mateiil Steel conforming to ASTM A-446, minimum yield 43,W psi, thickness. 24 gauge. 2. Protective Coating: Zincalume conforming to ASTM A-79: AZ50. b. Alternate Bid #1: Copper 1. Pure Copper, ASTM B-370, Temp. Designated H-02 half han min. 20 02. C. Finish: 1. Exterior Finish includes a 0.2 mil thick corrosion-resistant primc and a 0.8 mil thick finish coat of Polyvinylidene Fluoride (PVF2 full 70?! Kynar 500Mylar 5OOO for a total of 1.0 mil dry fill thickness. d. Color: I. 1. Color as selected and approved by the Engineer. 2. Copper: To be left untreated and unfinished. 0. Factory-Applied Seam Sealant: 1. Foamable hot melt mastic, injected with nitrogen gas and applis inside the panel seam at a temperature of 375 degrM Fahrenheit. f. Configuration: 1. Standing Seam: Roof panels shall consist of integral self-lockir standing seams 13/4" high spaced wick one) 12"/18" on cente Panels shall be factory corrective-leveled to minimize tt occurrence of oil canning (see note below). I 2. ACCESSORIES a. Fastener Clips: 1. UL-90 rated clip: 18 gauge Zincalume steel, 33 ksi yie strength, 3 1/2" long double fastener type. Non-rated, 2 lor single fastener type, 18 gauge clip also available). 21 I. @ or b. Fasteners 1. Per manufacturer recommendation. C. Sealant 1. 2. Tape Sealant: Butyl. Gunnabie Grade Caulking: Single component Urethane Caulk. d. Bearing Plate 1. 22 gauge 4" x 6" Zincalume steel bearing plate. 3. FLASHING a. Material, gauge and finish to match panels. Do not use lead or copper for steel roof. ALTERNATE BID ITEM #1: Use copper flashing to match panels. 4. FABRICATION: a. Unless otherwise shown on drawings or specified herein, fabricate panels in continuous one-piece lengths and fabriite flashings and accessories in longest practical lengths. Roofing panels shall be factory formed. Field formed panels are not acceptable. b. PART 3 - EXECUTION A. MAMI NATION 1. EXISTING CONDITIONS a. Verii that members to receive panels are complete, accurately sized and located, in true plane, secure and otherwise properly prepared. B. PREPARATION 1. FIELD MEASUREMENTS a. Verify prior to fabrication. b. If field measurements differ from drawing dimensions, notify Engineer prior to fabrication. 2. PROTECTION a. Treat, or isdate with protective material, any contacting surfaces of dissimilar materials to prevent electrolytic corrosion. 2/15/95 @ I b. Require workmen who will be walking on Roofing Panels to wear deal soft-soled work shoes that will not pick up stones or other abrasii material which could cause damage and discoloration. I C. INSTALLATION 1. PANELS a. b. Install panel seams vertically. C. d. 0. f. Fully engage interlocldng seams. 9. I. Follow roof panel manufacturer's directions. Lap panels away from prevailing wind direction. Do not stretch or compress panel side-lap interlocks. Secure panels without warp or deflection. Remove strippable protective film, if used, immediately preceding panel installation. 8 1 1 i u II 1 1 1 I 2. ALLOWABLE ERECTION TOLERANCE a. Maximum Alignment Vaiition: 114 inch in 40 feet. 3. FLASHING a. b. C. Follow manufacturer's directions and approved Shop Drawings. Overlap roof panels at least 6 inches. Install flashings to allow for thermal movement. 4. CUTTING AND FllTlNG I. a. Neat, square and true. Torch cutting is prohibited. b. Openings 6 inches and larger in any direction: Shop fabricate ar reinforce to maintain original load capacity. D. CLEAN UP AND CLOSE OUT 1. TOUCH-UP a. Touch-up damaged paint surfaces with air dry touch up paint provided t manufacturer. Follow directions carefully to minimize color irregulaiiie Small brush application only - do not spray touch-up paint. 2. CLEANING AND REPAIRING a. At completion of each day's work and at Work Completion, swee Panels, Flashing and Gutters clean. Do not allow fasteners, cutting fillings or scraps to accumulate. Remove debris from Project Site upon work completion or sooner, i 4 directed. b. END OF SPECIFICATION 21 I 8 I. @ UY TECHNICAL SPECIFICATIONS FOR SKYLIGHTS PART 1 - GENERAL 1.1 RELATED SECTIONS A. Carpentry B. Sealants. C. Sheet Metal. D. Painting. 1.2 PROTECTION A. Package skylight units to provide protection against damage during shipping storage and handling until installed. Replace unit if any damage occurs. 1.3 SUBMllTALS A. B. Submit 5 copies of manufacturers current descriptive literature. Samples: Samples of proposed shapes, finish, and color shall be submitted in accordance with the procedures set forth in Division 1. All samples shall be clearly identified as to the name of the project and the type of material, color, finish, and location in the project. Shop Drawings: Submit shop drawings at large scale in accordance with the procedures set forth in and obtain written approval thereof before starting fabrication or delivery of equipment to the project. Clearly illustrate methods, sizes and location of anchorage, joinery, construction, finishes, size, shape, alloy, thickness of materials, structural computations, and joining with adjacent work. (Small scale stock catalog sheets are unacceptable.) Guarantees: Furnish the engineer the following guarantees in accordance with the specified forms: 1. C. D. A two-year guarantee that all materials furnished will be free from defects in material or factory workmanship, and that all defective materials will be repaired or replaced immediately, after proper notice, at no cost to the City. Louver manufacturer's standard 1 0-year guarantee covering acrylic, siliconized acrylic, or fluoropolymer coatings as specified under FINISH. 2. 211 5/95 @ ! 1.4 QUALITY ASSURANCE I 1 1 I I 1 8 1i(b I 8 A. Materials and construction whether or not shown or specified shall comply wl requirements and applicable standards contained in the Uniform Buiiding Cod( 1991 Edition. 1.5 PROJECT CONDITIONS A. Vedy dimensions and job conditions to insure fit. I. 1.6 CODE REQUIREMENTS A. Materials and construction whether or not herein shown or specified shall comp with minimum requirements, and applicable standards contained in the Unifori Building Code, 1991 Edition. I PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. B. Wasco Products, OKeefe's Inc., or manufacturer of approved equal product. Standards: For purposes of designating the type and quality of work intende under this Seciton, the drawings and specifications are based on catalog dati SPEC- DATA sheets, and products as manufactured by OKeefe's Inc., 7 Williams Avenue, San Francisco, California 94124 (41 5) 822-4222. 2.2 SKYLIGHTS A. Factory assembled units, consisting of polycarbonate plastic Lexan glazin! extruded aluminum retaining frame and curb frame, with integral condensatia and weepage gutter. Skylights shall be Lexan or approved equal protecta gla2 "cleat", texture 'obscure", and meet recommendations of AAMA 1601. "Voluntary Thickness Specifications for Acrylic Plastic Domes." 1 PART 3 - EXECUTION 3.1 INSTALLATION A. Install skylight assemblies level, square and true on curb and opening. lnstalle units shall be completely weathertight, rigid and securely fastened in placc Follow manufacturer's instructions. I 3.1 CLEANING 1 complete. A. Clean plastic glazing of dirt, oil grease or other substances when installation END OF SPECIFICATION I II 8 2/ I. @ YI TECHNICAL SPECIFICATIONS FOR SEALANTS PART 1 - GENERAL 1.1 RELATED SECTIONS A. Painting. 1.2 SECTION INCLUDES A. This specification covers technical requirements for sealants and method of installation. Furnishing and installing of sealants shall be done by trades responsible for such in the various Sections of the specifications. When not specifically indicated, provide sealant materials described in this Section best suited for indicated use to make installations weathertight. Use sealants compatible with adjoining materials. B. 1.3 SUBMITTALS A. Submit certification that material complies with specified requirements. When no specific material is called for, manufacturer shall satisfy the engineer that materiils and installation procedure proposed are his recommendation for accomplishing best results for each condition, considering joint size, shape, expected differential movement, temperature range, and exposure to weather, wear and abuse. As selected from sealant manufacturer's standard color palette. B. 1.4 DELIVERY, STORAGE AND HANDLING A. Store materials under conditions recommended by manufacturer. Do not use materials stored for period exceeding its published maximum recommended shelf life. PART 2 - PRODUCTS 2.1 PRIMERS A. As recommended and furnished by sealant manufacturers for each material and condition. 2.2 BACK-UP MATERIAL A. In joints deeper than recommended depth of sealant, provide nonoily, nonstaining back up filler, polyethylene foam rod, expanded polyurethane, neoprene, or other filler comgletely compatible with sealant used. Use filler about 113 to 112 wider than measure width of joint so sufficient pressure is exerted by filler against joint sides to provide substantial resistance against displacement. 2/15/95 @ ! Sealant material shall not adhere to back up. When nonrelease type of back u material is used, provide strip of polyethylene sheet with pressure sensitiv adhesive one side, masking tape, or other material as "bond breaker" betwee sealant and back-up filler. When back-up filler is not required, provide "bon breaker" between sealant and base surface of joint. B. I 1 2.3 SYNTHETIC RUBBER SEALANTS A. Type 1 : One component, chemically curing, rubber-type compound conformir I. I to Federal Spec. lT-S-o023oC, Type II, Cla~ A. 1. Acceptable Polysulfide Rubber Compounds: Products Research Coq "PRC Rubber Caulk 5OOO; A.C. Hom 'One Component Homflex; Pecoi "Synthacaulk GC-9"; Parr Paint and Sealants Inc. 'Uniparseal Woodmont Products, Inc. "Chem-Calk 100"; or equal. Acceptable Urethane Compounds: Vulkem No. 116 or No. 921 ; Tremc "Dymonic"; Sika Cop. "Sikaflex l-A"; or equal. I I 1 8 8 I. I I I I 1 2. 3. Acceptable Silicone Rubber Sealants: Dow Coming Corp. Gener: Electric, or equal; of type recommended by sealant manufacturer fc condition involved. B. Type 2: Two-part urethane rubber type chemically curing compound conformin to Federal Spec. lT-S-00227e, Type I or II, Class A or B; with min shore 1 hardness of 35. 1. Acceptable Polyurethane Base Compounds; Tremco Mfg. C< "THC/SOO"; Products Research Corp. "270"; Pecora - NR-200"; Vulkem No. 24t or equal. 2.4 MATERIAL USAGE INFORMATION A. Type 1 Sealant is a general, all-purpose sealant for use in areas of moderatc movement, glazing, window wall perimeters, between dissimilar materials, nom joint dimensions to 344 inch. Type 2 materials are designed for usage in traffic joints. Use gun or pour gradc to suit application. Type 3 materials are designed for usage in exceptional movement joints. 1 B. C. I PART 3 - EXECUTION 3.1 PREPARATION A. Preparation of joints, priming, storage and handling of sealants and particuh methods of installation shall conform to recommendations of sealant manufacture for each speafiic type of installation. I 3.2 JOINT CLEANING 2/1 I. @ 93 A. Regardless of type sealant used, make joints clean, remove loose and foreign material, paint, lacquer and incompatible material, and clean surfaces with surface conditioner recommended by manufacturer for type of sealant used. 3.3 JOINT PRIMING A. Prime porous surfaces to receive polysuMide or silicone sealant. In all cases, prime contact surfaces as recommended by manufacturer for each type of sealant for each location. Omit primer in cases where surface conditioner also acts as primer, subject to approval in each case. Appiy primer to surfaces to which sealant must adhere. Do not apply primer to back up material, no surfaces exposed after sealant is installed. Neatly terminated primer to edge of joint where intimate sealant contact is mandatory. Apply bond breaker where needed to effect nonadhesion of sealant to backing. 6. 3.4 SEALANT DEPTH A. Unless otherwise shown, sealant depth shall be 1/2 to 1 times joint width, but not less than 1/4" or more than 1/2" unless otherwise required in special cases. 3.5 SEALANT INSTALLATION A. Apply solid and continuous bead or bed of sealant to fill pint without voids. Confine sealant to joint or area to be sealed and finish to neat straight line. Where necessary to prevent defacement of exposed surfaces not in contact with sealant, apply masking tape to such surfaces in continuous strips and in straight, true alignment with joint edges. Immediately after joints are tooled, remove tape and excess sealant. Sealant shall have good adhesion to and intimate contact with both sides of joint for entire length. Unless particular profile of pint is shown or specified, slightly rake exposed joints (about 118" deep), or tool concave, or to contour shown, or treat as otherwise recommended by sealant manufacturer to produce weathertight installations. Tool expansion joints in tile or ceramic veneer to match mortar joints, unless otherwise shown. Improperly tooled and otherwise unsightly pints are not acceptable. 6. C. D. E. END OF SPECIFICATION 2/15/95 @ I t I I I I I I 1 I. I I I I 1 8 TECHNICAL SPECIFICATIONS FOR DOORS AND FRAMES PART 1 - GENERAL 1.1 SUMMARY 1.1.1 Section Includes: Hollow metal doors and pressed steel frames for hollow metal door wood doors, transom and sidelight panels, sidelights, and exterior and interior glazed opening 1.1.2 Related Documents: The Conditions of the Contract and Division 1 apply to this sectic as fully as if repeated herein. 1.2 REFERENCE STANDARDS The editions of the specifications and standards referenced herein, published by the followin organizations, apply to the work only to the extent specified by the references. Refer to Sectio 01091 for information concerning availability and use of references. American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Association of Architectural Metal Manufacturers (NAAMM) Steel Door Institute (SDI) I. 1.3 SUBMITTALS 1.3.1 Submittal procedures and quantities are specified in Section 01340. 1.3.2 Shop Drawings: Submit a door schedule keyed to the opening identification symbols indicated and showing sizes, elevations, fire ratings location and extent of hardware reinforcemen and type and location of frame anchors for each opening. 1.3.3 Manufacturer's Data: Submit catalog cuts or other data indicating details of interrx construction of doors, profile of frames, gages of metal, size and gage of hardware reinforcing and specifications for shop priming. 1.4 REGULATORY REQUIREMENTS: Labeled fire resistive doors and frames shall conform to the Unifonn Building Code (UBC) Chapter 43, "Fire Resistive Standards" for the fire resistive ratings indicated. Fire resistive door and frames shall bear the label of Underwriters' Laboratories, Factory Mutual, or other testinc agency acceptable to the State Fire Marshal. 1.5 DELIVERY AND STORAGE 1 S.1 Delivery: Provide packaging such as cardboard or other containers to protect surfaces of hollow metal doors. Strap welded frames together in pairs with head of one unit inverted 01 provide temporary spreaders fastened to the bottom of each frame. I I a1 4. blp 95 1.5.2 Storage: Store door and frames on platforms under cover. The storage spaces shall be in dry locations with adequate ventilation free from dust, and shall permit easy access for inspection and handling. Avoid using nonvented plastic or canvas shelters that create a humidity chamber. If the wrapper on the door becomes wet, remove the wrapper immediately. To promote air circulation, provide a 1/4 inch space between doors. Mark or tag each door and frame with the appropriate opening identification symbol. 1.6 COORDINATION Secure templates from finish hardware supplier for specified hardware and mounting locations. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Doors: Acceptable manufacturers, or equal: Amweld Building Products, Inc. Ceco Corp. Fenestra Corp. Republic Builders Products Steelcraft Manufacturing Co. 2.2 MATERIALS A. Doors: 1. Cold Rolled Steel Sheets: ASTM A 366-91, stretcher leveled. 2. Hot Rolled Steel Sheets ASTM A 569-91A, pickled and oiled. 3. Hot Dip Galvanized Steel Sheets: ASTM A 525-91B, Coating Designation A60 or G60. Honeycomb Core Material: SDI 100-91. para. 2.2.3.1. 4. 5. Polyurethane Core Material: SDI 100-91, para. 2.2.3.2. 6. 7. Mineral Fiberboard Core Material: SDI 100-91, para. Polystyrene Core Material: SDI 100-91, para. 2.2.3.3. 2.2.3.1 6. 2.3 FLUSH DOOR AND PANEL CONSTRUCTION 2.3.1 General: Doors of stock sizes and designs shall be constructed in accordance with either SDI 100-91 or NAAMM HMMA 861. Doors of nonstock sizes or designs shall be constructed in accordance with NAAMM HMMA 861. 211 5/95 a9 I E I I I 1 1 I* I 1 1 I 1 I 2.3.2 Door Faces 2.3.2.1 Fabricate exterior doors and panels with a6 gage hotdip galvanized steel faces, full flus1 type with no visible seams in either face and all edge seams weMed and gmund smooth. 2.3.3 Internal Construction: Fabricate doors with any of the internal construction method specified herein and in accordance with SDI 100-91 or NAAM HMMA 861 except as specifiec below: 2.3.3.1 Fabricate all exterior doors with polyurethane or polystyrene core material. I. I 2.4 FRAME FABRICATION 2.4.1 modified herein. 2.4.1.1 Fabricate frames for exterior doors and openings of 14 gage hot-dip galvanized shec steel. Weld face and return at corners and grind welds smooth. Stops shall be a minimum of 5/1 Fabricate frames in accordance with SDI 100-91 or NAAMM HMMA 861 except a u inch deep. 2.4.2 Anchors: Provide floor, head, and wall anchors listed below, unless otherwise indicatec welded into each jamb member. Wall anchors shall be of the type recommended by thl manufacturer for the specific wall condition. All anchors shall be 14 gage minimum, unles otherwise indicated. Wall Material Door Heiaht No. of Anchors Concrete and Masonry up to 7' - 0" 3 7' - 2" to 9' - 6" 4 2.5 HARDWARE PREPARATION Doors and frames shall be reinforced for hardware in accordance with SDI 100-91 or NAAMI HMMA 861 as applicable, except that hinge reinforcement for exterior doors shall be 8 gag 8 minimum. 2.6 CLEARANCES Provide doors and frames with clearances in accordance with SDI 100-91 or NAAMM HMMA 861 2.7 FINISH After fabriition, clean, phosphate treat, and dip or spray coat all exposed surfaces of doors an frames with a rust-inhibitive primer complying with ANSI A 224.1-1987. Finish field painting i I specified in Section 09900. 21' I. @ YI PART 3 - EXECUTION 3.1 INSTALLATION 3.1.1 Set frames accurately in position and plumb, align, and brace them securely until permanent anchors are set. Anchor the bottom of frames securely to floors with expansion bok or with powder-driven fasteners. Build in or secure wall anchors to adjoining construction as indicated or required by adjoining construction. Where frames require ceiling struts or other structural overhead bracing, anchor such struts securely to structure above, as required. Fill frames solid with portland cement grout where shown or required by fire rating of opening. 3.1.1.1 Where frames are installed in phce masonry construction, punch and dimple frames, set and secure to adjacent construction with machine screws and masonry anchorage devices. Fill dimple with body putty and sand to provide a smooth finish and to conceal fastener head. 3.1.2 Hang doors to fit snug against stops, free from hinge bind, and with uniform clearance of 3/32 inch at heads and jambs. After hanging, make all adjustments and then remove lockset hardware for finish painting. Reinstall hardware after finish painting. 3.1.3 accordance with the requirements of the listing agency. Install fire rated doors and frames, including hardware and operational characteristics, in END OF SPECIFICATION 2/15/95 @ 1 ! TECHNICAL SPECIFICATIONS FOR 8 DOOR HARDWARE PART 1 - GENERAL 1 .I HARDWARE REQUIREMENTS LIST I. This list specifies various types of hardware for doors, and other items. Provide hardwar required to complste the project. Doors not listed shall receive same type hardwarr specified for these items in similar locations. I 1 B 1 1 I 8 1 I 4 I I 1.2 SUBMllTALS Submit five copies of Hardware Types List for approval. Furnish on letter sized sheets showing each manufacturer's name and designation number. 1.3 TEMPLATES Furnish templates for hardware to be secured to metal work, and for other hardwar requiring templates, to provide accurate setting and fitting. Furnish in ample time so a I not to delay work. 1.4 PROTECTION Protect hardware against deterioration and damage. Store in clean, dry area unti installed. I. 1.5 DOOR CLEARANCE Unless detailed otherwise on the drawings, provide the following door clearances: A. Floor Clearance: No Threshold 5/8" max for steel door, except where showr otherwise. 8. Head and Jamb Clearance: 1/8-max 1.6 HARDWARE PLACEMENT Unless detailed otherwise and unless required to match existing adjacent hardwars installations, place hardware at the following height above finish floor: Strike(Centerline) for KnobRever Locks and Handle Sets 40x5/1 6" Deadlock Strike 60" I Hinges Manufacturer's Standard 2/1! 1. @ afy PART 2 - PRODUCTS 2.1 DESIGNATIONS A. Manufacturer's numbers used herein serve only to establish material, gauge, type, size, function, design, quality and finish of hardware required. 2.2 FINISHES A. Hardware finishes listed in Hardware Types List are US Department of Commerce 'Standard Finishes for Builders Hardware' and Hardware Manufacturer's catalogs. 2.3 BUlTS A. Flat button tip, stainless steel, non-rising pin type, except as otherwise specified. 2.4 LOCKS A. Locks, cylinders and trim shall be of one manufacture unless otherwise specified. Provide wrought boxes for strikes. Perform special keying as shown or directed by Engineer. 2.5 SCREWS, BOLTS, AND FASTENING DEVICES A. Exposed heads oval Phillips type in countersunk holes, unless otherwise specified or required. use screws, bolts, washers, grommets, nuts, and other fastening devices of appropriite type, head, metal and finish, as necessary for proper match and application of hardware. Must be stainless steel. 2.6 HANDING AND MARKING A. Furnish hardware in proper 'hand" for doors. Package and mark hardware for door numb, hardware type and location. PART 3 - EXECUTION 3.1 INSTALLATION A. Install hardware in a precise manner, per manufacturer's instructions. Predrill pilot holes in wood for screws. Drill and tap for surface mounted hardware on metal. Set hinge leaves snug and flat in mortises, turn screws to flat seat (do not drive). Install locks with case in proper position, and knobs, roses and escutcheons firmly affixed. Except for hinges, do not install hardware until completion of painting and finishing work. Adjust hardware so that moving parts operate freely without bind, or excessive play. Installed hardware shall be free from paint, corrosion or damage. B. C. D. 2/ 1 5/95 @ 1( Upon completion of installation and adjustment, turn over to Engineer doggin keys, lock spanner wrenches, and other factory furnished installation aids E. I I. 1 I I I: 1 instructions and maintenance guides. 3.2 HARDWARE NPES LIST AND REQUIREMENTS LIST A. Manufacturer's Numbers used herein are taken from catalogs of: Schbge, Norton, Builders Brass, Precision. Except for locksets and cylinders otherwise noted, provide hardware of specifie type and quality listed blow under manufacturer's designations, or other firm making equal products. B. HARDWARE REQUIREMENTS Stanlei COMFORT STATION; B Group A - 3 - 0"s -8' x 1-34" steel door Ail items below to be stainless steel 1-1/2 pr Butts FRB1914-1/2~4-1/2xNRP~630 Stanley 1 Lockset C7OFD x PLYx630 Schlage 1 Strike 354 1 Deadbott B464P x 10-055 x 630 Schlage 2 stop F8063 x Ai BBW 1 Precision 1 1 Kick Plate 10" X 1-1/2" LOW X 630 1. END OF SPECIFICATION 1 I 8 I H I li I 21' I. a9 101 TECHNICAL SPECIFICATIONS FOR CERAMIC TILE PART 1 - GENERAL 1.1 QUALITY ASSURANCE A. Ceramic tile quality certified by TA to equal or exceed Standard Grade requirements of SPR R61-61, FS SS-T-00308~ and ANSI 137.1-1980. Setting and grouting materials manufactured under TA license shall bear such identification together with formula on each container. 1.2 ENVIRONMENTAL CONDITIONS h A. Do not set tile when ambient or surface temperatures are outside range recommended by TA. When low humidity is detrimental to curing type of mortar used, prevent too rapid evaporation of moisture by covering, fog spraying or other acceptable means until cured. 1.3 DELIVER AND STORAGE A. Deliver materiils and store on site in original containers with seals unbroken and labels intact until time of use. Store in area of use at least 24 hours in advance of need. 1.4 PROPRIETARY MATERIALS A. Handle, store, mix and apply proprietary setting and grouting materials per manufacturer's instructions. PART 2 - PRODUCTS 2.1 COUNTERTOP TILE A. Standard grade, machine made, dust pressed, porcelain or natural clay and cushion or square edge as indited, 2-inch by 2-inch modular sizes, and about 1/4' thick with 7-1/22 abrasive cement by weight. Tile shall be paper face mounted for 1OOx contact and adhesion of tile to setting bed. Submit samples for color and pattern approval to city engineer. 2.2 TRIM AND SPECIAL SHAPES A. Provide rounded external and internal comers and trim shapes as needed, same color as fiekl tile. use factory manufactured corner trim and special shapes. 2.3 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C150, Type I, use white portland cement when required for grout color. 2/15/95 €23 I 1( I 1 I I 1 1 1 1 8 I 1 i 8 1 B. Sand: Clean and graded ASx (3144. For 1/16" mortar beds on smooth surfaces all sand shall pass 30 xsh sieve. Lime, Hydrated: ASx C206, or ASTM C207, Type S. C. D. Water: Clean and potable. E. Color Pigment: Mineral oxides, unaffected by lime, cement or weathering. Us only when required for selected grout color. Modified portland Cement Grout: proprietary compound of Portland cement am additives to render grout smoother, more waterproof and more resistant tc I. F. 1 shrinking, of approved manufacture. 2.4 WIRE FABRIC REINFORCEMENT A. ASTM A82 or ASTM Ai&, gab welded wire fabric, size 22-1616 or 33-1313. PART 3 - EXECUTION 3.1 GENERAL A. Cutting and Fitting: Cut tile without damage to body or glaze; rub down wit1 abrasive stone to bring edge of glaze slightly back from tile body. Grind and fi carefully at intersections and against trim, finish and fixtures. Fit closely arounc pipes, fixtures and fittings to be covered with collars. Accessories: Set Properly centered in joints, level, plumb, and in correct spacins and projection. Anchor securely in accord with manufacturer's directions. Dril holes for surface mounted accessories to be installed under other headings. B. I. 3.2 INSPECTION A. Inspection of Surfaces: Inspect surfaces to determine suitabilrty for receiving tile work. Surfaces to receive tile shall be clean, dry, free of oil, of, paint or othei materials unsuitable to receive tile work; firm, level and plumb. 3.3 TYPE OF SElTlNG BED A. General: he setting bed, when shown on plans shall conform thereto with respecl to type and dimensions. When not shown, setting beds may be any type among following, subjed to limitations specified. Portland Cement Mortar Setting Beds: Use for walls and floors on any substrate where thickness permits. Dry Set Portland Cement Mortar Setting Bed: Use only on smooth surfaced plaster, concrete and masonry walls, and on smodh, flat concrete floors withoul warp, cracks, or floor drain slope. B. C. 3.4 JOINTING PATTERN Unless otherwise shown, lay tile in grid pattern. Cut as required for floor drainage. 2/1! I. @ 103 3.5 MORTAR SET COUNTER TOP TILE A. 6. Workmanship Standard: ANSI A108.1-1985, TA - C511-90 and as specified. Setting Bed Mix: 1 pt portland cement, 112 pt hydrated lime, and 5 pts damp sand, or 1 pt portland cement, 1 pt hydrated lime and 7 pts damp sand, by volume. Pure Coat: Portland cement mixed with water to creamy consistency. C. D. Grout; Modified portland cement, color, as indicated. E. Leveling Coat: If setting bed will exceed 3/4" thick, apply leveling coat first, same mix as setting bed, 3/4' thick max. Evenly wet but do not saturate surface just prior to applying. Scratch and damp cure 24 hrs. Application of Mortar Setting Bed: Just before applying setting bed, saturate preceding coat evenly but do not leave surface water. provide temporary screeds to obtain plumb and true surfaces. Apply mortar and float over areas no greater than will be covered with tile while mortar is plastic. Thickness, 3/4" max. Application of Grout: Wet tiles if they become dry before application of grout. Force grout fully into joints, filling gaps and skips. Strike or tool joints of cushion edge tiles to depth of cushion before grout sets. Fill joints flush with surface of square edge tile. Cleaning: Sponge and wash diagonally across joints, polish with clean dry cloths. Do not use acid. Curing: Maintain dampness for 72 hrs. If necessary, sponge down or fog spray. F. G. H. I. 3.6 FINAL CLEANING A. Clean tile as work progresses. Just before final acceptance, wash tile with clean water and polish with dry cloths. Acid or caustic alkali for cleaning is prohibited. Sandblasting of tile not permitted. B. C. END OF SPECIFICATIONS 211 5/95 @ 1( TECHNICAL SPECIFICATIONS FOR I I. I 1 I B io I 1 I i) I I 1 1 i ANTI-GRAFFITI COATING PART 1 - GENERAL 1.1 SECTION INCLUDES Furnish and apply coating to exposed masonry surfaces, concrete retaining wall and concrete headwalls; consisting of clear anti-graffiti coating system on a exposed exterior and interior surfaces. A. 1 1.2 SUBMITTALS A. Submit five copies of manufacturer's data and methods proposed for use fc coating system; complete with environmental requirements, step-by-step surfac preparation and application. Upon completion of coating systems, and as a condition of systems' acceptance provide the Engineer with manufacturer's certification B. I 1.3 QUALITY ASSURANCE A. Coating Applicator: Currently approved in writing by the manufacturer of thc specified materials. Applicator shall provide adequate numbers of skilled workers thoroughly trained and experienced with Work of this Section. for authorized owner of manufacturer to visit the site and certify that: 1. Surfaces to receive the materials are in proper condition for tht B. Manufacturer's Certification: Make arrangements prior to application of coatin! application. 2. Applicators are properly trained in manufacturer's recornmendm application procedures. Materials delivered to job site are those approved by the Engineer fo Work of this Section. 3. 1.4 ENVIRONMENTAL REQUIREMENTS A. Substrate to receive coatings shall be dry and within manufacturer's recommendations for moisture content. Ambient temperature and surface temperature shall be within manufacturer's recommended limits. B. C. Weather conditions, both current and impending, shall be satisfactory foi application. 2/1 I. @ I u3 PART 2 - PRODUCTS 2.1 EXTERIOR ANTI GRAFFITI WALL COATING SYSTEM A. Anti-graff iti system; Rainproof Technical Coating Systems, Tammstech graffiti-Blok Anti-Graffiti System, or equal. 1. Sealer: Rainproof XL8.8 or Acryseal or equal to porous concrete block surfaces. Flat sheen. 2. Graffitibase: An aqueous dispersion of cross-lined Acrylic Copolymer, clear, water, white 25% to 40% chemical solids. Flat sheen. 3. Graff iticatcher: Clear non-yellowing solvent born Acrylic. Hydrophobic and self-cleaning for water sduble pollution. Flat sheen. Graffitiraser: A paint remover which attacks catcher coat while not attacking base. Flat sheen. 4. 2.2 INTERIOR WALLS : Above 6 Ht. Same as 2.1 PART 3 - EXECUTION 3.1 APPLICATION A. Surface Conditions: Examine areas and conditions under which Work of this Section will be performed. Do not proceed with application until environmental conditions are satisfactory and unsatisfactory conditions are corrected. Protection: Protect adjacent surfaces from spotting, spillage or other damage by work of this Section. Surface preparation; Seal porous concrete block surfaces a minimum of 48 hours before application of coatings. B. C. D. Application: 1. General: Mix and apply coatings in strict accordance with manufacturer's printed directions for each system; as approved; using skilled applicators. Change of solvents, mix proportions or application procedures will not be permitted unless material manufacturer certifies that it is necessary due to environmental conditions and it is needed to prduce acceptable work. 3. Required deviations from normal application procedures shall be 2. accomplished at no additional cost to the Engineer. 3.2 CLEANING A. Remove protective maskings, containers, packaging and other debris resulting from Work of this Section. END OF SPECIFICATION 2/15/95 @ 1( TECHNICAL SPECIFICATIONS HCBUILD THERMOSETTING POLYESTER GLAZED COATINGS FOR INTERIOR WALLS I 8 1 I II 1 I I. I 1 I I I 1 I REQUIREMENTS OF DIVISION ONE APPLY TO WORK OF MIS SECTION PART 1. GENERAL 1.01 SCOPE A. 1 specifically excluded. I. Work of this section includes everything necessary for or incidental to completin Hi-Build Thermosetting Polyester Glazed Cement Coatings work, except as herei 1.02 RELATED WORK A. Painting Section. 1.03 SUBMIITAL - SAMPLE REQUIREMENTS A. Submit Manufacturer's Application Instructions, standard color selections, tes reports, and samples for approval by the Engineer. Colors: As selected by and approved by Engineer. After color selection, subm samples in triplicate, on 2 inch by 3 112 inch hardboard, of the material specifiec in colors selected. Mark each sample clearly to indicate manufacturer's nam an$ product identifiition. B. 1.04 PRODUCT HANDLING A. Delivery and Storage of Materials: Deliver all materials in their original package with seals unbroken with manufacturer's name and product identification clear1 legible on each package. Store to preclude entry of moisture or damage fror any source. 1.05 ENVIRONMENTAL CONDITIONS A. Field Conditions: Verify actual field conditions. Inspect related work an adjacent surfaces. Report all conditions which prevent proper execution of thi 8 work to the Engineer. B. Do not apply coatings in damp or rainy weather. Do not apply coat i n g a temperatures below 40 degrees Fahrenheit or above 100 degrees Fahrenheit. Provide a two-year wriien warrantee against defects in materials and workmanshi1 1.06 Warrantee shall begin on date of final acceptance of the project. 21 1. @ 107 PART 2: PRODUCTS 2.01 MANUFACTURER A. Vitrocem as manufactured by Bithell, IN., 1004 East Edna Place, Covina, California 91 724, Telephone Number (81 8) 331 -2292, FAX (81 8) 339-4588 or approved equal. Materials meeting these requirements produced by manufacturers other than those named, must be substituted. Coating System: Thermosetting Polyester Coating System. B. C. 2.02 MATERIALS Install to 6-0” hgt. interior walls only. Field verify w/City priir to installation. A. Primer where applicable. B. Polyester Basecoat C. D. Decorative Spotting E. Polyester: Interior walls only Polyester Enamel. Color : Interior walls only PART 3. EXECUTION 3.01 SURFACE PREPARATION A. Ascertain that surfaces to be coated are in proper condition to receive hi-build glazed coatings. Report all unsatisfactory surfaces to Engineer in writing. Mask to protect uncoated adjacent surfaces. B. C. Repair minor surface damage. D. Check for moisture, or excessive alkali. Correct as required. 3.02 MATERIAL PREPARATION A. Virocem Pdyester Coatings require the addition of catalyst just prior to use. Atmospheric conditions affect the curing. Follow manufacturer‘s printed directions regarding catalyst concentrations at varying temperatures. 3.03 APPLICATION A. Apply coatings to surfaces in accordance with Manufacturer‘s instructions. 1. Apply the first coat of Vitrocem Primer by spray and at an approximate rate of 400 square feet per gallon, if necessary (on Gypsum Board and previously painted surfaces). 2/15/95 @ I 1( I I I I I I. I I I I I I I I 2. Apply a mat of Vitrocem Polyester Base Coat by roller at a spreadin rate of 100 square feet per gallon. After 8 hours curing, sand entire surface. Apply a coat of Virocem Polyester Enamel at a rate of 200 square fec per gallon. Apply Decorative Spotting in two colors, using a specially designei spotting gun, available through Vitrocem. Apply a coat of Virocem Clear Glaze at a rate of 200 square feet pe 3. 4. I. 5. 6. I gallon. 3.04 CLEANING A. As the work proceeds, and upon completion, promptly remove coating materii where spilled, splashed or splattered. During progress of work, keep premises free from any unnecessary accumulatio of tools, equipment, surplus materials and debris. Upon completion of work, leave premises neat and clean, to the satisfaction c Engineer. I END OF SPECIFICATION B. C. 21' I. @ 1 WY TECHNICAL SPE ClFlC AT1 ON S HCBUILD FIBERGLASS REINFORCED GLAZED COATINGS FOR FLOORS REQUIREMENTS OF DIVISION ONE APPLY TO WORK OF THIS SECTION PART 1. GENERAL 1.01 SCOPE A. Work of this section includes everything necessary for or incidental to completing Hi-Build Fiberglass Glazed Floor Coatings work, except as herein specifically excluded. 1.02 RELATED WORK A. Painting Section. 1.03 SUBMIITAL - SAMPLE REQUIREMENTS A. Submit Manufacturer's Application Instructions, standard color selections, test, reports, and samples for approval by the Engineer. B. Colors: As selected by and approved by City. After color selection, submit samples in triplicate, on 2 inch by 3 1/2 inch hardboard, of the material specified, in colors selected. Mark each sample clearly to indicate manufacturer's name and product identification. d 1.04 PRODUCT HANDLING A. Delivery and Storage of Materials: Deliver all materials in their original packages with seals unbroken with manufacturer's name and product identification clearly legible on each package. Store to preclude entry of moisture or damage from any source. 1.05 ENVIRONMENTAL CONDITIONS A. Field Conditions: Verify actual field conditions. Inspect related work and adjacent surfaces. Report all conditions which prevent proper execution of this work to the Engineer. Do not apply coatings in damp or rainy weather. Do not apply coating at temperatures below 40 degrees Fahrenheit or above 100 degrees Fahrenheit. 8. 1.06 Warranty shall begin on date of final acceptance of the project. Provide a two-year written warranty against defects in materials and workmanship. 2/15/95 @ 1 11 I I I I I I@ 1 B I I B I I PART 2: PRODUCTS 2.01 MANUFACTURER A. Virocem as manufactured by Bithell, Inc., 1004 East Edna Place, Covina California 91724, Telephone Number (818) 331-2292, FAX (818) 339-4588 o approved equal Materiils meeting these requirements produced by manufacturers other thar those named, must be substituted. I. B. C. Coating System: Fiberglass Reinforced Polyester Floor Coating Systen 8 (non-slip). 2.02 MATERIALS A. Polyester Floorcoat. B. Fiberblass Roving. C. Polyester Floorcoat. I D. Polyester Floorcoat. E. Decorative Spotting. PART 3. EXECUTION 3.01 SURFACE PREPARATION A. Concrete preparation shall include one or both of the following methods: 1. Mechanical: Shall include the use of scabber, scarifier, or shot-blas machine for surface removal and etching. 2. Chemical: Shall include a thorough scrubbing using manufacturer'! special purpose detergent and acid etching to remove any laitance an( open concrete pores. I 3.02 MATERIAL PREPARATION A. Vitrocem Polyester Coatings require the additiin of catalyst just prior to use Atmospheric conditions affect the curing. Follow manufacturer's printed direction: regarding catalyst concentrations at varying temperatures. 3.03 APPLICATION A. Apply coatings to surfaces in accordance with Manufacture& instructions. 1. Apply the first mat of Virocem Polyester Floorcoat by roller at ai approximate rate of 50 square feet per gallon. 2/1 I* @ 111 While the first coat is still wet, apply Fiberglass Roving by Vitrocem Chopper Applicator to a uniform coverage. Roll fibers into the first coat by using a Vitrocem Fiberglass Roller. Fkmd apply a second coat of Virocem Polyester Floorcoat at an approximate rate of 50 square feet per gallon. After 8 hours curing, sand entire surface to remove loose fibers. Flood apply a coat of Virocem Polyester Floorcoat at a rate of 100 square feet per gallon. Apply a Decorative Spotting in two colors, using a specially designed spotting gun, available through Vitrocem. 2. 3. 4. 5. 6. 7. 3.04 CLEANING A. As the work proceeds, and upon completion, promptly remove coating material where spilled, splashed or splattered. During progress of work, keep premises free from any unnecessary accumulation of tools, equipment, surplus materials and debris. Upon completion of work, leave premises neat and clean, to the satisfaction of Engineer. B. C. END OF SPECIFICATION 2/15/95 @ 1 TECHNICAL SPECIFICATIONS HCBUILD THERMOSETllNG POLYESTER I GLAZED COATINGS FOR GATES R REQUIREMENTS OF DIVISION ONE APPLY TO WORK OF THIS SECTION PART 1. GENERAL 1.01 SCOPE 1. A. 1 specifically excluded. Work of this section includes everything necessary for or incidental to completir Hi-Build Thermosetting Polyester Glazed Coatings work, except as here I E 1 1 I I. S e 6 I I s il 1.02 RELATED WORK A. Painting . 1.03 SUBMllTAL - SAMPLE REQUIREMENTS A. Submit Manufacturer's Application Instructions, standard color selections, tes reports, and samples for approval by the Engineer B. Colors: As selected by and approved by City. After color selection, subm samples in triplicate, on 2 inch by 3 1/2 inch hardboard, of the material specifiec in colors selected. Mark each sample clearly to indicate manufacturer's nam and product identification. 1.04 PRODUCT HANDLING A. Delivery and Storage of Materials: Deliver all materials in their original package with seals unbroken with manufacturer's name and product identification clear1 legible on each package. Store to preclude entry of moisture or damage fror any source. 1.05 ENVIRONMENTAL CONDITIONS A. Field Conditions: Verify actual field condiiins. Inspect related work an adjacent surfaces. Report all conditions which prevent proper execution of thi u work to the Engineer. B. Do not apply coatings in damp or rainy weather. Do not apply coating i temperatures below 40 degrees Fahrenheit or above 100 degrees Fahrenheit. Provide a two-year written warranty against defects in materials and workmanshig 1.06 Warranty shall begin on date of final acceptance of the project. 2/1 I* @ 113 PART 2: PRODUCTS 2.01 MANUFACTURER A. Virocem as manufactured by Bithell, Inc., 1004 East Edna Place, Covina, California 91 724, Telephone Number (818) 331 -2292, FAX (81 8) 339-4588, or approved equal. Materials meeting these requirements produced by manufacturers other than those named, must be substituted. Coating System: Thermosetting Polyester Coating System . B. C. 2.02 MATERIALS A. Primer: per drawings. B. Polyester Enamel. C. Polyester Enamel. D. Clear Glaze. PART 3. EXECUTION 3.01 SURFACE PREPARATION A. Ascertain that surfaces to be mated are in proper condition to receive hi-build glazed coating. Report all unsatisfactory surfaces to Engineer, in writing. Mask to protect uncoated adjacent surfaces. B. C. Repair minor surface damage. 3.02 MATERIAL PREPARATION A. Vitrocem Polyester Coatings require the addition of catalyst just prior to use. Atmospheric conditions affect the curing. Follow manufacturer's printed directions regarding catalyst concentrations at varying temperatures. 3.03 APPLICATION A. Apply coatings to surfaces in accordance with Manufacturer's instructions. 1. Apply the first coat of Virocem Primer by spray and at an approximate rate of 400 square feet per gallon, if necessary. Apply a coat of Virocem Polyester Enamel by spray Apply a second coat of Vitrocem Polyester Enamel by spray Apply a coat of Virocem Clear Glaze by spray. 2. 3. 4. 2/15/95 @ 11 3.04 CLEANING A. I 8 As the work proceeds, and upon completion, promptly remove coating materii where spilled, splashed or splattered. During progress of work, keep premises free from any unnecessary accumulatio of tools, equipment, surplus materials and debris. Upon completion of work, leave premises neat and clean, to the satisfaction c B. C. 1. I the Engineer. I END OF SPECIFICATION I I ! 0 I. D E 1 D I I 1 1 21 8. @ 115 TECHNICAL SPECIFICATIONS FOR IDENTIFYING DEVICES 1.1 SUMMARY 1.1.1 Section Includes: Interior and exterior signs and directories. 1.1.2 as fully as if repeated herein. 1.2 REFERENCES The editions of standards and specifications published by the following organizations, and referenced herein, apply to the work only to the extent specified by the reference. Refer to Section 01091 for information concerning availability and use of references. Related Documents: The Conditions of the Contract and Division 1 apply to this section American Society for Testing and Materials (ASTM) 1.3 SUBMllTALS 1.3.1 1.3.2 Submit complete shop drawings, catalog cuts, and erection and installation details, as appropriate, for all identification devices. Indicate dimensions, construction details, reinforcement, anchorage, and installation with relation to the building construction. 1.3.3 Samples: Submit samples of all materials, finishes and coatings. Samples shall also include all hardware and attachments required for mounting and/or assembly. All finishes and coatings shall show color and shall be submitted on the materials to which they are to be applied. 1.4 REGULATORY REQUIREMENTS Requirements for Physically Disabled: Provide identifying devices meeting the requirements for the physically disabled of the California Code of Regulations (CCR) Title 24 Part 2; and ADA Accessibility Guidelines for Buildings and Facilities, dated June 26,1991. Submittal procedures and quantities are specified in Part 1. Shop Drawings: PART 2 - PRODUCTS 2.1 MATERIALS 2.1.1 Adhesives shall be of type recommended by the manufacturer of the material specified to be laminated or adhered. No adhesives that will fade, discolor or delaminate as a result of proximity to sunlight or heat therefrom shall be used. Adhesives shall not change the color or otherwise deteriorate the materials to which they are to be applied. The adhesives shall be of non-staining, nonyellowing quality. 2/15/95 @ R 11 8 f 0 s E I It. SI IE I E I I c 2.1.2 Quick Setting Hydraulic Cement: Acceptable products, or equal: The Burke Co.; Burke Plug, Minwax Construction Products Div.; Super Por-Rok, Tamms Industries Co.; Tammtech Rapid Rock, Master Builders; Masterflow 71 3, EXTERIOR SIGNS FOR DISABLED ACCESS Comply with requirements of California Code of Regulations (CCR), Tile 24, and ADL 2.2 2.2.1 Accessibility Guidelines for Buildings and Facilities. i. 1 2.3 ACRYLIC PLASTIC SIGNS 2.3.1 Provide clear acrylic signs of sizes indited. Fabricate of 114 inch thick clear acrylic. 2.3.2 Messages for Tiile 24 Signage: Provide restrooms with 12 inch diameter circular shapec signs with international graphic symbol for women and equilateral triangular shaped signs with 1; inch sides and the international graphic symbol for men. 2.3.2.1 Graphics Application: Silk screen message to rear surface of clear plastic sheet prior tc application of background color. 2.3.3 Provide restrooms with square signs with the WOF "WOMEN" or "MEN" in both text and Braille. Text shall have 1-1/2 inch high Helvetica mediur type face. 2.3.3.1 Materials: Matte finish plastic laminate plaques. 2.3.3.2 Graphics Application: Use engraving or graphic blasting through the face layer to expos the second layer to depress the background a minimum of 3/32 inch below the borders, graphi symbols, test, and Braille. Messages for ADA Signage: PART 3 - EXECUTION 3.1 EXAMINATION 3.1.1 Examine substrates to receive adhesively applied identification devices prior to start ( work to ensure that they are free of grease, oil, paint, was, dust, dirt, or other foreign matter th: might inhibit bonding to the substrate. 3.1.2 constitutes acceptance of the surfaces. 3.2 INSTALLATION 3.2.1 Install signs at locations shown on drawings. Ensure that signs are installed plumb ar true, at mounting heights indicated, and by method specified. Do not install signs on doors ( other surfaces until finishes on such surfaces have been applied. Do not start work until deficiencies have been corrected. Start of work of this sectic I 21 I' @ 117 3.2.2 Anchorage: Provide anchorage when necessary for fastening signs securely in place. Anchorage not otherwise specified or indicated shall include expansion shields and powerdriven fasteners, when approved, for concrete and masonry; toggle or molly bolts to stud flanges or steel backing plates in light gage metal framed partitions; full threaded wood screws to wood doors and machine screws to metal doors. 3.2.3 Signs for the Disabled: Install signs in locations indicated and as required by California Code of Regulations (CCR), Tile 24 Part 2, and ADA Accessibility Guidelines for Buildings and Facilities. 3.3 ADJUST AND CLEAN Repair any damage to signs incurred during installation. Replace signs which cannot be repaired to new condition. Clean glass, frames, and other sign surfaces, adjust hardware for proper operation. END OF SPECIFICATION 2/15/95 @ B 1' 0 TECHNICAL SPECIFICATIONS FOR TO1 L ET ACCESS 0 R I E S PART 1 - GENERAL 1.1 SUMMARY 1.1.1 Section Includes: Toilet room accessories. 1 .I .2 as fully as if repeated herein. 1.2 REFERENCES: The editions of standards and specifications published by the following organizations, an referenced herein, apply to the work only to the extent specified by the reference. Refer t Section 01091 for information concerning availability and use of references. I. 8 Related Documents: The Conditions of the Contract and Division 1 apply to this sectio I I I I to I 1 D I 1 I American Society for Testing and Materials (ASTM). General Services Administration Federal Specifications (Fed. Spec.). t 1.3 SUBMITTAL 1.3.1 1.3.2 complete details of all manufactured and fabricated items. 1.3.3 Shop Drawings: Provide complete information, diagrams, templates, and installatio instructions as required for installation of toilet room accessories. Submittal procedures and quantities are specified in Section 01340. Product Date: Submit manufacturer's literature and brochures, and catalog cuts, showin @ 1.4 REGULATORY REQUIREMENTS Provide toilet accessories meeting the requirements for the physically disabled of the Californi Code of Regulations (CCR) Title 24 Part 2, and ADA Accessibility Guidelines for Buildings an Facilities, dated June 26, 1991. 1.5 DELIVERY, STORAGE AND HANDLING Deliver toilet accessories to the site in unopened containers labeled with the manufacturer's nam and model numbers as they occur on the submittals. Store accessories in their containers in I dry location. 1.6 GUARANTEE In addition to the guarantee requirements of the General Condition, mirrors shall be guarantee against silver spoilage for a period of 10 years from the date of 'Notice to Proceed". 21 I. @ 119 PART 2 - PRODUCTS 2.1 MATERIALS 2.1.1 2.1.2 Mirror: One per restroom 18"x30" Bobrick B-1556-1830 stainless steel, Stainless Steel: 18-8, Type 302 or 304 with a No. 4 satin finish. non-glass mirror or equal. Fasteners: Stainless steel except fully concealed fasteners may be galvanized steel. 2.1.3 2.2 TOILET ACCESSORIES Manufacture: May be as indicated below, or American Specialties, Bobrick, Bradley, Aslin or any approved equal. Sanitary Napkin Disposal: ASLlN Indust. TPD0300 WB-SS stainless steel or equal. (1 2.2.1 per toilet women's side only) 2.2.2 Grab Bars: Per plan Bobrick B-6206 series or equal 1 1/2" diameter stainless steel concealed mounting with 2522-2 stainless steel mounting kit. Acceptable product or equal. (# as indicated on plan) American Specialties, Inc.; Bobrick Washroom Equipment Company; Bradley Corp. Seat Cover Dispenser: One per toilet Bobrick 8-221 surface mounted Toilet seat cover 2.2.3 dispenser or equal with 2522-2 stainless steel mounting it or equal. 2.2.4 steel, wide bar - 3 roll with bolts set into block wall 4" minimum at time of construction. 2.2.5 Mop and Broom Holder: (0ne)Fumish unit 24 inches long with 3 mop and broom holders mounted on a 22 gage stainless steel, surface mounted, hat shaped mounting bracket. Mop holders spring loaded rubber cam type designed to accommodate handles from 7/8 inch to 1-114 inches in diameter. Acceptable products, or equal: Toilet Tissue Dispensers: One per toilet Aslin Industries TPD O300 WB-SS, stainless American Specialties, Inc.; No. 8215A Bobric Washroom Equipment Company; No. 5223 Bradley Corp.; No. 9953 2.2.6 Waste Receptacle: One per restroom Bobrick 8-275 stainless steel surface mounted waste receptacle or equal. PART 3 - EXECUTION 3.1 INSPECTION 3.1.1 rough wall opening space required for recessed accessories. Veri that pipes, vents, conduits and other construction features do not protrude into 21 1 5/95 @ 1: Do not proceed with the work until unsatisfactory questionable conditions have bee 3.1.2 resolved. 3.2 INSTALLATION 3.2.1 Install grab bars using manufacturer's recommended mounting kits. 3.2.2 Install accessories in accordance with the manufacturer's printed instructions except thr surface mounted accessories other than grab bars shall be installed with molly or toggle bolts 1 metal studs or backing plates attached directly to studs. I I I. e END OF SPECIFICATION 1 8 (I 1 8 1. 1 II I' 6 E 1 I f 21 I. @ 121 TECHNICAL SPECIFICATIONS FOR SEWER LIFT STATION GENERAL A. Contractor shall furnish all labor, materials, equipment and incidentals required to provide duplex pumping system as specified herein. The system shall be by the same manufacturer as supplying the pump and motor controller panel so as to insure suitability and assurance of experience in matching the equipment together and to insure single source responsibility. PA YMENT A. Payment shall include excavation for tank, backfill, disposal or dispersal of excavated material and dewatering. DESCRIPTION A. System shall consist of sewage grinder pumps, level control switches, discharge plumbing with hydraulically sealed discharge flange, pump mounting plates with bottom rail supports, upper rail supports, lifting chain, pedestal mount and cord sealing plate for panel or NEMA 4 junction box; to be installed in factory fabricated fiberglass basin with cover or equivalent concrete basin. A NEMA 4X weather proof control box shall be supplied for mounting at the sump site or remote from the basin as required. Structure and dimensions to be as shown on the plans. OPERA lJNG CONDIZIONS A. Each pump shall have the capacity of 80 gpm against a total head of 40 feet. Pump motor shall be 3 hp, single phase, 230 volts, 1750 rpm, 60 cycle. Pump performance shall be as specified in the project documentation. SUM? LEVEL CONTROLS A. On sump level rise lower switch shall first be energized, then upper level switch shall next energize and start lead pump. With lead pump operating, sump shall lower to low switch turn-off setting and pump shall stop. Alternating relay shall index on stopping of pump so that lag pump will start first on next operation and become lead pump. If sump level continues to rise when lead pump is operating, override switch shall energize and start lag pump. Both lead and lag pump shall operate together until low level switch turns off both pumps. If level continues to rise when both pumps are operating, alarm switch shall energize and signal the alarm, where used. If one pump should fail for any reason, the second pump shall operate on the override control and if level rises above override control, alarm shall signal, where used. All level switches shall be adjustable for level setting, from the surface. CHECK VAL VE AND P/PNG A. The discharge piping shall include a ball check valve with hydraulically sealed discharge flange and gate valve for each pump. Discharge from station shall be fitted with NPT couplings. All piping external to the station shall be furnished and installed by the contractor. 21 1 5/95 @ B 12 8 1 I i t 1 I 8 1 I I 1 I I F/SERGLSS SASIff A. Unless otherwise indicated, the plastic terminology used in this specification shall be ii accordance with the definitions given in American Society for Testing Materials )ASTM designations 03299-81. This specification is for the hand lay-up, chopped spray techniquc and filament wound methods for manufacturing vertical ground fiberglass basins. Othe methods of manufacturing shall not be acceptable. B. The resin used shall be of a commercial grade and shall be evaluated as a laminate by tes or determined by previous service to be acceptable for the environment. The resins usec may contain the minimum amount of fillers or additiies required to improve handlin! properties. Up to 5% by weight of thixotropic agent which will not interfere with visua inspection may be added to the resin for viscosity control. Resins may contain pigments am dyes by agreement between fabricator and engineer, recognizing that such additions ma! interfere with visual inspection of laminate quali. C. The reinforcement material shall be a commercial grade of glass fiber having a coupling agen which will provide a suitable bond between the glass reinforcement and the resin. D. The laminate shall consist of an inner surface, and inteiir layer, and a filament woun structural exterior layer of laminate body. E. The inner surface shall be free of cracks and crazing with smooth finish and with an averag of not over two pits per square foot, providing the pits are less that 1/8" in diameter with rx over 1/32" deep and are covered with sufficient resin to avoid exposure of inner surface fabric Some waviness shall be permissible as long as the surface is smooth and free of pit: Between 0.100 and 0.020 inches of resin-rich surface shall be provided. F. A minimum of 0.100 inch of laminate next to the inner surface shall be reinforced with 309 by weight of chopped-strand fiber having fiber lengths from 0.5 to 2.0 inches. G. Subsequent reinforcement shall be continuous strand roving fiberglass. The thickness of th filament-wound portion of the tank shall vary with the tank height to provide the aggregat strength necessary to meet the tensile and flexural requirements. If additional bngitudini strength is required, the use of other reinforcement, such as woven fabric, chopped stran mat, or chopped strands shall be interspersed in the winding to provide additional strengtt Glass content of this filament wound structural layer shall be 50 to 80% by weight. Th exterior surface shall be relatively smooth with no exposed fibers or sharp projections. Han work finish shall be present to prevent fiber exposure. H. The tank wall must be designed to withstand wall collapse based on the assumption ' hydrostatic type loading by backfill with a density of 120 Wcf exerting an equivalent flu pressure of 50 lWcf with a surcharge loading of 1350 psf. The tank wall laminate must t constructed to withstand or exceed two times the assumed loading for any depth of basin For the tank bottom, subsequent reinforcement shall be of 1.50z/sq ft chopped strand fb or woven roving to a thickness to withstand applicable hydrostatic uplift pressure, with a fadl of safety of 2. In saturated conditions, the center of deflection of any empty tank bottom shi be less than 3/8" (elastic deflection) and will not interfere with Mom pump mountir I. to 1. I requirements nor rail system. 21 I. @ 123 J. The width of the first layer of joint overlay shall be 3" minimum. Successive layers shall uniformly increase in width to form a smooth contour laminate that is centered on the joint +1/2". A highly filled resin paste may be placed in the crevices between joined pieces leaving smooth surface for lay-up. The cured resin surface of the parts to be joined shall be roughened to expose glass fiber. This roughed area shall extend beyond the lay-up areas so that no reinforcement is applied to an unprepared surface. Surfaces shall be clean and dry before lay-up. The entire roughened area shall be coated with resin after joint overlay is made. K. The finished laminate shall be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, air bubbles, pin holes pimples, and delamination. L. The surfaces shall be relatively smooth, hand finish is acceptable, with no exposed fibers or sharp projections. M. Tanks shall be mounted on cradles if shipping is horizontal, or on suitable skid pallet if shipping is in the vertical position. The tank shall be secured to the cradles or skid so that there can be no movement of the tank in relation to the skid or cradle under normal handling. N. The tank bottom shall extend past the tank walls so the O.D. is approximately 4" larger in diameter than the O.D. of the sidewalls. This larger diameter shall serve as an anti-floatation flange. Contractor shall place the tank on a concrete pad and fill will grout covering the anti- flotation flange as shown on the plans. Anti flotation flange shall not require bolt holes to secure the tank to the concrete pad. 0. Tank shall include NPT discharge fittings. A 4 inch flexible gasket type bolt-on thermoplastic influent hub shall be provided for mounting in the field. The hub shall be beveled approximately three degrees to accommodate gravity pipe coming from various angles. The influent hub shall have textured surface in order to provide better caulking adhesion. P. The top flange and cover O.D. shall assure a tight fit and afford ease of access not possible with recessed covers. Non corroding stainless steel heli-coils shall be inserted in all bott holes of the top flange and shall be positively locked with threads and resin to prevent stripping. A 10-hole pattern shall accommodate the mounting of a one-piece of split steel cover. COVER A. Cover shall be of steel construction with an O.D. equal to the O.D. of the top flange on the basin. Cover shall be secured by stainless steel bolts and coated with 3-4 mil thick rust-inhibiting paint. LIFTiING CHAIN A. Lifting chain shall be sized to withstand twice the rated load of the pumps, piping, valve and appurtenances to be lifted out of the pump station. The chain shall be a continuous link metal chain. The metal shall be galvanized to resist corrosion BACKFILL A. Structure backfill for the tank shall conform to section 300-3.5 of the Standard Specification for Public Works Construction 1991 Edition 2/15/95 4T9 R 1: 8 M I I R I I 1. t B I 1 R I I I TECHNICAL SPECIFICATIONS FOR SUBMERSIBLE SEWAGE GRINDER PUMPS GENERAL A. Contractor shall furnish all labor, materials, equipment and incidentals required to provide (2 two submersible centrifugal explosion proof sewage grinder pumps as specified herein. 9. OPERA 77MG COMDIT,IONS A. Each pump shall be rated 3 hp, 3 phase, 460 volts, 1750 rpm, 60 cycle. The unit shall hav the capacity of 80 gpm against a total head of 40 feet. CONSTRUC77OM A. Each pump shall be of the sealed submersible type. The pump volute, motor and sei housing shall be high quality gray cast iron, ASTM A-48, Class 30. All external mating pad shall be machined and Buna N Rubber O-ring sealed on a beveled edge. Gaskets shall nc be acceptable. All fasteners exposed to the pumped liquids shall be 300 series stainles steel. ELECTREAL POWER CORD A. Electrical power cord shall be water resistant WV, WC., and U.L. approved. conductors shall be sized to match the current load of the pump and motor. B. The power cable entry into the cord cap assembly shall first be made with a compressb fitting. Each individual lead shall be stripped down to bare wire, at staggered intervals, an each strand shall be individually separated. This area of the cord cap shall then be fitted wil an epoxy compound potting which will prevent water contamination to gain entry even in th event of wicking or capillary attraction. C. The power cord leads shall then be connected to the motor leads with extra heavy connectoi having brass inserts with a screwed wire to wire connection. D. There shall be additional epoxy (resin based with hardener) compound potting are separating the motor housing from the cord cap assembly. E. The cord cap assembly where bolted to the connection box assembly shall be sealed WL Buna N Rubber O-ring on a bevel edge to assure proper sealing. Th MOTOR A. The stator, rotor and bearings shall be mounted in a sealed submersible type housing. Tt stator windings shall have class F insulation, (155"C, or 311°F). and a dielectric oil fillc motor, NEMA B design (3 phase), NEMA L design (single phase). B. The pump and motor shall be specifically designed so that they may be operated partially d (liquid still covering the impellor) or completely submerged in the liquid being pumped. 2, I* @ 125 C. Stators shall be securely hekl in place with a removable end ring and Uhreaded fasteners so they may easily be removed in the field. No special tools shall be required for pump motor disassembly. D. Pump shall be equipped with heat sensors. The heat sensor shall be a low resistance, bi- metal disc that is temperature sensitive. They shall be mounted directly in the stator and sized to open 120" C or 130" C and automatically reset at 30 - 35°C . differential. The sensor shall be connected in series with the motor starter coil so that the starter is tripped if heat sensors open. The motor starter shall be equipped with overload heaters so all normal overloads are protected by external heater block. BEARJNG AND SMFT A. An upper radial bearing and lower thrust bearing shall be required. permanentty lubricated by the dielectric oil which fills the motor housing. B. The shaft shall be machined from a soli 416 stainless steel and be a design which is of large diameter with minimum overhand to reduce s,bft deflection and prolong bearing life. These shall be SEALS AND SENSORS A. The rotor and stator in the motor housing shall be separated and protected from the pumped liquid by an oil filled seal housing incorporating two type 21 carbon ceramic mechanical seals mounted in tandem. This seal housing shall be equipped with 2 moisture sensing probes installed between the seals, and the sensing of moisture in the seal chamber shall be automatic, continuous, and not require the pump to be stopped or removed from the wet well. IMPZLLERS A. Impeller shall be bronze multi-vane, semi-open, nonoverbding design. They can either be factory of field trimmed to meet specific performance conditions. Impellers shall be hydraulically and statically balanced at the factory, and machined forthreading on to the pump shaft. Wear of field trimming shall not deter the factory balance. GRINDER CuTrERS A. The combination centrifugal pump impeller and grinder unit shall be attached to the common motor and pump shaft made of 416 stainless steel. The grinder unit shall be on the suction side of the pump impeller and discharge directly into the impeller inlet leaving no exposed shaft to permit packing of ground solids. The grinder shall consist of two stages. The cutting action of the second stage shall be perpendicular to the place of the first cut for better control of the particle size. The grinder shall be capable of grinding all materiil found in normal domestic sewage, including plastics, rubber, sanitary napkins, disposable diapers, and wden articles into a finely ground slurry with particle dimensions 110 greater than 1/4 inch. Both stationary and rotating cutters shall be made of 44OC stainless steel hardened to Rockwell 6OC. B. The upper axial cutter and stationary cutter ring shall be reversible to provide new cutting edges to double life. The stationary cutter ring shall be a slip fit into the suction opening of the volute and held in place by three (3) stainless steel screws and a retaining ring. The lower radial cutter shall macerate the dds against the I.D. of the cutter ring and extrude them through the slots of the cutter ring. The upper axial cutter shall cut off the extrusions, as they emerge from the slots of the cutter ring to eliminate any roping effect which may occur in single stage cutting action. The upper axial cutter shall fit over the hub of the impeller and the lower radial cutter shall be slip fit and secured by means of peg and Me and rotate 2/15/95 @ 1: simultaneously with the rotation of the shaft and impeller. The grinding mechanism shall bc locked to the shaft by a stainless steel countersunk washer in conjunction with a stainles steel flat head cap screw threaded into the end of the shaft. The impeller shall be keyed tl the shaft to transfer the driving force of the motor from the shaft to the impeller. i I fAlff7XffG A. The pump shall be painted after assembly, but before testing, with a lead free air dris polyanide epoxy. The paint shall be applied in one coat, with a minimum mil thickness of I to 4 mils. I. TEST/NG A. Commercial testing shall be required to include the following: 1. The pum~ shall be visually inspected to confirm that it is built in accordance wit the specification as to HP voltage, phase and hertz. The motor and seal housing chambers shall be hi-potted to test for moistur content and/or insulation defects. The high potter test applies two times the rate voltage to the pump to test for insulation breakdown within the motor. Pump shall be allowed to run dry to check for proper rotation. Discharge piping shall be attached, the pump submerged in water and am readings shall be taken each leg to check for an imbalanced stator winding. there is a significant difference in readings, the stator windings shall be check€ with bridge to determine if an unbalanced resistance exists. If so, the stator w be replaced. 1 I 2. 1 3. 4. m I 1. 8 I I i 1 1 I WARRAffW A. The pump unit or any part thereof shall be warranted against defects in material workmansh within one year from date of installation, and shall be replaced at no charge with new or r( manufactured part, F.O.B. factory or authoriied warranty service station. The warranty sh: not assume responsibility for removal, reinstallation or freight, nor shall it assum responsibility of incidental damages resulting from failure of the pump to perform. Tt warranty shall not apply damage resulting from accident, alteration, misuse or abuse. AWOMA7XC ALARM MOffITOR Furnish one (1) automatic dialing alarm system. The system shall be microprocessor base system and shall sense 6 channel conditions at the site. In addition, power failure shall I sensed internally and shall not require using one of the primary channels. Upon detection any of the alarm conditions or power failure the unit shall commence dialing the first of eig (8) user selected telephone numbers and deliver a message a programmable number times, describing the alarm condition. This message shall be delivered in an electmr synthesized voice, using vocabulary identifying the site and describing the alarm(s) select( by the user from a list of no less than 100 words permanently stored in the unit. The unit v continue to call the telephone numbers in succession until acknowledged by calling the UI back or by depressing a Touch-Tone'key. Once acknowledged, the unit shall enter programmable intercall delay to allow the alarm condition to be attended to before beginnii notification again. All communications shall utilize cellular telephones. a 2 I. @ 127 The alarm monitor unit shall possess the following physical and functional characteristics: Fiberglass NEMA 12 enclosure, with clear Potycahonate gasketed cover and external mounting holes. Built-in maintenance free battery backup, 24 hours. Seated mylar keyboard to prevent contamination. Modular construction with plug-in circuit boards. Tubular screw-damp terminals for fauk leads, not requiring lugs or connectors, for up to 12 AWG wire. Tone or loopaisconnect capability. Visual indicators of the following conditions, even when the cover is closed: All fault channels Power on Call in progress Battery condition Intercall delay in progress Successful acknowledgment The unit shall utilize non-volatile EPROM circuitry such that the vocabulary selections, programmed telephone numbers and other functions and values stored in memory shall be retained without any power requirement. Memory retention schemes using batteries in any form are not acceptable. Additionally, each unit shall include the following standard features: 1. Internal Speaker Telephone. The alarm monitor shall include an integral speaker telephone capability that shall allow the unit to be used as a true two-way speaker telephone at any time. The unit shall utilize the front panel keypad for selecting the speaker telephone operation mode and for answering and originating calls from the unit. Alarm messages shall be able to be interrupted to advise the called party of accidental activations. 2. Audio Monitoring. The alarm monitor shall have the capability to function as an audio monitoring device, allowing any user connected to the unit by telephone to enter a monitoring mode and listen to events at the site by telephone. This mode may be activated by entering the proper sequence of keystrokes on a Touch Tone'telephone or tone generator either after calling the unit, or after acknowledging a call placed to the user by the alarm monitor. 3. Remote Programming. The alarm monitor shall have the capability to be programmed remotely from any Touch-Tone' telephone or tone generator. The user shall be able to enter the operating system of the unit by entering the proper securii code either after calling the unit or acknowledging a call placed to the user by the alarm monitor. Once in the programming mode, the user shall be able to: 2/15/95 @ 1 1: s 1 ls I I 1. I f 8 D 1 I a) b) c) Change the intercall delay. d) Add, modify, or delete telephone numbers. Read all identification and alarm messages. Execute a call forwarding or call back command. The call forwadcall back feature shall allow the user to enter a telephone the static identification and the status of all alarms. This feature shall be usable to direct a call to specific number not on the call-out list, to direct a call to a telephonepagingservicetoale personnel, or similar uses. The feature shall also be usabie to test the system’s operation t having the unit call the user back. I. 1 CELLULAR rELEpHoNE TRANSCEWER Furnish one (1) cellular telephone transceiver. The system shall conform to the followin requirements; 0 Transceiver shall be 3 watt, 832 channel and handset programmable. Battery backup system shall be internal to the unit and able to operate the unit for 3 houi of active use and 36 hours of standby operation. The batteries shall be of a sealed typ Antenna shall have a 2.5 dB gain connected to a standard TNC connector and mounte inside the enclosure for the unit. The unit shall be equipped with 2 standard RJ11C connectors for telephone. The unit shall be operable in the temperature range 5F to 122F The unit shall be operable in the humidity range -5% to 95% The enclosure for the unit shall be a NEMA 3 type enclosure. 1 8 CHEMICAL FEED sysrE. The chemical feed system shall be a pre-assembled system built ready for operation, tt standard version includes a PE tank, a metering pump, a suction line with foot valve, s injection nozzle and a hand mixer. Tank 200L closed tank, made of UV-stabilized polyethelene and fitted with a screw cap and Bur N seal. Since tightness is guaranteed, these tanks are especially suitable for aggressivl toxic or degassing media. The tank assembly also includes a drain at the bottom, i embossed level gauge and tapped Mes for mounting the pump. Max. temperatui resistance is 158 degrees F. Angle Brackets are provided to rigidly mount the tank to tt E floor. 21 I. @ 1 29 Standard operating conditions are: o Pressure: Up to 150 psig o Chemical: Compatible with PVC, PE, Vion o Spec. Gravity: Use water-like fluids. Metering Pump An electronically contrdled magnetically driven diaphragm metering pump with variable stroke length and speed control. The pump shall be supplied with an adapter plate for mounting it onto the tank. Suction Line The tank will be provided with a screw-in sleeve to receive the flexible PVC suction line. The foot valve will prevent any liquid drawn in from returning to the tank. Hand Mixer The standard tank system also includes a PVC hand mixer which allows quick and smooth fluid mixing and resuspending of any settled solids. Injection Nozzle The injection nozzle is used to inject the chemical delivered by the metering pump into the stream. The nozzle is PVC with an opening pressure of approximately 16 psig. Specification Tables 0 viscosity: Upto400CPS System 200L Overall Height 68.8" Temp. (Degrees F) 95 Weight (Ibs.)includes pump 48.4 Pump Pressure (psig) 150 Capacity at stated Pressure (pph) Overall Dia. 23.5" 1 .o END OF SPECIFICATION 211 5/95 @ I 1: I) 1 I IC 8 1 I. t 6 1 I I 1 I TECHNICAL SPECIFICATIONS FOR PLUMBING PART 1 - GENERAL 1.01 SUMMARY A. I. The work under this section includes everything necessary for and incidental to executin and completing the plumbing work, except as hereinafter specifically excluded. Work included shall be as indicated on the drawings, including but not limited to th following: 1. 2. Domestic Cold Water System. B. Sanitary Soil, Waste and Vent System. I 3. Plumbing Fixtures and Equipment. PART 2 - PRODUCTS 2.01 INSULATION A. Toilet fixture traps and drains to wall fixtures accessible to the handicapped shall b insulated with flexible M. Aerotube or equal, 3/8-inch thick. Join with M.57 and paint wii 3 coats of paint of color of adjacent walls. 2.02 FITTINGS AND PIPING A. Soil, Waste, Vent and Rain Water Piping Within the Building: Above grade; service weigl cast-iron "no-hub' with neoprene gasket and type 301 stainless steel clamping device 5 approved by the Cast Iron Institute. Below grade, Bell and Spigot cast iron with "Du Tite" neoprene double compression type gasket or at the Contractots option: Hublu cast-iron pipe and fittings conforming to ClSPl Standard 301-78 with 'MG" cast-irc couplings. Where space does not pennit use of cast-iron piping, install DWV coppc drainage tubing and cast brass fittings. Where downspout and soil, waste and vent pipir are to be exposed install schedule 40 galvanized steel pipe and fittings. Domestic Water Piping: Above grade, type 'L' copper tubing hard drawn with wroug copper solder sweat fittings. Below grade, type "K" copper tubing annealed, straig lengths, with above fittings. Underdrain or footing drain pipe shall be rigid Bermico fibre pipe especially fabriited fi underdrains and capable to withstand ground pressure imposed on pipe. Submit brochu showing crushing strength and material thickness. 8 B. C. 2.03 PIPING SPECIALTIES A. Unions in copper tubing %inch and smaller, Nib 633/733. a I* @ 131 B. C. Isolation Unions: Epco model Fx. Isolation flanges, Epco model GX. Water hammer arrestors, in accordance with PDI-WH-201 standards, Josam 74000 Series, JR Smith 5OOO Unit B Series or equal. 2.04 VALVES AND FllTlNGS A. Water: All shut-off valves for water service shalt be ball valves except valves 2-1/2-inch and larger. 1. Ball Valves: Crane 2181, Lunken 722SB, top-entry model. 2. Hose Bib: Chicago "293, Keyed, lockable, 3/4" hose end, 112' I.P. female inlet, smooth chrome finish. Provide non removable vacuum breaker hose connection, Am or equal. Stops: Straight "Chicago" 45-LK. Angle 442-LK, partition 770-LK. 3. B. Pressure Reducing Valve: All bronze, Model 991 CLA-VAL size 1-112" or equal, adjustment from 8 to 80 PSI. Install on 2" water line. Set pressure to 55 psi. 2.05 YARD BOXES A. "Brooks Products" 3TL concrete with hinged cast-iron locking traffic cover in walks and traffic areas, No. 3MA with reinforced concrete cover in planter areas. Cover to be marked with name of service. 2.06 CLEANOUTS A. B. Cleanouts shall be as manufactured by Josam, J.R. Smith, Zurn, Wade or equal. Floor Cleanouts: Cast iron floor cleanout with polished bronze vandal resistant cover. J.R. Smith 4053 or equal. Wall Cleanouts: Josam 58790 series J.R. Smith Fig. 4532 with chrome plated cover and screws, vandel resistance. Outside Cleanouts: Josam 58850 series, J.R. Smith Fig. 4253, low type anchoring flange in finished grade areas. Vandal proof covers to be marked "Cleanout.' Encase anchoring flange in x)" square x 6" concrete pad, top of cleanout flush with finished surface. Option: J. R. Smith Fig. 4280 (Josam 58480) cleanout in yard box specified above with 6 inch thick concrete, 8 inch all around box. C. D. 2.07 FLASHINGS A. "Stoneman" No. 1100-4 or approved equal, four pound, seamless lead flashing assembly. Flashing shall have reinforced boot and be complete with cast-iron counterflashing sleeve and Permaseal waterproofing compound. All vent pipes shall be terminated seven (7) inches above the roof. Flashing for roof drains, and overflow drains shall be four pound sheat lead, minimum 8 inch all around flashing collar. Where floors or walls require flashing, furnish and'install 4 pound sheet lead, minimum 8 inch all around flashing collar of drain or floor sink. 2/15/95 @ 1 1: l 2.08 HANGERS, SUPPORTS AND ACCESS PANELS A. To be provided consistent with U.P.C. installation standards IAPMO IS 3-75 and IAPM( IS 6-75 and Sections 31 6,317, 1008 and 121 3. 2.09 FLOOR DRAIN Bronze body with flange with seepage openings, inside caulked outlet. 12" nickel bronz strainer and with trap primer. Vandal resistant screws and sediment bucket with mesh liner. J.F 1 Smith 2243 or equal eo 2.10 PLUMBING FIXTURES A. General Requirements: 1 1 I I I I. I ! 1 I I I 8 1. All fixtures shall comply with State of California Energy Commission requiremer of maximum flow. Submit manufacturer's certification of compliance. All wa mounted plumbing fixtures shall have through wall stainless steel connections Unless otherwise noted, all vitreous china or enameled cast-iron fixtures and toile seats shall be white. 2. Supplies: Angle type with wheel, Tee handle stop and flexible risers: Speedway, c equal. P-Traps, chrome plated drawn brass with 17 gauge tubing drain to wall. Trap arm under lavatories and escutcheon at wall shall also be chrome plated. 3. 4. Carrier systems, shall be provided for fixtures. Drinking Fountain, shall be Elkay Model EDFP-17-C two level or equal and sha comply with ADA requirements. Flush Valve for water closets shall be Zum, 2-11, concealed closet valvc vandel proof on-hold-open type push button. flush valve shall use not more tha 1.6 Gallons per flush for water and shall meet ANSI A112.19.2. Flush Valve fc Urinal shall be Zum 6613, shall not use more than one Gallon per flush, sha meet ANSI A112.19.2 and shall be vandle proof, or equal. Water Closet, shall be Acorn, White Enviro-Glaze stainless steel, Blowout jc toilet, elongated bowl and setfdrain flushing rim, Model 1680 or equal. Fxtur shall be wall mount and shall withstand loadings of 3OOO pounds withoi permanent damage. Fixture shall be furnished and installed with necessar fasteners. Height of Water Closet seat (for Handicapped) shall be 18" abov floor (17"-18" required) and required force to activate flush shall be 5 pound with handle located 44" max. above finished floor. Lavatory, shall be deck mounted, acid resisting, self rimming, enameled cast iro lavatory, Kohler %adient" K2916 with K-7491 setf closing faucet and K-760 supply or approved equal. Meeting ADA requirements and it shall remain ope for at least 10 seconds. Clear space below min. 29" height x 30" wide. ma, height of faucet fixtures shall be 34" and controls shall not require tight graspins pinching or twisting of the wrist : max. force 5 Ibs. 5. 6. I 7. 2/' 8. @ 133 a. Urinal, shall be Acorn Model 1707, white Enviro-Galze stainless steel, siphon jet, meeting ADA requirement, or equal. Rim to be at least 14" from wall and 17" max. height from finish floor. Flush control 44" above fin. flr. max. and 5 Ibs. force max. Service Sink: shall be Elkay model efs-2523c, 16 gauge, type 304 stainless steel floor mounted with 1 W4" radius vertical and horizontal covered corners. Apron on three sides, steel channel reinforced. Top has 5/32" raised rims. Exposed surfaces are to be @shed satin luster finish (LK-4K). underside shall be undercoated. Drain shall be (LK-43) stainless steel dome with lint basket, or approved equal. Faucet shall be Chicago Faucets model x897 with vacuum breaker or equal. Backflow Reduced Pressure Perverter, shall be Wilkins model or Febco or equal size 1" to be installed in the irrigation line. 9. 10. PART 3 - EXECUTION 3.0 1 A. I NSULATION INSTALLATI ON The insulation shall be applied after piping has been installed, tested, and approved and after pipes are in a clean, dry condition. All joints in insulation shall be butted firmly together and sealed with jacket lap strip. 3.02 PIPE INSTALLATION A. B. No-Hub Cast-Iron Soil Pipe Institute Pamphlet #lo0 and the I.A.P.M.O. 15-6. Joints in copper tubing shall be made by first thoroughly cleaning the surface of the pipe and fittings, applying copperized flux and sweating with 50-50 tin lead solder for cold water piping and condensate piping above grade. For water piping below grade use "silver solder" 1 OOO degrees F or higher brazing alloy containing 40 percent silver and no cadmium (AWS BA9-5). Pipe shall be carefully cleaned before installation. The ends of threaded pipe shall be reamed out full size with a long tapered reamer so as to be partially bell-mouthed and perfectly Smooth. Flush out all water mains and sanitary and condensate drains with water so as to obtain free flow. Remove all obstructions and defects discovered. Remove and relay any sections of pipe already laid and found to be defective or which has had grade or joints disturbed. Run piping free of traps, sags, or bends. Grade and valve for complete drainage and control of the system. All piping to be run to maintain headroom and keep passageways and openings dear. Run piping parallel and straight with adjacent walls or ceilings to present a uniform appearance. All piping, except where noted otherwise on plans, shall be concealed in walls or above ceilings. C. D. E. G. 2/15/95 @ 1 1 I 1 1 I I 1 I I. 8 R I I 1 1 8 H. Bending or forcing of pipe will not be allowed. Use fittings for all offsets or changes alignment of piping. Proper provision shall be made for expansion and contraction by means of fittings ar anchors and supports of all piping. Street elbows, bushings and long screw fittings will not be allowed. Install water hammer arresters at all flush valves, foot valves, dish and clothes washe and quick closing valves per PDI-WH-201 standards. Unions shall be installed after each screw-type valve, connections for all equipmen appliances, and as required for erection and maintenance. No unions shall be installe in concealed location. Install isolation unions on all connections between dissimilar metals - (galvanized stee black steel, cast iron to copper). No holes for pipe or equipment will be allowed in any structural members without wriitte consent of the Architect. Where pipes are to pass through or interfere with any membe or where notching, boring or cutting of the structure is necessary the work shall be don by the General Contractor as directed. Sleeves through foundation walls shall be standard weight black steel pipe, flush wit1 walls and two pipe sizes larger than the pipe passing through. Sleeves shall be caulkec with oakum to within one inch of the wall lines and then completely filled with an approve butimastic compound. Sleeve diameter for piping through masonry wall above grade o floor or through floors shall be -10 gauge galvanized sheet steel and shall extenc completely through the walls or floor finishing flush on both sides. Sleeves shall be 1 incl larger than the pipe passing through with oakum caulking to make opening airtighi Sleeves through concrete fire walls or floors shall be packed with fireproof wicking o other suitable non-combustible material. Provide and install polished chromium plate( brass floor ceiling or wall plates for all pipes, exposed in finished portions of thl Buildings. Unless otherwise specified herein, all equipment and fixtures shall be installed ir accordance with the manufacturer's printed recommendations. Before submitting his bid, the Contractor for the work under this section shall carefull] study all drawings, and make a careful examination of the premises. He shall definiteh determine in advance, the methods of installing and connecting the apparatus, the mean: to be provided for getting equipment into place, and make himself thoroughly familia with all the requirements of the contract. After award of the contract, no subsequen allowances will be made to the Contractor due to his failure to comply with the abovg requirements or any other conditions affecting the installation and completion of all work All scaled and figured dimensions are approximate and are given for estimating purpose! only. Before proceeding with any work, the Contractor shall carefully check and verif! all dimensions, sizes, etc., and shall assume full responsibility for proper mating of the work in this section with other parts, equipment, and the structure. I. J. K. I. L. M. N. 0. P. Q. R. I 2/1 I* @ 135 S. All piping shall be isolated from other piping, studs, ducts, any part of the building, framing, conduit, etc., with I-inch strips of hair felt or pipe isolators. (Trkolators by Stoneman.) 3.03 CLEANOUTS A. As specified (see plans for size), cleanouts shall be caulked into or clamped to pipe where shown on plans under counter tops where they occur in walls to avoid their being too conspicuous. Cleanouts shall be accessible in all cases and shall be brought to surface on *YD branches. All cleanouts shall be provided with removable floor or wall plate as specified in Part 2. 3.04 PIPE HANGER AND SUPPORTS A. All pipe hangers and supports shall be installed consistent with U.P.C. Sections 316,217, 1008, 1213, Chapter 2 and all other applicable sections. Pipe clamps shall be heavy gauge iron, factory fabikated to fit against supporting surface when installed. Makeshift devices will not be acceptable. Plumbing tape is a allowed. Seismically brace all piping and equipment per current local des requirements. Hangers supported by concrete structure shall be attached by cast-iron manufactured concrete inserts installed at the time concrete is poured and each insert shall be provided with through rods lapped over structural reinforcing. Powder driven fasteners are not acceptable. Hangers supported by structural steel shapes shall be attached by cast-iron clamps designed for use on the specific steel shape and equipped with retainers. All hangers shall be attached to hatter rod by means of adjustable swivel, turnbuckle or double knot arrangement to allow height adjustment. Miscellaneous Supports: Wall brackets, etc., shall be provided where required in accordance with the best standard practice of the trade. In the event additional structural steel is required to transmit loads to maintain structure, same shall be provided at no additional cost to the City. Trap arms and similar branches must be firmly secured against movement in any direction. Closet bends shall be stabilized by firmly clamping and Mocking. Where vertical closet stubs are used they must be completely stabilized against all horizontal movement. B. C. D. E. F. G. H. 3. 05 FIXTURE INSTALLATION A. All plumbing fixtures shall be bedded and caulked along joint at walls, counter tops, and other intersecting surfaces with Polyseam Seal white adhesive caulking. Traps above floor shall be cast brass 'P' traps with bronze nuts unless otherwise indicated. Provide branch tailpieces off air vent lines where required. B. C. 2/15/95 Qb t 1 1 I 8 I I 1 I a. I I i 1 8 I 1 1 D. Provide backing for each plumbing fixture requiring same, at the time roughing-in done. Irktall stainless steel mounting ring as required for all flat rim sinks and lavatorit installed in counter tops. Instructions for installation of fixtures for the use of the handicapped: All fxturt designated for handicapped use shall be in corrrpliance with current applicable de E. F. I. 3.06 REQUIREMENTS FOR FINAL INSPECTION A. All of the following items must be completed prior to final inspections. No exceptions w be made and no final payment will be made until all items are completed. B. Thoroughly clean all parts of the piping, valves, and equipment. Exposed parts whic are to be painted shall be thoroughly cleaned of cement, plaster and other materials ar all oil and grease spots shall be removed. Such surfaces shall be carefully wiped and i cracks and comers scraped out. Exposed metal work shall be carefully brushed down with tee1 brushes to remove rust ar other spots, left smooth and clean. Trap elements shall be removed during cleaning ar flushing period, after which they shall be replaced and adjusted. All potable water lines shall be sterilized with chlorine. The chlorine residual concerdratic shall indicate not less than 50 parts per million and shall be retained for a periocl of n less than twenty-four (24) hours. Repeat procedure if residual concentratkm hi decreased below 25 PPM. After test is in compliance with specification, flush system un residual is not more than 0.5 PPM. All work and certification of performance must t done by qualified personnel. Submit certification to Architect. C. D. NOTE: During construction phase, install Tee's and ball valves at strategic locations facilitate sterilization. 3.07 TESTS AND ADJUSTMENTS A. No piping work, fixtures, or equipment shall be concealed or covered until they ha\ been inspeded and approved by the Engineer, who shall be notified when the work ready for inspection. All work shall be completely installed, tested as required by loc code, this section and the State Ordinances and State Safety Orders, and shall be leak-tight before inspection is requested. All tests shall be repeated upon request to tt satisfaction of those making the inspection. All domestic water piping shall be flushed out, tested at 150 psi and shall be lefi und pressure of supply main or a minimum of 50 psi for the balance of the construction perio No air testing is allowed. Tests are to be applied for a minimum period of one hour ar until tests are complete. Final pressures at the end of test period shall be no more m less than that caused by expansion or contraction of the test medium due to temptaratui changes. B. a I. @ la/ C. Soil, waste, vent, condensate and storm drain piping within the building shall be tested with a minimum of 10 foot head at each pint for a minimum of three hours with no loss in head. Plumbing fixtures shall be filled with water and checked for leaks and retarded drainage flow. D. END OF SPEClFlCATlON 2/15/95 @ 8 1: I I 1 8 I I I I. 1 I 8 II I I 1 8 TECHNICAL SPECIFICATIONS FOR ELECTRICAL Part 1- GENERAL: 1.1 GENERAL REQUIREMENTS 1.1.1 Provide labor, materials, tools, equipment, services and facilities for the complei installation of all electrical work as shown on the electrical drawings or specified. lncllide s materials, appliances and apparatus to make a complete working installation. Work shall iilcludc but not be limited to the following: I. .I Electrical power distribution system. .2 Electrical devices and wiring. .3 Lighting fixtures, lamps and ancillary equipment. .4 Elediical power, disconnects and control (as required) for power operated equipmi .5 Termination and connection of all branch circuits and feeders to devices, equipmer 6 Testing, setting adjusting, repair and training requirements. furnished under other divisions motors . 1.2 QUALITY ASSURANCE AND STANDARDS 1.2.1 All work and materiils shall comply with the current California applicable codes ar regulations including those of local agencies having jurisdiction at the location of work, ar regulations of serving utilities. 1.2.2 Furnish all materiils and labor required for compliance with codes and regulations, eve though not specifically mentioned or shown. 1.2.3 The latest editions of codes and standards shall form pari of these specifications, tho saw as if herein written out in full and all materials and installations include but not be limited to: .1 California Code of Regulations, Titles 8, 19, 22, 24 .2 ADA (Americans With Disabilities Act) .3 UL (Underwriters Laboratories) .4 NEMA (National Electrical Manufacturers Association) .5 ANSI (American National Standards Institute) .6 NECA (National Electrical Contractor's Association) .7 CBM (Certified Ballasts Manufacturers) .8 ASTM (American Society for Testing Materiils) .9 National Electrical Safety Code 1.3 STANDARDS 1.3.1 All electrical materials shall be UL listed and bear the UL label for the application. 21 I. @ IOJ 1.4 LOCATIONS AND DIMENSIONS 1.4.1 access, clearances and spacings and keep openings and passages clear. 1.4.2 The drawings are diagrammatic to the extent that many offsets, bends, fittings, and exact locations are not shown. Determine the best methods, exact locations and routes for this installation and resolve any conflicts. Coordinate with other trades prior to rough-ins so that there are no conflicts. 1.4.3 Dimensioned architectural drawings shall take precedent over scaled or figured electrical drawings. Any conflicts or discrepancies shall be brought to the attention of the engineer. 1.4.4 Underground work or substructures shall be carefully coordinated by the contractor 1.5 SUBMllTALS 1.5.1 Submit six(6) copies manufacturer's cat-cuts, technical data sheets for following items for review: Install all materials and equipment in such a manner as to avoid obstruction, maintain light fixtures, including photometric data photocell timeclock panelboard wiring devices 1.5.2 responsibilrty of providing complete and correct material, equipment and systems. 1.6 SUBSTITUTIONS 1.6.1 Bidders wishing to obtain review of an article, device, product, material, fixture other than those specified by name, make or catalog number shall request approval from the Engineer not less than ten (10) days prior to the bid date. 2 PRODUCTS 2.1 WIRING DEVICES 2.1.1 SNAP SWITCHES 2.1.2 AC general use snap switches shall be toggle handle, quiet operating, heavy duty, ivory color, UL listed, 120/277V, 20 amps rated, single pole single throw. Manufacturers: Hubbell 1221, Leviton or equal 2.1.3 RECEPTACLES 2.1.4 AC duplex ground fault interrupter type, 20 amps, 12Ovolts rated, heavy duty, ivory color, UL listed. Manufacturers: Hubbell 5362 series, Leviton or equal. Acceptance or favorable review of submittals does not relieve the contractor of the 2/ 1 5/95 @ I 1 1 I 8 1 1 I 8 80 I 8 8 I t I 2.1.5 Weather prod receptacles shall be provided in cast metal boxes with gaskete weatherproof cast-metal cover plate and a gasketed cover over the receptacle openings. Tt cover shall be such that it would not defeat the weatherproof integrii of the assembly when tt receptacle is in use. Complete receptacle assembly shall be approved for use in "wet locations 2.1.6 COVER PLATES 2.1.7 Provide a nylon break resistant cover plate for each indoor outlet, switch, device and bo 2.2 OUTLET AND JUNCTION BOXES 2.2.1 The size of each outlet or junction box shall be determined by the number and size cff win and conduits entering the box, but shall be not less than 4-inch square and 2-1/8 inches &x unless otherwise indicated. 2.2.2 Outlet and junction boxes for interior use shali be galvanized one-piece pressed or weld6 8. Steel, knock-out type. 2.3 CONDUIT AND FllTlNGS 2.3.1 Types and applications shall be in conformance with codes and with this specifications. 2.3.2 Conduit installed concealed in interior dry, above ground locations shall be electric metailic tubing (EMT). Fittings shall be compression type die-cast with gland ring. 2.3.2 Conduit installed exposed in exterior, wet and damp locations shall be rigid steel. I=ittin( shall be compression type steel insulated. 2.3.3 Conduit installed underground shall be PVC schedule 40. 2.3.4 Liquid tight flexible conduit with PVC jacket shall be used for final connections to inotor and pumps. 2.3.5 Seal all penetrations through walls, ceiling and floors. Each penetration through a fire rat€ floor or wall shall be sealed to maintain the fire resistive integrity of the structure. The sealant shi be UL classified and meet CA elect. de article 300-21. Acceptable manufacturers: 3M, Do\ Corning, or equal. 2.4 WIRE AND CABLE 2.4.1 Wire and cable for general use on power systems up to 600 volts shall be 600 volt rat( type MW, THWN or XHHW. 2.4.2 Conductors shall be soft drawn annealed copper 98% conductivity, continuous from out1 to outlet, without weld, splice or joint. 2.4.3 Minimum wire size shall be No.12 AWG for lighting and power system and No.14 AWG fl bw voltage (24V or less) control circuits. 2.4.4 Wire size smaller than No. 8 AWG shall be solid conductor. No. 8 AWG and larger shi be stranded. 2.4.5 Wire and cable for use in lighting fixtures shall have 105 deg C heat resistant insulatio 1 21 le @ 1 141 2.4.6 Provide UFER grounding at service entrance to building in accordance with California Electrical Code Article 250. 2.5 PANELBOARD: 2.5.1 Panelboard shall be flush or surface mounted as noted on the drawing, with bott-on type thermal magnetic circuit breakers, hinged lockable door, type written index card holder under plastic cover, copper bussing including ground bus, and main protective device as indicated on the drawing. Panel shall have concealed hinge, latch and flush lock. Bussing shall be minimum 100 amps. Main breaker shall be located at the top or bottom of the panelboard. The main breaker shall not be located at the branch breakers position. Manufacturers: Square D 'NQOD" series, Cutlerhammer-Westinghuse or equal. 2.5.1 Circuit breakers serving HID IgMing loads shall be UL listed for the application. Circuit breakers serving motor loads shall be industrial duty type E-series. Minimum interrupting rating shall be 10,OOO symmetrical amperes and in no case shall be less than the available fault level. Verify available fault level with serving utility company. 2.5.2 Panelboard shall be fully rated. Series ratings are not acceptable. Provide a neatly typewritten panel schedule indicating the IoaMocations served. 2.5.3 Panelboard shall be installed so that top shall not exceed at 6-0" above floor. 2.5.4 Check continuity on all circuits. Maintain proper phasing for multiwire branch circuits. 2.6 SAFEN SWITCHES: 2.6.1 Heavy duty type, externally operable, quick make and quick break with interlocking cover. Provide with class RK1 rejection clips if used with fuses. 2.6.2 Manufacturers: Square D, Cutlerhammer-Westinghouse, or equal 2.7 LIGHTING: 2.7.1 Luminaries shall bear the appropriite UL label for location, mounting position and operating conditions in which it is installed. 2.7.2 Luminaries, shall be complete with ballasts, lamps and mounting hardware. 2.7.3 All luminaries shall be seismically braced in compliance with CCR for seismic zone 4. 2.7.4 All burned out lamps and ballasts shall be replaced by the end of contract prior to final acceptance by the engineer. 2.7.4 Fluorescent lamps shall be F40, T12, rapid start, energy saving type with minimum 2850 initial lumens. 2.7.5 Ballasts for fluorescent lamps shall be electromagnetic type, energy saving type, class P, sound "A" rated per NEMA standards, high power factor (min .90) and listed by California Energy Commission's Energy Standards. Manufacturers: Advance Mark Ill, Universal or equal. 2.7.6 Ballasts for high pressure sodium lamps shall be regulating type with voltage regulation of +/- 10% allowable and shall meet ANSI limitations over the life of lamp. 2/15/95 @ 1 1 8 I. 1 I 1 I 8 I. I I 8 I 2.8 TIMECLOCK 2.8.1 Timeclock shall be astronomical type with day omitting device. Timing motor shall be hea\ duty, synchronous, setf starting, high toque 120V, 60 cycles. Reserve power shall be sprir driien with reserve sufficient to operate clock for a minimum of 30 hours after power failur Contacts shall be rated for XIA. 2.8.2 Manufacturers: Tork, Paragon or equal. 2.9 PHOTOCELL 2.9.1 Photocell shall be hermetically sealed, fully temperature compensated, with time delay at least of 15 seconds to prevent false switching. 2.9.2 Manufacturers: Area, Tork or equal 3.0 INSTALLATION: 3.1 various installations. All wiring shall be in conduit. 3.2 Route conduit so as to clear beams, plates, footings, and structural members, wheQher ( not indicated on the drawing. Do not conduit through any structural member of the building exce when specifically permitted by the architectktructural engineer. 3.3 Penetrations shall be waterproof. 3.4 For conduit installation below grade bury conduit to a 24' minimum depth below finish grat to top of conduit except that for conduit below a road or driveway the depth shall be 30" minimur Conduit installed in unpaved or planted areas shall be installed with 6 inch of sand below and inch of lean concrete cap on top. Conduit below paved roadways or parking lots shall be instalk with 6 inch of sand around. Provide a 6 inch wide color coded (red for electric) plastic vvarnir tape in the backfill over the conduit and approximately 12 inches below grade. Tape sl~~ll ri continuously over the entire length of the conduit. Tape shall have warning and identificatk letters imprinted in bold black letters continuously. 3.5 engineer. 3.6 Provide sleeves for conduits passing through floors, walls and concrete or amcre fireproofed beams. Sleeve shall be 112 inch above finish floor all around. Pack void betwef sleeve and conduit passing through floors with Duxseal or equal (no known equal). 3.7 Where a conduit enters building through foundation wall or floor below ground water levi a water entrance seal shall be used. These seals shall be OZ type 'FSK' or "WSK" or qual (I 8 Continuously check the work of other divisions to prevent any interference between tt Provide flashing and counterflashing andlor pitch pocket for conduit passing through roc Conduit shall not be installed in slab on grade except when permitted by the stivctur I known equal). 1 3.8 Wherever conduit passes a structural expansion joint provide suitable expansioddeflectk coupling as manufactured by CrouseHinds 'XD', Killark or equal. 1 1 21 I. a9 143 3.9 All conduit above grade shall be metallic. Run conduit concealed unless otherwise indicated. Run exposed conduits parallel with or at right angles to walls. 3.10 Upon completion of each run of conduit, test the run and clear it of any obstructions. Plug each conduit end with conduit pennies and bushings or manufacturers seals until ready for pulling wire. END OF SPECIFICATION 2/15/95 @ 1 11 B 1 I I li I I* 1 I I 8 8 I 1 1 TECHNICAL SPECIFICATIONS FOR MANHOLE SEAL 1. GENERAL .1 a sealed manhole cover as specified herein. 2. PRODUCTS .1 The sealed manhole cover shall comprise of a grey cast iron rim, gasket and cow matching the size and dimensions of the existing cover as shown on the plans at Sta. 134.25.2' The rim, gasket and cover shall be manufactured for fit to provide an airtight seal. 3. INSTALLATION .1 At the discretion of the engineer the existing cover may be fitted with a gasket for sealir purposes. .2 If the existing cover cannot be fitted with a gasket the existing rim and cover shall t removed and replaced with the new rim and cover manufactured to accommodate a neqxer type gasket providing an airtight seal. 4 PAYMENT .1 the restrooms and no other payments will be made. Contractor shall furnish all labor, materiils, equipment and incidentals required to provia I. I Payment for this item shall be included in the lump sum bid price for the construction ( END OF SPECIFICATION 21 1. @ 143 TECHNICAL SPECIFICATIONS FOR PVC SEWER PRESSURE PIPE AND FllTINGS 1. GENERAL 1.1 Contractor shall fumish all labor, materials, equipment and incidentals required to provide a sewer pressure piping and fittings as specified herein. This specification designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe. The PVC pressure pipe is to be installed by the Contractor at the location and to the lines and grades shown on the Plans as herein specified 2. PRODUCTS 2.1 Pipe PVC pressure pipe, shall be manufactured in accordance with AWWA 0, and shall be of the sizes and pressure classes shown on the Plans. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AWWA C900 Section 2.2 (Pipe Requirements). The pipe shall conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thickness of DR series 14, 18, or 25. The pipe shall be manufactured by J.M. Manufacturing Company, Certainteed Corporation, Pacific Western Extruded Plastics Company or approved equal. 2.1.1 Materials Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AWWA C900 Section 2.1 (Basic Materials), with an established hydrostatic design basis (HDB) equal to of greater than 4800 psi for water at 73.4 degrees F (23 degrees C). Elastomerii gaskets shall comply with the requirements of AWWA C900 Sections 2.1.5 and 2.1.5.1 (Gaskets and Lubricants). 2.1.2 Pipe Lengths Laying lengths shall be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 10-feet) sections. Combined horizontal and vertical deflections at PVC pipe joints shall not exceed that recommended by the manufacturer (the maximum total deflection allowed shall be two degrees). 2.1.3 Marking Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWWA pressure class, and AWWA specification designation in accordance with AWWA C900 Section 2.6 (Marking Requirements). The pipe shall be marked as described above and marked "CAUTION: SEWER LINE BELOW". 2.1.4 Affidavit of Compliance The manufacturer shall fumish an affidavit that all delivered materials comply with the requirements of AWWA C900 and these specifications. 2.2 FIITINGS All fittings for PVC pressure pipe shall be manufactured in accordance with ANSI A21 .lo, AWWA C110. All fittings shall be made of dudile iron and the letters 'Dl" or "DUCTILE" shall be cast on them, unless otherwise specified. Bell size shall be for Class 150 and Class 200 cast-iron equivalent PVC pressure pipe, including the rubber-ring retaining groove. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified on the plans. 2/15/95 @ I Id I 1 I I I I I. 1 I 1 I I be permitted. 1 I 3. INSTALLATION 3.1 Earthwork Excavation and backfill, including the pipe bedding, shall conform to the provisions of the Stztndar Specifications for Earthwork. 3.2 PVC pressure pipe and fittings shall be installed per AWWA Manual M23 'PVC Pipe-Design an Installation", and as herein specified. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoi! pipe with fork lift or other handling equipment to prevent major damage or shorten its service lift A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pip shall be lowered and not dropped from the truck. Dropped pipe will be rejected. Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide unifori bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall b dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trenc shall have a flat or semicircular bottom conforming to the grade to which the pipe is to te laic The pipe shall be accurately phced in the trench to the lines and grades on the Plans. fritting shall be supported independently of the pipe. 3.3 Longitudinal Bending Longitudinal bending will be permitted in &inch and smaller PVC pressure pipe, and shiall IW exceed the manufacturers wriien recommendations and AWWA Manual M-23. All defltztion shall be accomplished by the use of joints and fittings specifically designed for use with PVC: C90 pipe and the deflections as installed shall not exceed the manufacturers written recommendation! 3.4 Pipe Joint Assembly The spigot and bell shall slide together without displacement of the rubber gasket. The joint shz be dirt free. The best laying practice is with the bell facing in the direction of laying. Insert the rubber ring into the groove making sure the ring is completely seated. Lubrication t the spigot and instruction of use shall be supplied by the pipe manufacturer. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar levt and a wood block across the pipe end. 3.5 Concrete Thrust Blocks Concrete thrust blocks shall be placed as shown on the Plans and shall consist of Class portland cement concrete containing not less than five sacks of portland cement per cubic yai and shall conform to the Technical Specifications for Concrete Construction. Concrete block shall be placed between the undisturbed ground and the fittings to be anchored. Quantity t concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plan: unless otherwise determined by the Engineer. The concrete shall be placed, unless spetSfical shown otherwise on the Plans, so that the pipe pints and fittings will be accessible to repairs 3.6 Mechanical Thrust Restraint No mechanical thrust restraint devices which transfer forces from fittings to the PVC pipe wzdl sk General Installations Procedures and Workmanship I. I 1 21 I. 43 1 47 3.7 At all times when pipelaying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as drains for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Owner. 3.8 LEAKAGE TEST 3.8.1 General All pipelines shall be tested in accordance with the SSPWC for Testing except as modified herein. 3.8.2 Allowable Leakage No pipe installation will be accepted if the leakage is greater than that determined by the following formula: Preventing Foreign Matter From Entering The Pipe . - - SDJi 148,000 in which L - - the allowable leakage, in gallons per hour S - - length of pipe tested, in feet D - - nominal diameter of the pipe, in inches P - - average observed test pressure of the pipe being tested in pounds per square inch gauge, based on the elevation of the lowest point in the line or section under test and correction to the elevation of the test gauge. The test pressure shall be 50 psi in excess of the designated working pressure specified for the class of pipe unless the test pressure is shown on the Plans or specified in the Technical Provisions. 3.9 A portion of the sewer pipe between Sta. 13-t-00 and the existing sewer manhole at Sta. 13+25.27 could be installed by either jacking or trenching. If the contractor elects to install this portion of the pipe by method of trenching, he should remove and reconstruct the existing exposed aggregate concrete walkway slabs to achieve and undetectable texture and a match with the surrounding slabs. However, if the match is not satisfactory to the engineer and the new slab differs in texture and color with the surrounding slabs, the contractor at his own expense shall remove and reconstruct the slab to achieve an undetectable match. 4 PAYMENT Payment for installing the sewer pipe by jacking or trenching shall be included in the lump sum bid price for the construction of the restrooms and no other payments will be made. Jacking or Trenching of pipe END OF SPECIFICATION 2/15/95 @ c 'fxmlwc; REOUEST~Y l CITY OF CARLSBAD 1 1 When recorded mail to: ) 1 167 6 City Clerk 1 City of Carlsbad 1 Carlsbad, CA 92008 1 1200 Carlsbad Village Dr. 1 ,/ I Space above for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the propc described. The full name of the undersigned is City of Carlsbad, a municipal torpor( The full address of the undersigned is 1200 Carlsbad Village Drive, Carlst 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was complc 21, 1995. The name of the contractor, if any, for such work of improvemenl Construction.. The property on which said work of improvement was completed is Carlsbad, County of San Diego, State of California, and is describ< Construction of North Carlsbad Reach Restroom, Project No. 341 2. The street address of said property is 3241 Ocean Street. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village D above described work as completed and ordered that & Notice of Completion b I declare under penalty of perjury that the foregoing is true and corre California, 92008; the City Council of said City on -dd . 17 , 19% d c1 9s ai (=~isbaJ. r- rarifUi I' " . nia. Execuied on . &)Q I '3- U CITY OF CARLSBAD Rh ALETHA L. RAlJTENKF??4NZ W -I ,L 7 -: t e s ‘i: .