HomeMy WebLinkAboutJohn Carey Construction Company Inc; 1990-01-16; 3302I
I
I ATTENTION BIDDERS
I
-P
I THIS PACKAGE CONTAINS INFORMATION
I- FOR TWO SEPARATE BIDS AS OUTLINED
IN THE SUMMARY OF WORK. THE BIDDER I
I
C
I
I
I
1
I
I
MAY SUBMIT BIDS FOR ONE OR BOTH
CONTRACTS, PLEASE READ THE BID
PROPOSAL FORM cAREFuLI;Y AND USE THE
FORM WHICH PERTAINS TO THE
APPROPRIATE BID,
+ I \
I'
TABLE OF CONTENTS 1
PA6
1
4
4A
t ITEM
NOTICE INVITING BIDS
PROPOSAL FORM (PRE-ENGINEERED STEEL APPARATUS BUILDING AND SITE WORK) I
PROPOSAL FORM (PRE-ENGINEERED MODULAR WOOD FIRE STATION BUILDING)
10
12
13
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE
I
1
1
NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 14
15 CONTRACT
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM
'
I 20 RESPONSI B I LITY
20
20
21
23
25
28
AND CONTROL ACT OF 1986 b
I
CONTRACTOR' s CERTI FIcATIoN OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM
LABOR AND MATERIALS BOND u PERFORMANCE BOND
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION
RELEASE FORM 1 SPECIAL PROVISIONS
I SPECIAL PROVISIONS
29 SUPPLEMENTAL GENERAL PROVISIONS
45 SECTION 2 & 3, CONSTRUCTION MATERIALS & METHODS
I
I ;.
I z -
1
I
li
I
I
1
I
I
b
1
1
I
I
CARLSBAD FIRE STATION NO. 6
SPECIFICATIONS - TABLE OF CONTENTS
CITY OF CARLSBAD BID DOCUMENTS t
DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 - Summary of Work Section 01039 - Coordination and Meetings Section 01300 - Submittals Section 01400 - Quality Control Section 01 500 - Construction Faci 1 i ties & Temporary Controls Section 01600 - Material and Equipment Section 01700 - Contract Closeout
DIVISION 2 - SITE WORK
Section 02100 - Site Prepration
Section 02200 - Earthwork Section 02223 - Backf i 11 i ng Section 02225 - Trenching Section 02441 - Landscape Irrigation System (on drawings Sheet L-2)
Section 02480 - Landscape Planting (on drawings - Sheet L-5) Section 02513 - Asphaltic Concrete Paving Section 02584 - Pavement Marking
DIVISION 3 - CONCRETE
Section 03001 - Concrete Section 03346 - Concrete Floor Finishing
I DIVISION 4 - MASONRY
(Not Used)
DIVISION 5 - METALS I Section 05500 - Metal Fabrications
DIVISION 6 - WOOD AND PLASTICS
Section 06001 - Carpentry Work
CARLSBAD FIRE STATION NO. 6 TABLE OF CONTENTS Page - 1
i
I
I
I DIVISION 7 - THERMAL AND MOISTURE PROTECTION
(Not Used)
DIVISION 8 - DOORS AND WINDOWS
Section 08230 - Telescoping Doors Section 08360 - Sectional Overhead Doors
t
I
DIVISION 9 - FINISHES
Section 09900 - Painting
1
i
1
I
b
1
I
I
DIVISION 10 - SPECIALTIES
Section 10350 - Flagpoles Section 10400 - Identifying Devices Section 10522 - Fire Extinguishers and Cabinets
DIVISION 11 - EQUIPMENT I (Not Used)
DIVISION 12 - FURNISHINGS
(Not Used)
DIVISION 13 - SPECIAL CONSTRUCTION
Section 13120 - Pre-engineered Modular Wood Buildings
Section 13121 - Pre-engineered Steel Buildings
I DIVISION 14 - CONVEYING SYSTEMS
(Not Used)
DIVISION 15 - MECHANICAL I Section 15400 - Plumbing (site)
I DIVISION 16 - ELECTRICAL
Section 16000 - Electrical
END OF SPECIFICATIONS TABLE OF CONTENTS
CARLSBAD FIRE STATION NO. 6 TABLE OF CONTENTS Page - 2
1
1
F I
1
I
1
I
I
I
I
C
I
1
I
1
I
I
1
CITY OF CARLSBAD, CALIFORNIA t NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasinc
Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, unti.
4:OO P-M, on the 20th day of SeDtember, 1989, at which time the:
will be opened and read for performing the work as follows:
FIRE STATION NO. 6 CONTRACT NO. 3302
The work shall be performed in strict conformity with thl specifications therefor as approved by the City Council of the Cit. of Carlsbad on file with the Municipal Projects Department. Thi
specifications for the work shall consist of the latest edition o the Standard Specifications of Public Works Construction hereinafter designated as SSPWC, as issued by the Southern Chapter of the American Public Works Association. Reference is hereby mad to the specifications for full particulars and description of th work.
The City of Carlsbad encourages the participation of minority an1 women-owned businesses.
No bid will be received unless it is made on a proposal for furnished by the Purchasing Department. Each bid must b accompanied by security in a form and amount required by law. Th bidderls security of the second and third next lowest responsiv bidders may be withheld until the Contract has been fully executed The security submitted by all other unsuccessful bidders shall b returned to them, or deemed void, within ten (10) days after th Contract is awarded. Pursuant to the provisions of law (Publi Contract Code Section 22300), appropriate securities may b substituted for any obligation required by this notice or for an monies withheld by the City to ensure performance under thi Contract. If Contractor elects to use an escrow agent, Sectio 10263 of the Public Contract Code requires monies or securities b
deposited with State Treasurer or a state or federally chartere bank in California.
The documents which must be completed, properly e'xecuted, an I notarized are:
1. Proposal (s)
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience ?
1
I 2 t
I
1
1
1
b
I
I
I
1
1
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is
No bid shall be accepted from a Contractor who has not been
licensed in accordance with the provisions of State law. The
Contractor shall state his or her license number and
classification in the proposal. The following classification is acceptable for this contract: "B" license in accordance with the
provisions of State law. The Contractor shall state his or her license number and classification in the proposal.
If the Contractor intends to utilize the escrow agreement included in the contract-documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted
at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Elm Avenue Carlsbad, California, for a non-refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determinec by the Director of Industrial Relations pursuant to the Sections
1770, 1773, and 1773.1 of the California Labor Code. Pursuant tc Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad Citl Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract.
The Contractor shall be responsible to insure cornplia'nce wit1 provisions of Section 1777.5 of the California Labor Code anc Section 4100 et seq. of the Public Contracts Code, "Sublettin5 and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the California Labor Code
commencing with Section 1720 shall apply to the Contract for work*
A prebid meeting and tour of the project site will not be held.
Bidders are advised to verify the issuance of all addenda anc receipt thereof one day prior to bidding. Submission of bid$ without acknowledgment of addenda may be cause of rejection of bid
$200,000.
I
I
1
i
1 t
1
I
II
I
1
1
I
I)
1
I
1
I
1
1
Bonds to secure faithful performance of the work and payment 0: laborers and materials suppliers each in an amount equal to on( hundred percent (100%) and fifty percent (50%), respectively, 0: the Contract price will be required for work on this project.
The Contractor shall be required to maintain insurance as specif iec in the contract. Any additional cost of said insurance shall bt
included in the bid price.
Approved by the City Council of the City of Carlsbad, California,
by Resolution No. 89-304, adopted on the 22nd day of August, 1989,
t
23 /?f? 1 Dat$ J -I Aletha L. Rau
Qualifications of the Bidders:
1. The prime contractor shall have installed at least two
similar modular office buildings in the past two years
in the State of California.
2. The prime contractor shall perform with his own organization contract work amounting to not less than 50 percent of the original total contract price.
i
I
i
CITY OF CARLSBAD CONTRACT NO. 3302 FIRE STATION NO, 6 Carl sbad, Cal i f orn i a
1
10 I PROPOSAL FOR PRE-ENGINEERED STEEL APPARATUS BUILDING AND SITE WORK
City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined the location of the worl read the Notice Inviting Bids, examined the Plans and Specifications, and heret proposes to furnish all labor, materials, equipment, transportation, ar services required to complete all work indicated, excluding Pre-engineere Modular Wood Fire Station Building, City Contract No. 3302 in accordance wit the Plans and Specifications of the City of Carlsbad, and the Specia Provisions, and that he/she will take in full payment and unit prices for eac item complete, to wit:
BASE BID: A1 1 1 abor, materials. services, gradi ng and earthwork, and equi pmen necessary for completion of the work indicated in the construction drawing including, but not limited to, the plans, specifications, and contrac
documents, in conformance with the specifications.
Note that inasmuch as the Pre-engineered Steel Apparatus Building i manufactured" from components, this bid must include, for thls product contract documents, specifications, and calculations necessary for buildin1
pemit approval by the governing building and fire safety agencies.
Total amount f d in words: fide- /?>'d?lfEG fil=.7{-3d& /+dUdA,f b
Total amount of bid in numbers:
Addendum (a) No(s). A%L4- has/have been received and is/are included in this proposal,
As a condition of the Bid Proposal, the undersigned shall provide quantities and
units, unit prices, and cost extensions for the following items included within the Base Bid.
ALTERNATE BID: All labor, materials, services, and equipment necessary for completion of all the work indicated in the construction drawings including, but not 1 imi ted to the plans, specifications, and contract documents, in conformance
with the specifications; For the installation of Telescoping Doors in lieu of Sectional Overhead Doors. Reference Specification Section 08230 for information
on Telescoping Doors.
Total amount of alternate bid in words:
I
I1
-
6Ek5 J NwDEzP
$ ,'-$+-/l?Dge
Total amount of alternate bid in numbers: $ - ---~-- (Add) (Deduct): 0 >{ /\YO ii/
#Is. h /" c" .y \p ; ,I/? 2 1 ', 'J
CITY OF CARLSBAD CONTRACT NO. 3302 FIRE STATION NO. 6 Carl sbad, Cal i forni a
PROPOSAL FOR PRE-ENGINEERED MODULAR WOOD FIRE STATION BUILDING
City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined the location of the WOI read the Notice Inviting Bids, examined the Plans and Specifications, and hert proposes to furnish all labor, materials, equipment, transportation, a services required to provide and install Modular Wood Fire Station Buildin City Contract No. 3302, in accordance with the Plans and Specifications of t City of Carlsbad, and the Special Provisions, and that he/she will take in fL payment for the completion of this portion of the work.
BASE BID: All labor, materials, services, and equipment necessary f completion of the work indicated in the construction drawings including, but r limited to, the plans, specifications, and contract documents, in conformar with the specifications.
Note that inasmuch as the Pre-engineered Modular Fire Station Building manufactured" from components, this bid must include, for this produc contract documents, specifications, and calculations necessary for buildi permit approval by the governing building and fire safety agencies.
Total amount of bid i,n words:# ,d/NEW* enzCL/Ed TkWSfiuP p/&
Total amount of bid in numbers: $ q7,557
Addendum (a) No(s). &o;hh has/have been received a
is/are included in this proposal,
II
/;C UN 3 Ez i> F [Pry' A'IA./L=
Li3 1i-N * &9-n23m~spL. up- &i nt P.rwf3P-D -@=@ @e @id
&= s1-p 00f-K t ipf--g, ne42 C4?f rn4k.4
6" ,ld;n&. &?nnZ-rat.r
e 3 /y P y f )\T\J \! $..
r ?- v \ \f u
I
Item Description with Approximate Unit Item Unit Price or Lump Sum Quantity
No. Price Written in Words and UniQ Price Tote
0
1. Mobilization: Up to
but not to exceed $5,000 Lump Sum L.S. &X SO! J
2. Clear and Grub Lump Sum L.S. 3. Unclassified Excavation
and Stockpile 300 cu. yds. Cut
330 cu. yds. Fill
(NOTE: Quantities exclude shrinkage
and subsidence) - 9.33 ,2&
4. Unsuitable Removal and Disposal (Earth 61 Rock) 3.6 c
cT25
-
(Building[s] excavation) Lump Sum L.S.
5. Import 30 cu. yds. - 16
7. Driveway Apron 7 1/2" 460 sq. ft. 598 - 3?5
Entry Court 4" thick 1415 sq. ft. *235- - ;3&&
13. Trees (1 Gallon) 6- 34 -
14. Trees (15 Gallan) 10 &?si0 JSdb
15. Shrubs (5 Gallon) 55 Q,LO - 5x8
-
6. Place and Recompact unclassified fill and
import 330 cu. yds
\ 4 ,kTS-- L/ k /'\!
54, 5-d
/dJ419 zcit7L:
I S' 92 Q 3
52 lin. ft. - 19- QQ~L
- U
L
0
- 8. Asphalt Paving 110 tons
9. Class I1 base 160 tons
9 I- &// - -
10. Concrete Paving at
11. Curbs and Gutters
12. Curbs 373 lin. ft. - - 4
-
3.29 ,;\cid - - 16. Shrubs (1 Gallon) 92
e
Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Tota
0
17. Vines (5 Gallon) 14 Q .GG I/,:
18 * Ground Cover 6742 sq. ft. * 75’ E<[? :
. Complete Lump Sum L.S. &s-L
30 days Lump Sum L.S. sf c
90 days Lump Sum L.S. ],4C
19. Irrigation System/
20. Plant Establishment/
21. Plant Maintenance/
0
e
0
7
All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of the part of the Undersigned in making up this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies
within twenty (20) days from the date of Award of Contract by City
Council of the City of Carlsbad, the proceeds of check or bond accompanying this bids shall become the property of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 374521, Classification (s) B e
The Undersigned bidder hereby represents as follows:
That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of
Contract and the papers made a part hereof by its terms; and
0
0
1.
2. That this bid is made without connection with any person, firm, or corporation making a bid
for the same work, and is in all respects fair
and without collusion or fraud.
Accompanying this prgposal is Bid Bond
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract.
(Cash, Certified Check, Bond or Cashier's Check)
@
8
The Undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of
worker needed to execute the Contract and agrees to comply with its provisions.
0
- 8 , o n -arev Construction Co., I Phone Number Bidder's Name
4 r %J/Sc7 &p.- 1 ,9,7,/d&24 Date jhthorized Sibnature
Date Authorized Signature
9484 rhpsanpaikp T)r. #804 Pnrnnra t i nn
Biddeg's Address ~yp'e of Organization San Diego, CA 92123 (Individual, Corporation, or
List below names of President, Secretary, Treasurer, and Manager, if a corporation; and names of all partners, if a partnership:
Partnership)
MTrv -?on. Sec./ Treas. 9
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE
ATTACHED)
I
r
.. - ---- - -__ __ i Q? * L bas s 3' sal~s'a,:or). evlorn
by la&$ 0' a reSO'JliGn of its board 01 dlreflorS
r-
"I
z
SU BIDPER'S BOND TO ACC OKP2m-Y PROP0
KNOW ALL PERSONS BY THESE PRESENTS;
That we, Principal, and INSURANCE COMPANY 01 THt- Wm , as Surety
held and firmly bound unto the City of Cnrlsbad, California, ir
amount as follows: (must be at least ten percent (10%) of the amount)
for which payment will and truly made, heirs, executors and administrators, s~~cessors or assigns, joir and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for:
t
JOHN CAREY CONSTRUCTION COMPANY, INC.
TEN PERCENT OF AMOUNT BID (10% OF AMOUNT BID) ........................
we bind ourselves,
FIRE STATION NO. 6
CONTRAM' NO. 3302
in the City of Carlsbad, is accepted by the City Council of 1
City, and if the above bounden Principal shall duly enter into execute a Contract including required bonds and insurance pol il within ten (IO) days from the date of Award of Contract by the 1
C0UhCi.l of the City of Carlsbad, being duly notified of said aw then this obligation shall become null and void; otherwise,
shall be and remain in full force and effect, and the am specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond a
individual, it is agreed that the death of any such Principal s not exonerate the Surety from its obligations under this bond
IN WITNESS WHEREOF, we hereunto set our hands and seals this day of SEPTEMBER , P(L8m 1989
CoqDarate Seal (if Corporation) JOHN CAREY CONSTRUCTION COMPANY
Princj INSURAWCE COMPANY OF THE WEST /Jfi L , 9 4jL -- a--R.,LAr* - - L//LLWL I
Ingqd Erika Crosby BY
Title ttornev- Ln-Fact
(NOTARIAL ACKNOWLEDGEMENT
EXECUTION BY ALL PRIXCXP; AND GWRETY MUST BE 2iTTAC'
(ATTACH ACXNOmEDGEMENT OF ATTORNEY IN FACT)
SEE -ATTACHED
(CORPO-TE SEAL)
0
STATE OF CALIFORNIA
ss
" COUNTY OF SAN DIEGO On this 20th day of Septembec in the year 1989 ,be
undersigned Notary Public, in and for the State of California,
appeared Inqrid Erika Crosby
personally known to me (or proven to me on the basis of
evidence) to be the person who executed the written instrument a
In-Fact on behalf of the Corporation therein named and acknowle
that the Corporation executed it.
Given under my hand and the Notary Seal this 20th -day of - S
A.D. 19 89.
My Commission expires November 27, 7992
Cat 315R(04/86)
. __
a
by.laws 01 a resdution of rts board of dtrectors
WITNESS my nsqa ana offrcis! seal rw
tllita! nsarial seal'
INSURANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporat authorized and existing under the laws of the State of California and having its 1 office in the City of San Diego, California, does hereby nominate, constitute and i
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conf its name, place and stead, to execute, seal, acknowledge and deliver any and a: undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under an authority of the following Resolution adopted by the Board of Directors of COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februar which said Resolution has not been amended or rescinded and of which the folloi true, full, and complete copy:
"RESOLVED: That the President or Secretary may from time to time appoint Atto Fact to represent and act for and on behalf of the Company, and either the Pre Secretary, the Board of Directors or Executive Cornittee may at any time rerr Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it fur RESOLVED: That the Attorney-in-Fact may be given full power to execute for a name of and on behalf of the Company any and all bonds and undertakings as the bu: the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and s( attested by the Secretary.''
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to unto affixed and these presents to be signed by its duly authorized offi
21st day of December, 1900. INSURANCE COMPANY OF THE WEST
0
Larry D. Cogdill Brian M. Kawamoto Ingrid Erika Crosby
(Q) e.pOQ& rr
3 44em 1. ,%.e 3 / I President STATE OF CALIFORNIA c~lIFOR~\'
0'
COUNTY OF SAN DIEGO SS:
On this 21st day of December, 1988 before the subscriber, a Notary Public of of California, in and for the County of Son Diego, duly commissioned and qualif BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally be the individual and officer described in and who executed the preceding instru he acknowledged the execution of the same, and being by me duly sworn, deposeth a that he is the said officer of the Corporation aforesaid, and that the seal affix preceding instrument is the Corporate Seal of the said Corporation, and that- Corporate Seal and his signature as such officer were duly affixed and subscrib said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at of San Diego, the day and year first above written.
NORMA PORTER i e /)/?[ r'i , Q/.&-,,
Notary Public4alifornca SAN DIEGO COUNTY Notary Public
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THI hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a f and correct copy, is in full force and effect, and has not been revoked.
0 IN WITNESS WHEREOF, I have hereunto b cribed my n me as Secretory, and af Corporate Seal of the Corporation, this 2Lbt.l day of Yeptember 19 89 $$o7 &h, w. m Secretary m ICW CAL 37(REV. 5/87) 0 3, 44ac*, ,%I' 3 'J
DESIGNATION OF SUBCONTRACTORS
0 The Undersigned certifies he/she has used the sub-bids of the followi listed Contractors in making up his/her bid and that the st contractors listed will be used for the work for which they bi subject to the approval of the City Engineer, and in accordance wi applicable provisions of the specifications and Section 4140 et SE
of the Public Contracts Code - "Subletting and Subcontracting Fa
Practices Act." No changes may be made in these subcontractors exec upon the prior approval of the City Engineer of the City of Carlsba
The following information is required for each sub-contractc Additional pages can be attached if required:
Items of Full Company Complete Address Phone No.
Man. Fire Station Bldg.
Prefabricated
Steel Aparatus
Bldg .
Work Name with 2 iD Code with Area Cod
232ANbkMw
Wa%% --%Qzc
Earthwork W*4b
P
c; 5&2-8*
?F i Landscape
.Irrigat Concrete ion
Concrete Reinforcement
Asphaltic Concrete Pav.
Chain Link Fencing
Misc. Metal
Arch. Woodwork
Painting
Plumbing *s- %5f
Electrical 4w s3 t?
a
11
DESIGNATION OF SUBCONTRACTOR8 (continued)
The bidder is to provide the following information on the subbids
of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required.
e
Type of State Carlsbad Amount Contracting Business of Full ComDanv Name License & No, & icense No.* Bid ($ or %I
$b g-. - 2"2T
*- - 50w - A
0
* Licenses are renewable annually. If no valid license, indicate
ttNONE.tt Valid license must be obtained prior to submission of
signed Contracts.
John Carey Construction Co., Inc. Bidder's Company Name
k~ nr. its04 (NOTARIAL ACKNOWLEDGEMENT OF
EXCEPTION MUST BE ATTACHED.)
-s Complete Address
&n ni2q5, rA- 47171
1 (CORPORATE SEAL)
AutHorized Signature
e
L
1
1 1s.
D STAlE COUkUTV &JQ OF 3F. CALIF0 IA ... 2.e 22 ._. .____! - - /.Z~J--, before me. the understgnec a kola? PubimC 1:: and !cr
c I c" basis of saits!actory evrdencej IC be the persons whC: ereculed :he wtnin instrunIer,t 8s e - ----.. __-.
+ On *7- : saic State. personall; appeared----.- mq 7- 65.- __-. _._. --.. an6 k - - __ -___. ____ _.__. ..-.. ._______ - ____.. persona!ly known IC rie fcc rov+c :o rr,e or. the
rz
C
bylaws or 8 fesP'ulIOn 01 115 board of directors
W!lk€SS my hanC an0 oH+ciaI seal
I
?
- l-w
12
BIDDER'S STATEMENT OF FI"lCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed statement
of his/her financial responsibility.
0
pd f i mci a 1 ,st.a.hment.
<
__ anc
C I
sal:: Stste i.'ersorairy appeared- __ -
-- - -_ ___ - -- --- -- I-_ -
I\i?iA'V PUBLIC CCLIFOQhiA
PRINCIPAL OFFICL IY by laws t' a resDiu1~0n 01 its board of drrecrors
W'ThESS my haxi anc o+~,ccG'~~~I
i I -
-iGla-,a brat
.'
3 /X< $/& 74- /- 9L------
Signature
(NOTARIAL ACmOWLEDGEMENT OF EXECUTION MUST BE ATTACHED)
(CORPORATE SEAL) 0
"
>
8-
JOHN CAREY CONSTRUCTION COMPANY
FINANCIAL STATEMENT
July 31, 1988
-
e
4
CONTENTS
Accountant's Report .........................................................
Balance Sheet ........................................................... 2 &
Income Statement............................................................
Statement of Changes in Financial Position... ............................... 0
Notes to Financial Statement................................................
0
MASTERS ACCOUNTANCY
CORPORATION
Alan Masters, C.PA e
Board of Directors
John Carey Construction Co., Inc.
9484 Chesapeake Ct., #408
San Diego, California 92123
Dear Board Members:
I have reviewed the accompanying balance sheet of John Carey Construct
Co., Inc. as of July 31, 1988 and October 31, 1987, and the relai
statements of income and retained earnings, and changes in financial posit
in accordance with standards established by the American Institute
Certified Public Accountants. All information included in these financ
statements is the representation of the management of John Cax
Construction Co. , Inc.
A review consists principally of inquiries of company personnel.,
analytical procedures applied to financial data. It is substantially less
scope than an examination in accordance with generally accepted audit
standards, the objective of which is the expression of an opinion regard
the financial statements taken as a whole. Accordingly, I do not expre
such an opinion.
Based on my review, I am not aware of any material modification that shot
be made to the accompanying financial statements in order to be in conformi
with generally accepted accounting principles.
0
?;&!I@ &&W+M" ' i'/b f /) (:
MASTERS ACCOUNTANCY CORPORATI
El Cajon, California
August 5, 1988
0
2700 Nwap Road El Capn, California 92020 Telephone (619) 698-6031
3 b,U> .&&Otis COWANY, XNC.
Balance Sheet
July 31, 1988 and October 31, 1987
1988 a -
ASSETS
Current Assets
Cash $ 8,819 $
Total Current Assets $ 218,040 $
Accounts receivable - trade (Note 3) 209,221 --------- ---
Property and Equipment
Office furniture $ 2,148 $
$ 1,344 $
Accumulated depreciation (804) --------- ---
I------- ---
0
Total Assets $ 219,384 $ --- ==pP=I===I== ---
0 See Accountant's Letter.
2
1987 - 1988 I-. -
LIABILITIES
Current Liabilities
19 7 Accounts payable $ 68,048 $ 29,665
38 9 Accrued taxes 43 , 665 -0-
186 $ 111,713 $ 29,665
--- --------- ---------
Other Liabilities
Note payable - treasury stock (Note 2) $ 26,821 $ 26,882
L48
574)
j74 Capital
---
---
Authorized issued and outstanding,
500 shares of common stock, stated
value $ 5,000 $ 5,000
Retained earnings 165,150 97,513
Treasury stock (89,300) (89,300) --------- --------- e
Shareholder's Equity $ 80,850 $ 13,213 --------- ---------
'60 Total Liabilities and Equity $ 219,384 $ 69,760 .-- -- am======= =======x=
e 3
itkc~~ltr: :,td~ciuent
For The Nine Months Ended July 31, 1988
and The Year Ended October 31, 1987
1987 - 1988 a -
Income
Contract sales $ 861,058 $ 528,161
Less cost of goods sold 670 , 741 473 , 38! --------- --------.
$ 182,317 $ 54,77(
Expens e s
Auto and truck expense $ 11,836 $ 6,21r
Telephone and utilities 4,010 2,93'
Insurance, W/C, health, general liability 28,673 26,40'
Blueprints 544 1,07
Depreciation 230 41
Repairs and maintenance 28 56
Rent 9,482 10,75
Interest 971 3,22
Office, copier, software 5 , 744 1,20
Expendable equipment -0- -0
Bonding expense 5,152 -0
Employee benefits 1,630 -0
Accounting, legal 550 -0
Unclassified expense 2,165 -0
$ 71,015 $ 52,7a
0
--------- --------
-- -- - - - - - --------
Income Before Provision for
Income Taxes $ 111,302 $ 1,98
Provision for Income Taxes 43 , 665 49
Net Income $ 67,637 $ 1,48
-------- --------
=sxas~a=== ========
See Accountant's Letter.
4
a
Notes L~ kimiicLai ~tatement
July 31, 1988
Note 1 - The Company is involved in the general contracting industry. 1
principal product is home and commercial remodel jobs. 0
Note 2 - Payment to former shareholder for company stock reacquired by 1
Corporation. Payable at $277.71 per month pencipal and intert
at 12% per annum.
Note 3 - The Company reports on the percentage of completion in recogniz.
earnings. Accounts receivable include work completed and w(
partially completed. The partially completed work has bt
recognized as earnings. According to management all receivab
are considered collectible.
Note 4 - The Company is committed to the following leases:
a) Storage rent lease @ $300 per month
b) Office rent lease @ $800 per month
c) Equipment lease @ $150 per month
0
e 6
--- ~ ._ - _. - __ . -
13
BIDDER'S STATEKENT OF 0 TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed.
1 Date 1 [Contract !Name and Address No. of Person I Type of IAmount of ! Contract I i 1/89 lscripps Clinic I
I I I I I I
I I 1
'Name and Phone'
! to Contact ! Work
1 I ComDleted I , of the Employer
I I ! ! I I
SI I I I 1 1
tt 1 ! I I
I I I I I I
I I 1 I I I I I
I flsignature
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
(CORPORATE SEAL) ;e
! :ss CObfvTr OF. .. ... - ---Lg/.gp-d ._____ ..___!
On . - & .-ap [~EP- _. &fore me he understgnec d Nota7 Pub:(- tn and tor
sk1c Slaw wrscnali~ appeared- --. .- -.mey-&w~-. ____..._. .- __. . anc
S7A’IE 0’ 141!F .NlA
c
r- - -
”
_..__.__. . __ __. persorial!y kno-r 10 me !r+ rovi-c 13 me on the
$
,t - c” basis GI sel:s!a:lo-), evldencel tG ce the persons WhO eXeculsd the within Insirurrtet,: as ++-- .
-. ---- .- -.- .. .--- - ....___ E
?g
!edged la me-tnai
bylaws or a resD’u!ion of Its board 01 directors
WtiNE S5 my haqd a?d oHtc~ir~ seal
I
9 !E
- rr
I
I
I
I County of 1
I
I
I
I
1
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND BUBMITTED WITH BID i.
State of California 1 ) ss.
*? & /&,&2
deposes and says that he or she is President
of Lo n arpv - ons ruci on Co., Inc.
the party making the foregoing bid that the bid is not made in th
interest of, or on behalf of, any undisclosed person, partnership
company, association, organization, or corporation: that the bi
is genuine and not collusive or sham: that the bidder has no directly or indirectly induced or solicited any other bidder to pu on a false or sham bid, and has not directly or indirect1 colluded, conspired, connived, or agreed with any bidder or anyon else to put in a sham, bid, or that anyone shall refrain fro bidding that the bidder has not in any manner, directly o
indirectly, sought by agreement communication, or conference wit anyone to fix the bid price, or of that of any other bidder, or t fix any overhead, profit, or cost element of advantage against th public body awarding the contract of anyone interested in th
I proposed contract: that all statements contained in the bid ar true: and further, that the bidder has not, directly or indirectly
submitted his or her bid price or any breakdown thereof, or th contents thereof, or divulged information or data relative thereto or paid, and will not pay, any fee to any corporation, partnership company association, organization, bid depository, or to any membe
or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true an
correct and that this affidavit was executed on the 20th day o
, being first duly sworn,
(Signature)
(Title)
(Name of Firm)
0
I
9 q -mhpr , 1989.
r
- -__ L^*x /56/&/7L
uSignature - . _.__ _.__-..-- 1 -bd-----6
1
____ and 1
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOE:
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 5ELC Corroon & Black
1615 Murray Canyon Wad, Ste 800 San Diego, CA 92008
(619) 297-7111
COMPANIES AFFORDING COVERAGE
COMPANY LETTER A Insurance Co. Of the west
SUB-CODE
COMPANY LETrER B
COMPANY LETTER c John Carey Construction Company, Inc. 9484 Chesapeake Dr., Ste 804
San Diego, CA 92123 COMPANY LETTER D
RACT OR OTHER DOCUMENT WITH RESPECT TO R MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ALL LIMITS IN THOUS POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MMIDDIYY) POLICY NUMBER
GENERAL LIABILITY GENERAL AGGREGATE
PRODUCTS-COMP
PERSONAL & ADV
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
OWNER'S & CONTRACTOR'S PROT,
AUTOMOBILE LIABILITY
ANY AUTO LIMIT
ALL OWNED AUTOS
SCHEDULED AUTOS (Per person)
HIRED AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
BODILY INJURY $
BODILY INJURY $
OCCURRENCE EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION 1/4/91 $ 1,000 WSD 079 3546-00
EMPLOYERS' LIABILITY
.-" -
DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
211 operations performed by the Named Insured in connection with the Fire Station Nc Contract No. 3302.
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL
MAiL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER
Corrmn & Black EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELC
COMPANIES AFFORDING COVERAGE
COMPANY
SUB-CODE LETTER A CNA Insurance co. ! CODE
COMPANY B LmER
COMPANY LETTER C John Carey Construction Campany, Inc. 9484 Chesapeake Dr., Ste 804
San Diego, CA 92123
ALL LIMITS IN THOUS POLICY EFFECTIVE EXPIRATION TYPEOFINSURANCE POLICY NUMBER DATE (MMIDDIYY) - ~~ x I_ ~
GENERAL LIABILITY GENERAL AGGREGATE
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGAT
PERSONAL & ADVERTISING INJUR'
MEDICAL EXPENSE (Any one persor
COMBINED SINGLE $ LIMIT
BODILY INJURY $ (Per oerson)
I1x~- xI
1,000
I 806228 113 1/4/90 1/4/91
SCHEDULED AUTOS
HIRED AUTOS BODILY
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
EMPLOYERS' LIABILITY
ION OF OPERATIONS/LOCATIONS/VEHICLES~RESTRICT~ONS/SPE~IAL ITEMS THE TERM " CXRTI HOLDER'WHEREVER us
CERTIFICATE SHALL MEAN: PLFASE SEE OVER THE CITY OF CARISBAD, ITS OFFICERS AND EMPWYEES.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ' City of Carlsbad
00 Elm Ave.
General Liability - The Certificate Holder is an Additional Insured soley
as respects work performed by the Named Insured in connection with the Fire Station No, 6, Contract No. 3302 provided, however, that a written
contract requiring that the Certificate Holder be an Additional Insured
exists .
Such insurance as is afforded by this policy is pimary insurance and no other insurance of the Additional Insured will be called upon to contribute to a loss.
The Insurance Company waives its rights of subrogation against the
Certificate Holder which may arise by reason of pyment under the General Liability Policy in connection with the a mentioned project.
General Liability - The Certificate Holder is an Additional Insured soley
as respects work performed by the Named Insured in connection with the
Fire Station No. 6, Contract No. 3302 provided, however, that a written contract requiring that the Certificate Iiolder be an Additional Insured exists .
Such insurance as is afforded by this policy is primary insurance and no other insurance of the Additional Insured will be called upn to contribute to a loss.
The Insurance Company waives its rights of subrogation against the Certificate Holder which may arise by reason of payment under the General Liability Policy in connection with the aSormentioned project.
1
CONTRACT - PUBLIC WORKS a
This agreement is made this /Laday ofK- , Id& by an between the City of Carlsbad, California a nun cipal corporatiop (hereinafter called "City") , and
whose principal place of business is 9484 Chesapeake Dr., #804, San
nipnn; CA 9717.1 (he2einafter called "Contractorv1. )
City and Contractor agree as follows:
1. Descrbtion of Work. Contractor shall perform all wox
John Carey Construction Co., Inc.
specified in the Contract documents for:
FIRE STATION NO. 6
CONTRACT NO. 3302
(hereinafter called lcprojectll)
2. Provisions of Labor and Materials. Contractor shall provic
all labor, materials, tools, equipment, and personnel t
perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of thj
Contract: the bid documents, including the Notice t
Bidders, Instructions to Bidders' and Contractors
Proposals: the Plans and Specifications, the Specie
Provisions, and all proper amendments and changes mad
thereto in accordance with this Contract or the Plans ar Specifications, and the bonds for the project: all of whic
are incorporated herein by this reference.
The Contractor, her/his subcontractors, andmaterials
suppliers shall provide and install the work as
indicated, specified, and implied by the Contract
documents. Any items of work not indicated or
specified, but which are essential to the completion
of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In
all instances through the life of the Contract, the
City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure
of the Contractor to apprise her/his subcontractors
and materials suppliers of this condition of the
Contract will not relieve her/him of the
responsibility of compliance.
4. Payment. All full compensation for Contractor's perfomanc of work under this Contract, City shall make payment to tk
Contractor per Section 9-3 of the Standard SDecif icatior for Public Works Construction. The closure date for eac
monthly invoice will be the 30th of each month.
0
*
I
1
I
I
I
II
I
I
I
I
I
II
I
I
8
1(
Invoices from the Contractor shall be submitted accordin<
to the required City format to the City's assigned project
manager no later than the 5th day of each month. Payments
will be delayed if invoices are received after the 5th oj each month. The final retention amount shall not bt
released until the expiration of thirty-five (35) days
following the recording of the Notice of Completion pursuant to California Civil Code Section 3184.
5. IndeDendent Investisation. Contractor has made ai
Independent Investigation of the jobsite, the soi:
conditions at the jobsite, and all other conditions thal
might affect the progress of the work, and is aware of thosf conditions. The Contract price includes payment for al:
work that may be done by Contractor, whether anticipated 01
not, in order to overcome underground conditions. An] information that may have been furnished to Contractor b]
City about underground conditions or other job condition!
is for Contractor's convenience only, and City does no1
warrant that the conditions are as thus indicated
Contractor is satisfied with all job conditions, includinc
underground conditions and has not relied on informati01 furnished by City.
6. Contractor ResDonsible for Unforeseen Conditions
Contractor shall be responsible for all loss or damagc
arising out of the nature of the work or from the action o the elements or from any unforeseen difficulties which ma: arise or be encountered in the prosecution of the work unti its acceptance by the City. Contractor shall also bi responsible for expenses incurred in the suspension o discontinuance of the work. However, Contractor shall no.
be responsible for reasonable delays in the completion o
the work caused by acts of God, stormy weather, extra work or matters which the specifications expressly stipulate wil
be borne by City.
7. Chancse Orders. City may, without affecting the validity o
the Contract, order changes, modifications and extra wor
by issuance of written change orders. Contractor shall mak
no change in the work without the issuance of a writte
change order, and Contractor shall not be entitled t
compensation for any extra work performed unless the Cit
has issued a written change order designating in advance th
amount of additional compensation to be paid for the work
If a change order deletes any work, the Contract price shal
be reduced by a fair and reasonable amount. If the partie
are unable to agree on the amount of reduction, the wor
shall nevertheless proceed and the amount shall b
determined by litigation. The only person authorized t order changes or extra work is the Project Manager. Th
written change order must be executed by the City Manager
t
I P
1
I
I
1
1
I
I
I
I e
1
1
I
1
8
i
1:
if it is for $15,000.00 or less or approved by the City Council and executed by the Mayor if the amount
of the change order exceeds $15,000.00.
8. Immisration Reform and Control Act. Contractor shall compl!
with the requirements of the "Immigration Reform and Contro: Act of 1986Il (8 USC Section 1101-1525).
9. Prevailins Wase. Pursuant to the California Labor Code, thc
director of the Department of Industrial Relations ha: determined the general prevailing rate of per diem wages ii accordance with California Labor Code, Section 1773 and i copy of a schedule of said general prevailing wage rates ir on file in the office of the Carlsbad City Clerk, and ii incorporated by reference herein. Pursuant to Californi, Labor Code, Section 1775, Contractor shall pay prevailinc wagers. Contractor shall post copies of all applicable prevailing wages on the job site,
10. Indemnity. Contractor shall assume the defense of, pay a1
expenses of defense, and indemnify and hold harmless thi City, and its officers and employees, from all claims, loss damage, injury and liability of every kind, nature an1 description, directly or indirectly arising from or i connection with the performance of the Contractor or work or from any failure or alleged failure of Contractor t comply with any applicable law, rules or regulation including those relating to safety and health: except fo
loss or damage which was caused solely by the activ
negligence of the City; and from any and all claims, loss damages, injury and liability, howsoever the same may b caused, resulting directly or indirectly from the nature o the work covered by the Contract, unless the loss or damag
was caused solely by the active negligence of the City. Th expenses of defense include all costs and expenses includin attorneys fees for litigation, arbitration, or other disput resolution method,
11. Insurance. Without limiting Contractor's indemnificat,ion
it is agreed that Contractor shall maintain in force at a1 times during the performance of this agreement a policy o policies of liability insurance at least $1,000,000.0 combined single limit covering its operations, includin coverage for contractual liability and insurance coverin
the liability set forth herein.
The policy or policies shall comply with the special
insurance instructions in the Supplementary General Provisions and shall contain the following clauses:
Ai
f
e
1
"The City is added as an additional insured as respect
operations ofthe named insuredperformedunder contrac with the City," t
I
I
1
I
I
I
I
I c
I
1
I
1
1
I
I
1E
"It is agreed that any insurance maintained by the Cit) shall apply in excess of and not contribute with, insurance provided by this policy.@w
All insurance policies required by this paragraph shall contain the following clause:
A. "This insurance shall not be cancelled, limited or non-
renewed until after thirty (30) days written notice has been given to the City."
"The insurer waives any rights of subrogation it has 01 may have, against the City or any of its officers 01 employees. I'
Certificates of insurance evidencing the coverage requirec
by the clauses set forth above shall be filed with the Cit] prior to the effective date of this agreement.
12. Workers' ComDensation. Contractor shall comply with thc
requirements of Section 3700 of the California Labor Code Contractor shall also assume the defense and indemnify anc save harmless the City and its officers and employees fro] all claims, loss, damage, injury, and liability of ever: kind, nature, and description brought by any person employe1
or used by Contractor to perform any work under thi
Contract regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to the Cit
certification ofthe policies mentioned in Paragraphs 10 an
11 or proof of worker's compensation self-insurance prio to the start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply with th
Government Tort Claims Act (California Government Cod
Section 900 et seq.) prior to filing any lawsuit for breac of this contract of any claim or cause of action for mone
15. Maintenance of Records. Contractor shall maintain and mak
available at no cost to the City, upon request, records i
accordance with Sections 1776 and 1812 of Part 7, Chapte 1, Article 2, of the California Labor Code. If th
Contractor does not maintain the records at Contractor' principal place of business as specified above, Contract0 shall so inform the City by certified letter accompanyin the return of this Contract. Contractor shall notify th City by certified mail of any change of address of SUC records o
16. Labor Code Provisions. The provisions of Part 7, Chapte
1, commencing with Section 1720 of the California Labor Cod are incorporated herein by reference.
B. t
B.
I or damages.
t
i
1
17. Security. Securities in the form of cash, cashier's check
or certified check may be substituted for any monie
withheld by the City to secure performance of this contrac
for any obligation established by this contract. Any othe security that is mutually agreed to by the Contractor an( the City may be substituted for monies withheld to ensurc performance under this Contract.
18. Provisions Reuuired bv Law Deemed Inserted. Each and ever] provision of law and clause required by law to be insertec in this Contract shall be deemed to be inserted herein anc included herein, and if, through mistake or otherwise, an: such provision is not inserted, or is not correct11 inserted, then upon application of either party, the Contract shall forthwith be physically amended to make sucl insertion or correction.
19. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" 01 "Special Provisions" attached hereto and made a part hereof.
I
I
8
8
I
I
II
b
I
f
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED.!
(CORPORATE SEAL) BY
t PR VED AS TO FORM:
8 LQk City Attorney / . t $eW 76
b
I
8
I
cWclerk/ J Pf'P
I
STATE CiF i=
_______ -
Lzez ~efcre xe, $he underslgnea, a
.said -Gate, persona: ~y appeared
_______~ 2qd
to me 0:: the bas7s of ersons who execu-ed the with-n
instrtanent as President and
w
or a resolintion of ;ts board of direct
W-itness ny harid and official
2(
I
I
I
II
I
I
I
B
b
I
l
I
I
I
I
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY
"I am aware of the provisions of Section 3700 of the Labor Codc which requires every employer to be insured against liability fo. workers' compensation or to undertake self-insurance in accordanci with the provisions of that code, and I will comply with sucl provisions before commencing the performance of the work of thi Contract. 1t
t
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986
"I am aware of the requirements of the Immigration Reform ant
Control Act of 1986 (8 USC Section 1101-1525) and have compliei with these requirements, including, but not limited to, verifyin the eligibility for employment of all agents, employees subcontractors, and consultants that are included in thi Contract. st
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
OF AFFIRMATIVE ACTION PROGRAM
4 bC,* ,d- L(] ,rd I hereby certify that A /-la ~AWX.L~ c (Legal Name ofhContractor) in preforming under the Purchase Order awarded by the City o Carlsbad, will comply with the County of San Diego Affirmatitr Action Program adopted by the Board of Supervisors, including a1 current amendments.
\d2 s,,J&2 Date 6
&?m L-&
\
Title
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
(CORPORATE SEAL) +
1
_______-__
before me, cfie hfides~--s?gnea, a
ts 7 personal i y appeared
to me or! ~he bass~ cf
ersons who executec' he t~;tk-i-,~:
ar?d -- -__-
instrument as _________- Pres-iaent anr -
or a resc?u-c!sn of its bcard cf dir
M1tness ny hand and cf
h
BOND #114 69 46 PREMIUM: INCLU KNOW ALL PERSONS BY THESE PRESENTS:
m, the City CollnCil Of the city Of CarLSb8d8 State
a
Caliiornia, by Rusolution No. 89-436 f adopted kc. 12, 1989 , 1 awarded to John Carey Construction Co,, Inc. (hare inat
designated as the Vrincfpal"), a Contract for:
PIRE STATION NO. 6
CONTRACT NO. 3302
in the City of Caxlrrbad, in strict conformity with the drawings specifications, and othcar Contract documents now on fils in - Office of the City Chrk of the City of Carlobad and all of wh are incorporated herein by thio rrfrrrunca.
wHERF3Ls, said Principal ha$ executed or is about to execute 8 Contrack and the tams t2hereof rq'uirr the furnishing of a b with said Contract, providing that i% mid Principal ox any bfs/hew or its subcontractors shall fail to pay fur any materia provisions, provender or 0th~~ supplies or t+aaxr used in, upon or about the p+rformancr of the work agreed to brr dons, or for work or lubor dona theraon of any kind, the Surety on ai8 b will pay the same to tho &ant hereinafter set forth.
NOW, TEEREFORE, WE;,J,ohn Carey C as I~~~~fi~~~kpA~~~~p~ a*m mcontxactoin) , a
unto the City of Carlsbhd in the sum ofS nn/m Dollars ($- y, ~8fd Sw w (50%) of the asthatsd amount payable by the City Carlsbad under tha temu of a8 Contract, for which payment w
a&uinhtzatars, 8uccf~1180~8, or asrfgns, jointly and several iinnly by them prasurta.
THE CONI)ITXON OF !CHIS 03LIGATXON 16 StJW that if the person his/her rubcontra~or8 fail te pay for any materials, provisie provender or the supplies, or teams urod in, upon, for, or at: the performance of the work cobtractdl to btt dons, or for any ot work or labor thereon of any kind, or for amounts due under Wnsmployrnant Insurmca cod. with raspect to such work or luk that: the Surety or ~urilties will pay for the same, not to exc the sun spcifitd in thr bond, and, also, in caua suit is brov upon the bond, & r8arombh attorney's fw, to be fixed by c0urk# as required by the proviadons of Section 3248 of !
This bond rhall h8Urr to .th8 benefit of any and a11 pctrsc conpanies and corporationo entftlwl to file claims under Title or part 4 of Division 3 of the -Civile (cowenc
c.
ha Surety, dlrO held ffnly bo tv five t
and truly to h =de W1 bind Ou1I1OQ1V8SI OUT hairs, eXeCUtOrS
0 with Section 30822).
rr
4
@ ~n the event any Contractor above named executed this bond as i individualt it is agreed the death of any such Coh,tractor shall nc exon@rate the Surety fXOnS its obligations un&r this bond.
fN WITIlESS -OF, this instrument has been duly executed by a C*ntractor and Surety above named, on the 26th day of December I989 e
(NOTARXA~ ACKHOPILEDG- OF =FscuTxorJ PO# ncB Bxmg
YUBT BE ATTXCBEP.) Contractor
(CORPORISTE SI3Xl.t) INSURANCE COMPANY OF THE WEST
y , J, c_ Y L., 8 u ..__.___ __ -_-I_----- - -- -- -- ----- ---- - --
e befaore me, the unders’gned, a
__-
kridence) to be the persons who executed the ~it!‘
b
1
-----
STATE OF CALI FORNlA
COUNTY OF
5s SAN DIEGO On this 26th day of December , in the year 1989 , t
undersigned Notary Public, in and for the State of Californ
appeared
personally known to me (or proven to me on the basis c
evidence) to be the person who executed the written instrumen
In-Fact on behalf of the Corporation therein named and acknov
that the Corporation executed it.
Given under my hand and the Notary Seal this 26 ___day th of
AD. 19 89.
Inqrid Erika Crosbv
w My Commission expi
I Cal 31 5 R(04/16)
____ ~ - _-__ .. _- ------- - ____ ___- -- --- u-
INSURANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of a POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporal authorized and existing under the laws of the State of California and having its office in the City of San Diego, California, does hereby nominate. constitute and
Larry D. Cogdill Brian M. Kawamoto Ingrid Erika Crosby
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby con its name, place and stead, to execute, seal, acknowledge and deliver any and c undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under ai authority of the following Resolution adopted by the Board of Directors of COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februa which said Resolution has not been amended or rescinded and of which the follc true, full, and complete copy:
That the President 0r Secretary may from time to time appoint Attc Fact to represent and act for and on behalf of the Company, and either the Prc Secretary, the Board of Directors or Executive Comnittee may at any time ren Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it fur RESOLVED: That the Attorney-in-Fact may be given full power to execute for a name of and on behalf of the Company any and all bonds and undertakings as the bu the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and s attested by the Secretary."
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to unto affixed and these presents to be signed by its duly authorized offi 21st day of December, 1988. INSURANCE COMPANY OF THE WEST
"RESOLVED:
e c 0 3 444cw ,.to 2 $fzi+. resident
STATE OF CALIFORNIA QlIFORH\'
COUNTY OF SAN DIEGO ss:
On this 21st day of December, 1988 before the subscriber, a Notary Public of of California, in and for the County of San Diego, duly comnissioned and qualii BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally be the individual and officer described in and who executed the preceding instrt he acknowledged the execution of the same, and being by me duly sworn, deposeth a that he is the said officer of the Corporation aforesaid, and that the seal affi) preceding instrument is the Corporate Seal of the said Corporation, and that- Corporate Seal and his signature as such officer were duly affixed and subscril said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at of Son Diego, the day and year first above written.
&.l)/jX& p-& /& , #'* L.
Notary Public
STATE 0 COUNTY
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a f and correct copy, is in full force and effect, and has not been revoked.
@ IN WITNESS WHEREOF, 5 have hereunto subscribed my name as Secretary a d af Corporate seal of the Corporation, this 26th day of December 14 sg
m Secretary
- ,v:?nP5*, :.;G &+~, id. (55hlZz
ICW CAL 37(REV. 5/87) [Qg) u
2
mow BQNp BOND #114 69 46 PREMIUM: $3,276.00 KNOW ALL PERSONS BY TKESE PRESENTS:
WHEREAS, the. city Council of the City of Carlsbad, State o California, by ReSOlUtiOh No.89-436 , adopted 12/12/89 , has awarde
to Jnhn.,Inc. f (hereinafter designated as th kPrificipa11’) , a Contract for:
a
FBRE STATION NO, 6 CONTRACT NO. 3302
in the City of Carlsbad, in strict conformity with the contract the drawings and specifications, and other Contract: documents no on file in the Office of the City Clerk of the City of Carlsbad a1 of which are incorporated herein by this reference.
WHEREAS, said Principal has sxecuted or is about to execute sai
Contract’and the terms thereof require the furnishing of a bond fo the faithful performance of said Contract;
NOW, THEREFOE, WE, John Carey Construction CO., I~c. , as Principal
hhereinafter desi nated a8 the nContractor”), and4_
INSU ANCE COMPANY OF THE %EST 8 as Surety, are held and. firm1
bound unto the City of Carlsbad, in the sum ofone hundred flfly one Seven & ndred & OO/OO Dollars ($151,7QO.&- ), said sum being equa to one hundred percent (100%) of the estimated amount of th
Contract, to be paid to the said City or its certain attorney, it successors and assigns; for which payment, well and truly to b made, we bind ourselves, our heirs, executors and administrators successors or assigns, jointly and severally, firmly by thes presents.
THE CONDITION OF THIS tX3LIGATfON IS SUCH that if the above bounde Contractor, his/her or its heirs, executors, administrators successors or assigns, shall in all things stand to and abide by and web1 and truly keep and perfom the covenants, conditions, an
agreements in the said Cohtract and any alteration thereof made a therein provided on his/har or thofr part, to be kept and perfome
at the time and in the manner therein specified, and in a1 respects. according to their true intent and meaning, and shal indemnify and save harmless the City of Carlsbad, its officers an agents, as therein stipulated, then this obligation shall becon:
null and void; otherwise it shall remain in full force and virtue
As a part of the obligation sxecured hereby and in addition to th face amount specified therefore, there shall be included costs ar reasonable expenses and fees, including reasonable attorneys fees
incurred by the City in succasafu3.~y enforcing such obligation, a1 to be taxed as coats and include in any judgement rendered.
And said Surety, for value received. hereby stipulates and agree that no change, extension of time, alteration Or addition to tl- terms of the Contract, or to the work to be performed thereunder
* i
or the specifications accompanying the same shall affect i obligations an this bobd, and it doe6 hereby waive notice of a change, extension of time, alterations or addition to the terns
the Contract, or to the work or to the specifications.
In the event that any Contractor above named executed this bond an individual, it is agreed that the death of any such Contract shall not exonerate the Surety from ita obligations under UI bond.
IN WITNESS WHEREOF, this instrument has been duly executed by t Contractor and Surety above named on the 26th. day of December
1989
JOHN CAREY CONSTRUCTION COMPANY, INC
/
+dAJ/ && /&.-.-- 3,- (NOTARIAL XCKNO'FpLEbGEMeNT OF
EX"IOH FOB SACS SIGKER Contractor WUBT BE ATTACZ€ED. ) INSURANCE COMPANY OF THE WEST
BY*& -& bAyb (CORPORATE SEAL)
Ingrid hika Crosby, Attorney- 12-b~ e Surety
3
____-~
before W, ti;e undecs?gned, a
e i persona7 7 y appeared
to me 0;1 the basis cf
6?rscr2s who exestlted the w7th-
and
-instrument as - I Prasi dent and
1 retary, on behalf cf
corporation executed the w-\thin ins
cr a resolu'cior: of its boa:-d of d7r
9
0
t
L
______.
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO On this - day of December , in the year lg8' , befo
ss 26th
undersigned Notary Public, in and for the State of California,
appeared
personally known to me (or proven to me on the basis of s
evidence) to be the person who executed the written instrument as
In-Fact on behalf of the Corporation therein named and acknowled
that the Corporation executed it.
Inqrid Erika Crosbv
Given under my hand and the Notary Seal this ___day 26th of - De
My Commission expires
A.D. 19 89, November 27, 1989
CaI 315R(04/86) Notary Publlc
__ _. - ___ - .- .-. - -- - - __..__ ____^__- --- -__--
INSURANCE COMPANY OF THE VVEST
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY 0
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corpora authorized and existing under the laws of the State of California and having its
office in the City of San Diego, California, does hereby nominate, constitute and
Larry D. Cogdill Brian M. Kawamoto Ingrid Erika Crosby
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby cor its name, place and stead, to execute, seal, acknowledge and deliver any and I undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under o authority of the following Resolution adopted by the Board of Directors of COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februa
which said Resolution has not been amended or rescinded and of which the follc true, full, and complete copy:
That the President or Secretary may from time to time appoint Attc Fact to represent and act for and on behalf of the Company, and either the Prc Secretary, the Board of Directors or Executive Comnittee may at any time rei Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it fur RESOLVED: That the Attorney-in-Fact may be given full power to execute for c name of and on behalf of the Company any and all bonds and undertakings as the bu the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and s attested by the Secretary.',
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal tc unto affixed and these presents to be signed by its duly outhorized off] 21st day of December, 1988.
"RESOLVED:
(?J
INSURANCE COMPANY OF THE WEST
* +wo%o 5
* 3 *4*cn ,. 4 5 1 , President
0
STATE OF CALIFORNIA '4l/FORH\'
COUNTY OF SAN DIEGO 55:
On this 21st day of December, 1988 before the subscriber, a Notary Public of of California, in and for the County of San Diego, duly comnissioned and quolil BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally be the individual and officer described in and who executed the preceding instri he acknowledged the execution of the same, and being by me duly sworn, deposeth o that he is the said officer of the Corporation aforesaid, and that the seal affi) preceding instrument is the Corporate Seal of the said Corporation, and that- Corporate Seal and his signature os such officer were duly affixed and subscrit said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at of San Diego, the day and year first above written.
&..3/5<?, 4 Q& 4 A, i &.
Notary Pub1 ic
STATE 0 COUNTY
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THf hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a f and correct copy, is in iiull force and effect, and has not been revoked.
0 IN WITNESS WHEREOF, I h&e hercrrnto subscribed my name as Secretary a d af Corporate Seal of the Corporation, this 26th day of December 1; sg f5-h ~~
/ f ,d-o'p'Q+AA 4-q kJ. m m
I y-3 (- 13 U Secretary ICW CAL 37(REV. 5/87) */PO mi+/
2E
I
I
II
I
I
I
i
I
I,
!
I
I
I
I
I
I
1
OPTIONAL
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the
City of Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California, 92008, hereinafter called *tCityll and
whose address is
hereinafter called "Contractortt and
whose address is
hereinafter called ItEscrow Agent. It
For the consideration hereinafter set forth, the Owner, Contract01 and Escrow Agent agree as follows:
t
1. Pursuant to Section 22200 of the Public Contract Code thc State of California, Contractor has the option to deposii securities with Escrow Agent as a substitute for retentioi
earnings required to be withheld by City pursuant to thc Construction Contract entered into between the City anc
Contractor for in the amount of dated
(hereinafter referred to as the ttContractll). A copy of sail contract is attached as Exhibit ttA1t. When Contract0 deposits the securities as a substitute for Contrac earnings, the Escrow Agent shall notify the City within te (10) days of the deposit. The market value of thl
securities at the time of the substitution shall be at leas
equal to the cash amount then required to be withheld a retention under the terms of the Contract between the Cit
and Contractor. Securities shall be held in the name of - and shal
designate the Contractor as the beneficial owner. Prior t
any disbursements, Escrow Agent shall verify that th present cumulative market value of all securitie substituted is at least equal to the cash amount of a1 cumulative retention under the terms of the Contract.
The City shall make progress payments to the Contractor fo such funds which otherwise would be withheld from progres payments pursuant to the Contract provisions, provided tha the! Escrow Agent holds securities in the form and amoun specified above.
Alternatively, the City may make payments directly to Escro
Agent in the amount of retention for the benefit of the Cit
until such time as the escrow created hereunder i
terminated.
2.
3.
t
I
I
I
I
I
I
I
1
b
I
I
I
I
I
II
2(
4. Contractor shall be responsible for paying all fees for thc expenses incurred by Escrow Agent in administering thc escrow account. These expenses any payment terms shall bc determined by the Contractor and Escrow Agent.
5. The interest earned on the securities or the money marke. accounts held in escrow and all interest earned on tha. interest shall be for the sole account of Contractor ani shall be subject to withdrawal by Contractor at any time ani from time to time without notice to the City.
Contractor shall have the right to withdraw all or any par of the principal in the Escrow Account only by writte notice to Escrow Agent accompanied by written authorizatio from City to the Escrow Agent that City consents to th withdrawal of the amount sought to be withdrawn b Cgntractor.
The City shall have a right to draw upon the securities i the event of default by the Contractor. Upon seven (7) day written notice to the Escrow Agent from the City of th default of the Contractor, the Escrow Agent shal immediately convert the securities to cash and shal distribute the case as instructed by the City.
8. Upon receipt of written notification from the Cit
certifying that the Contractor has complied with a1 requirements and procedures applicable to the Contract
Escrow Agent shall release to Contractor all securities an interest on deposit less escrow fees and charges of th Escrow Account. The escrow shall be closed immediately up0 disbursement of all monies and securities on deposit an payments of fees and charges.
9. Escirow Agent shall rely on the written notifications fro
the City and the Contractor pursuant to Sections 4 to 6
incilusive, of this agreement and the City and Contract0
shall hold Escrow Agent harmless from Escrow Agent's releas
andl disbursement of the securities and interest as set fort above.
t
6.
7.
)
I
I
2'
The names of the persons who are authorized to give writtei notices or to receive written notice on behalf of the Cit! and on behalf of Contractor in connection with thc foregoing, and exemplars of their respective signatures arc as follows:
For City: Title
10 D
I
PI
I
I
I
I
I
r
Name I Signature
Address
For Contractor: Title
Name
Signature li Address
For Escrow Agent: Title
Name
Signature
Address I
At the time the Escrow Account is opened, the City an Contractor shall deliver to the Escrow Agent a full executed counterpart of this Agreement.
IN WITNESS: WHEREOF, the parties have executed this Agreement b their proper officers on the date first set forth above- 1 For City: Title
I Signature
Name
Address
For Contractor: Title
E
I Name
Signature
Address i
I
I
I
I
E
I
I
I
I
I
I
E
I
E
I
2t
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-]named Contractor hereby acknowledges payment in full foi all compensation of whatever nature due the Contractor for al:
labor and materials furnished and for all work performed on thc
above-referenced project for the period specified above with thc
exception of contract retention amounts and disputed claim specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
r
DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT C-LAIMED
The Contractor further expressly waives and released any claim thd Contractor may have, of whatever type or nature, for the perio specified which is not shown as a retention amount of a dispute claim on this form. This release and waiver has been mad voluntarily by Contractor without any fraud, duress or undu
influence by any person or entity.
Contractor further certifies, warrants, and represents that a1 bills for labor, materials, and work due Subcontractors for th
specified period have been paid in full and that the partie signing below on behalf of Contractor have expressed authority t execute thiis release.
DATED: -
b
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporation, etc.)
BY
BY ;.
I
29
I
I
I
8
B
I
I
I
I
1
I
I
SUPPLEMENTARY GENERAL PROVISIONS
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown, 'I "indicated, It "detailed, (I "noted, 1t @'scheduled, @
or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise.
B. Directions:
Where wordls "directed, PI tvdesignated, It lIse:Lected, It or words of similar import are used, it shall be understood that the direction,
designation or selection of the Engineer is intended, unless statec
otherwise. The word gtrequiredtt and words of similar import shall be understood to mean Itas required to properly complete the wor)
as required and as approved by the City Engineer," unless statec otherwise.
C. Equals and Approvals:
Where the words ttequal, )I IPapproved equal, w tTequivalent, w and sucl words of similar import are used, it shall be understood such wordr are followed by the expression ttin the opinion of the Engineer," unless otherwise stated. Where the words "approved, 11 ltapproval, I' gtacceptance,vt or words of similar import are used, it shall bc understood that the approval, acceptance, or similar import of thc Engineer is intended.
r
b
T D. Perform and Provide:
The word tlperformtg shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools anc equipment, and further, including the furnishing and installing oj
materials that are indicated, specified or required to mean thal the Contractor, at her/his expense, shall furnish and install thc work, complete in place and ready to use, including furnishing 01 necessary labor, materials, tools, equipment, and transportation I 1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer -8 the Project Manager for the City of Carlsbad or his
approved representative i
I
3(
I
I
I
E
I
1
I
E
1
I
i
1
I
1
1
I
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifkations for the work are the Standard Specifications foi Public Works Construction, 1985 Edition, the 1986 supplement, an(
the January, 1986 Standard Special Provisions, hereinaftel designated SSPWC, as issued by the Southern California Chapter 0: the American Public Works Association, and these Genera: Provisions o
The Construction Plans consist of 17 sheet(s) designated as Ci? of Carlsbad Drawing No. 301-9, The standard drawings utilized fo: this project are the latest edition of the San Dieso Area Reaiona Standard Drawinas, hereinafter designated SDRS, as issued by thc San Diego County Department of Public Works, together with the Cit of Carlsbad Supplemental Standard Drawings. Copies of pertinen standard drawings are enclosed with these documents.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with th product manufacturer's direction, the Contractor shall obtain an
distribute the necessary copies of such instruction, including tw
(2) copies to the City.
To Section 2-5, add:
2-5.4 Record Drawinas:
The Contractor shall provide and keep up-to-date a complete "as built" record set of transparent sepias, which shall be correcte daily and show every change from the original drawings an specifications and the exact "as-builttt locations, sizes and kind of equipment, underground piping, valves, and all other work no visible at surface grade. Prints for this purpose may be obtaine from the C!ity at cost. This set of drawings shall be kept on th
job and shall be used only as a record set and shall be delivere
to the Engineer upon completion of the work.
r
C
4-1 MATERIALS AND WORXWiN8HIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or hi appointed representative. The Engineer shall have free access t any or al.1 parts of work at any time. Contractor shall furbis
Engineer with such information as may be necessary to keep her/hi fully informed regarding progress and manner of work and characte of materials. Inspection of work shall not relieve Contractor frc
any obligation to fulfill this Contract, ?
I
I
I
n
I
I
I
3
3
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency wil bear the cost of testing materials and/or workmanship where thc results of such tests meet or exceed the requirements indicated ii the Standard Specifications and the Special Provisions. The cos'
of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of hc materials shall be approved by him before the delivery is started All materials proposed for use may be inspected or tested at an] time during their preparation and use. If, after trial, it i: found that: sources of supply which have been approved do no1
furnish a uniform product, or if the product from any source prove: unacceptable at any time, the Contractor shall furnish approve( material from other approved sources. AfLer improper storage handling or any other reason shall be rejected.
All backfi:ll and subgrade shall be compacted in accordance with tht notes on the plans and the SSPWC. Compaction tests may be made b:
the City and all costs for tests that meet or exceed tht
requirements of the specifications shall be borne by the City.
Said tests may be made at any place alony the work as deemec necessary by the Engineer. The costs of any retests made necessarl
by noncompliance with the specifications shall be borne by tht
Contractor.
Add the following section:
4-1.7 Nonconforming Work
The contractor shall remove and replace any work not conforming tc
the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be bornc
by the Contractor.
t
u
b
I
I 5-1 LOCATIOJ
Add the fo:llowing:
The City sf Carlsbad and affected utility companies have, by i
search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, tlhe accuracy of completeness of the utilities indicated on the Plans is not guaranteed.
SI
1
1
1.
I
I
3
5-4 RELOCATION
Add :
The temporary or permanent relocation or alteration of utilities including service connection, desired by the Contractor for his/he
own convenience shall be the Contractorts own responsibility, an he/she shall make all arrangements regarding such work at no cos to the City. If delays occur due to utilities relocations whicl were not shown on the Plans, it will be solely the City's optio;
to extend the completion date.
In order to minimize delays to the Contractor caused by the failuri of other parties to relocate utilities which interfere with thl construction, the Contractor, upon request to the City, may bc permitted to temporarily omit the portion of work affected by thl utility. The portion thus omitted shall be constructed by thl Contractor immediately following the relocation of the utilit involved unless otherwise directed by the City.
I
1
I
I
E
I
1
I
I
It
I
I
T
t
I
1 6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor pel Section 6-1 of the SSPWC at the time of the preconstructior conference. No changes shall be made to the construction schedult without the prior written approval of the Engineer. Any progress
payments made after the scheduled completion date shall no1 constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal 01 relocation of conflicting utilities shall be requirements prior tc commencement of work by the Contractor.
C
6-7 TIME OIP COMPLETION
The Contractor shall begin work within 7 calendar days after receipt of the ItNotice to Proceedtt and shall. diligently prosecute the work to completion within 100 consecutive calendar days after the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of word - All work shall normally be performed between the hours of 7,:OO a.m. and sunset, from Mondays through Fridays. The
contractor shall obtain the approval of the Engineer if he/she
desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. The Contractor shall pay the inspection costs of such work. P
I
3
6-8 COMPLEiTION AND ACCEPTANCE
Add the fallowing:
All work shall be guaranteed for one (1) year after the filing o a "Notice of Completion" and any faulty work or material discovered during the guarantee period shall be repaired o
replaced by the Contractor, at his expense.
I
1
I
I
P
I
I
l
i
I
1
i
T
t
6-9 LIOUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessel the sum of $500 per calendar day for each day beyond the completio date as liquidated damages for the delay. Any progress payment, made after' the specified completion date shall not constitute waiver of this paragraph or of any damages.
7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION
Modify Sections 7-3 and 7-4 as follows:
1
- SPECIAL INSUFUWCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons 01 damages to property which may arise from or in connection with thc performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors. If the insurance is on a Ifc:laims made" basis, coverage shall be maintained for i period of three years from the date of completion of the work. The cost of such insurance shall be included in Contractor's bid. Thc insurance company or companies shall meet the requirements of Citj
A. Minimuim Scope of Insurance
b
I Council Resolution No. 8188.
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/73) covering Comprehensive General Liability; and Insurance Services Office form number GL 0404 covering Broad Fom Comprehensive General Liability; and
covering Automobile Liability, Code 3. "any auto"; and
2. Insurance Services Office form number CA 0001 (Ed. 1/78)
3. Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability Insurance.
t
I
31
B. Minimuim Limits of Insurance 1
IC
1
I
I
I
I
I
li
1
8
I
1
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 combined single
limit per occurrence for bodily injury and property damage,
If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks
for which the City or its agents, officers or employees art additional insured.
2. Automobile Liability: $1,000,000 combined single limit pel accident for bodily injury and property damage.
3. Workers' Compensation and Employers' Liability: Workers'
compensation limits as required by the Labor Code of the State of California and Employers' Liability limits oj
t
I $1,000,000 per accident.
C. Deductibles and Self-Insured Retentions
Any deductibles or self -insured retentions must be declarec to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate suck deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procurc
a bond guaranteeing payment of losses and relatec
investigation, claim administration and defense expenses.
D. Other Insurance Provisions
b
The policies are to contain, or be endorsed to contain, thE fo1:Lowing provisions: I 1. GeneraIL Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed bq or on behalf of the Contractor; products and complete operations of the Contractor: premises owned, leased, hired o:r borrowed by the
Contractor. The coverage shall contain no special limitations on the scope of protection afforded
to the City, its officials, employees or
volunteers.
b. The Contractor's insurance coverage shall bc primary insurance as respects the City, its
An1 officials, employees and volunteers. insurance or self -insuranc:e maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance and shall not contribute with it. ?
I
I
I
I
I
I
I
8
B
I
I
I
3!
c. Any failure to comply with reporting provision! of the policies shall not affect coverage providec to the City, its officials, employees 0:
volunteers.
d. Coverage shall state that Contractor's insurancc shall apply separately to each insured againsf whom claim is made or suit is brought, except wit1 respect to the limits of the insurer's liability
2, Workers' Compensation and Employers' Liability Coverage:
The insurer shall agree to waive all rights o
subrogation against the City, its officials, employee:
and volunteers for losses arising from work performec by Contractor for the City.
t
.I
I 3. All Coverages
Each insurance policy required by this clause shall bc endorsed to state that coverage shall not be suspended voided, cancelled, reduced in coverage or in limit! except after thirty (30) days' prior written notice b] certified mail, return receipt requested, has bee] given to the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' ratinc of no less than A:XI unless otherwise authorized by Cit: Council Resolution No. 8108.
b
F. Verification of Coveraqe
Contractor shall furnish the City with certificates 0: insurance and with original endorsements affecting coveragc required by this clause. The certificates and endorsemend for each insurance policy are to be signed by a persoi authorized by that insurer to bind coverage on its behalf The certificates and endorsements are to be in formi provided by the City and are to be received and approved b] the City before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insured unde:
its policies or shall furnish separate certificates anc
endorsements for each subcontractor. All coverages fo:
subcontractors shall be subject to a:Ll of the requirement!
stated herein. i
1
I
3
7-5 PERMITE I
I
1
I
I
I
8
E
I
1
t
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, a1 encroachment, right-of-way, grading, and building permits necessar to perform work for this contract on City property, in streets highways (except State highway right-of-way), railways or othe rights-of-way.
t
I Add the following:
Contractor shall not begin work until all permits incidental to th 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 ani other non-working days at the City's request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall bi equipped with mufflers in good repair when in use on the projec
with special attention to City Noise Control Ordinance No. 3109 Carlsbad Municipal Code, Chapter 8.48.
I
b
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safet
of employees on the work and shall comply with all applicabll provisions of Federal, State and Municipal safety laws and buildin1 codes to prevent accidents or injury to persons on, about, o adjacent to the premises where the work is being performed. He/sht
shall erect and properly maintain at all time, as required by thl conditions and progress of the work, all necessary safeguards fo
the protection of workers and public, and shall use danger sign warning against hazards created by such features of constructio as protruding nails, hoists, well holes, and falling materials.
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06
Excavation and Grading. i
I
I
3
If this notice specifies locations or possible materials, such ar borrow pits or gravel beds, for use in the proposed constructio:
project which would be subject to Section 1601 or Section 1603 o
the Fish and Game Code, such conditions or modification: established pursuant to Section 1601 of the Fish and Game Codc shall become conditions of the contract.
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
Delete this section.
I
I
1
I
I
1
i
b
I
8
I
I
I
1
t
9-3 PAYXEN!F
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do wit1
reductions in amount of retention.
10 SURVEYIN2
Contractor shall employ a licensed land surveyor or registerec civil engineer to perform necessary surveying for this project, Requirements of the Contractor pertaining to this item are sel
forth in Section 2-9.5 of the SSPWC. cost of surveying service within appropriate items of proposal a
No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor': surveyor for curbs at 50' intervals (25' intervals for curves) curb returns at BCR, 1/4, 1/2, 3/4, and ECR, :headers, sewers, ston drains, and structures (4 corners min.). Rough grade as requirec
to satisfy cut of fill to finished grade (or flowline) as indicate( on a grade sheet.
Contractor shall transfer grade hubs for construction an( inspection purposes to crown line base grade of streets as requirec by Engineer.
Contractor shall provide Engineer with 2 copies of survey cui sheets prim to commencing construction of surveyed item.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilize( during the construction under this contract. The Contractor shal: The contact the appropriate water agency for requirements. contractor shall include the cost of water and meter rental withir appropriate items of the proposal. No separate payment will bt
made.
Contractor shall include
i
1
I
3 ' 200-2 UNTREATED BASE MATERIAL
Aggregate base shall be crushed aggregate base (Section 200-2.2) crushed slag base (Section 200-2.3), or crushed miscellaneous bas (Section 200-2.4).
201-1 PORYLAND CEMEm CONCRETE
Concrete for drainage ditch shall be Class 520-C-2500.
Modify Section 201-1.2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: "All cement to b
used or furnished shall be low alkali and shall be either Type
or Type 11: Portland Cement conforming to ASTM C 150, or Type I (MS) Portland Pozzolan Cement conforming to ASTM C 595, unles otherwise specified."
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace 111, 000 ppm (mg/L) of sulfatestt with Ill, 30
(mg/L) ppm of sulfates."
Third paragraph replace 11800 ppm (mg/L) of sulfates1* with "1,30 I (mg/L) ppm of sulfates."
(b) Air-entrainina Admixtures
Last paragraph amend to read:
percent is allowed.
be determined California Test Method No. 504.18
Modify Section 201-1.3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts shown i following table:" Also delete table.
Modify Section 201-1.4.3, Transit Mixers, a:; follows:
Add after listing of information for weighmaster's certificate
"Transit mixed concrete may be certified by mix design number provided a. copy of the mix proportions are kept on file at thi plant location for a period of 4 years after the use of the mix.
t
R
I
I
I
I
"A tolerance of plus or minus 1-1/
The air content of freshly mixed concrete wil b
I
8
1
1
1
IC
201-2 STEEL REINFORCEMENT FOR CONCRETE
No changes.
;.
I
I
3
203-6 and 400-4 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type I1
C3-AR 4000.
Modify Sec:tion 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer I s field laboratory.
Last paragraph, add after D 2172: l*method A or B."
Modify Section 203-6.8, Miscellaneous Requirements, as follows:
Add the following: 'IOpen graded asphalt consCrete stored in exces, of 2 hours, and any other asphalt concrete stored in excess of 1 hours, shall not be used in the work.I@
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: Wnless otherwise specified, AR
4000 paving grade asphalt shall be used for Type I11 asphaltil
concrete, and AR-8000 paving grade asphalt shall be used foi
asphalt cuncrete dikes. It
Modify Section 400-4.2.4, Fine Aggregate, a8 follows:
Add: IIThe total amount of material passing the No. 200 sieve shal:
be determined by washing the material through the sieve with water,
No less than 1/2 of the material passing the No. 200 sieve b!
washing shall pass the No. 200 sieve by dry sieving."
Add the following paragraph: "Fine aggregate shall be tested foi soundness in accordance with ASTM D-1073, and shall not exceec fifteen percent (15%) loss by weight."
Modify Section 400-4.3, Combined Aggregates, as follows:
First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Method No. Calif. 217."
I
I
I
1
I
I
I
C
I
I
1
1
I
I
t
+
1
I
4t ' Fourth paragraph, amend table to read:
TYPE I11 ASPHALT CONCRETE
I I
t
B2 I I B3 I I CLASS
SIEVE INDIVIDUAL MOVING INDIVIDUAL MOVING -
1
I
I
i
I
I
C
1
I
I
1
SIZES TEST RESULT AVERAGE TEST RESULT AVERAGE I I I I
I ' 100 ' ' 200 'I 100 I 90-100 I 95-100
1/2" ( 13mm) I 75-95 I 80-90 I 85-100 I 85-95 I 60-84 I 65-80 I 40-60 I 45-60
3/8" (lontm) No. 4 I 24-50 i 30-45 ' 15-25 I 11-29
No. 8
No. 30 No. 200
1" (25mm) I 1 100
3/4" (19mm) I 87-100 I 90-100
8-26 I 12-22
I 50-80 I 60-75
30-60 I 40-55 I 22-44 I 27-40
I
I I
I
3-7 I { 1.-9 I 1-8 i 3-6 I I !'
! II
'1
4.6-6.0 I 4.6-6.0 Asphalt %
Also, in Table "Type I11 Asphalt Concrete," change percent passing sieves as follows:
Class D - Change % Passing No. 200 to 5-12
Add the following: "Table of Sand Equivalent and Cleanness Valuest4 and modify the sand equivalent value in the first paragraph and in the table of requirements in Section 400-4.3 to the values as noted in this added table."
Table of Sand Equivalent and Cleanness Values I
Mix Sand Cleanness Size Ecruivalent (Min. 2. Value (Min.1
D 45 Individual 55 Individual
50 Moving Average 60 Moving Average
C 50 Individual 60 Individual 1 B 50 Individual 60 Individual
After the last paragraph, add the following:
The aggregated from each separate bin for asphalt concrete, Type
111, except; for the bin containing the fine material shall have a Cleanness Value as noted in the added "Table of Sand Equivalent and Cleanness Valuesv1 and as determined by Test Method No. Calif. 227, modified as follows: ;.
I
4
4
Tests will be performed on the material retained on the No. 8 siev 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 1.oading of the entire sample on a 12-inch diameter, No
4 sieve nested on top of a 12-inch diameter, No. 8 sieve.
Where a coarse aggregate bind contains material which will pass th maximum size specified and be retained on a 3/8 inch sieve, th test specimen weight and volume of wash water specified for on inch x No. 4 aggregate size will be used.
Samples will be obtained from the weight: box area during o immediately after discharge from each bin of the batching plant o immediately prior to mixing with asphalt in the case of continuou
mixers.
The Cleanness Value of the test sample from each of the bins wil 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 supplementa fine aggregate, each such supplemental fine aggregate used shal be stored separately and kept thoroughly dry.
I
U
u
I
I
I
I
I
t
I
t
1
b 204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction grade Redwood or treated construction grade Douglas Fir.
204-2 TREA.TMENT WITH PRESERVATIVES I No change.
207-2 REINFORCED CONCRETE PIPE
The pipeline layout and connector pipe list required unde Paragraph 3, 207-2.1, is waived. I 210-1 PAINT
Paint for striping shall be white.
t
I
1
4
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS - I
I
I u
II
I
b
I
I
I
I
8
300-2 UNCIAASSIFIED EXCAVATION
Excavation of material in the 30' x 24' axea of the parking lo entrance is required to enable the entrance to properly connect th parking lot to the existing parking facilities of the building wit a 6It section of aggregate base and asphalt concrete. Payment fo
the excavation will be per the lump sum price bid for excavation
t
301-1 SUBGRADE PREPARATION
Contractor will protect the existing D.G. in place except wher
necessary to excavate in the entrance area. Scarifying an cultivating is therefore not required for this contract. I 301-2 UNTREATED BASE
No change.
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal coat i,
required and shall conform the Section 302-5.9 of thesc supplemental provisions.
Modify Section 302-5.1, General, as follows::
Paragraph 1, replace '#Section 203-6" with IISection 400-4."
Last paragraph, add: "All testing of underground installations ai
any given point shall be completed before the surfacing is place( at that point.!!
Modify Section 302-5.2, Prime Coat, as follows:
After "grade Sc-25Ol' add Itor MC 70."
Modify Section 302.5.5.2, Density and Smoothness, as follows:
First paragraph, change 1/8 inch (3mm) to 1/'4 inch (6mm)
Modify Section 302-5.5.1, Rolling General,
Second paragraph, Part (2) , add:
V7ibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer.:
I
as follows:
t
I
I
4 I After last paragraph, add: Wnless directed by otherwise th Engineer, the initial breakdown rolling shall be followed by pneumatic-tired roller as described in this Section.'l To Section 302-5.8, Measurement and Payment, add:
Cost of labor and materials for the seal coat shall be included i the unit price bid for asphalt concrete.
Add the following: I 302-5.9. Seal Coat
t
I
u
I
I
I
b
8
l
I
i
I;
All asphalt concrete surfaces shall be seal-coated unless otherwis specified. The seal coat shall consist of a coat of asphalti emulsion and a cover coat of sand. The asphaltic emulsion shal be mixing type conforming to Section 203-3, 8tEmulsion Asphalt. Sand shall be clean and dry.
Immediately before applying asphaltic emulsion, the surface to bc seal-coated shall be thoroughly cleaned of all dirt and loosc material. Asphaltic emulsion shall not be applied when the stree. is overly wet or when the atmospheric temperature is below 51 degrees Fahrenheit.
The asphaltic emulsion shall be applied by use of a power sprayinc
device that uniformly applies the emulsion to the surfacing at i rate of 0.1 to 0.15 gallon per square yard. The distributor spra;
bar shall be equipped with asphaltic emulsion-type spray jets Curbs, gutters, and other adjoining improvements shall be carefull!
protected from the emulsion, and any such improvements spatterec
or touched with emulsion shall be carefully cleaned.
Immediately after the application of asphaltic emulsion, a cove: coat of sand shall be spread at the rate of 6 to 12 pounds pe: square yard. After the sand has been spread, any piles, ridges or uneven distribution shall be broomed to maintain an even laye: over the surface, Five days after the seal coat has been applied the surface shall again be broomed and any excess sand shall bc picked up i%nd removed from the job. The Engineer may authorize tht
sand to be broomed, picked up and removed from the job after 2 01
more days.
303-2 AIR-PLACE CONCRETE 1 No changes.
t
I
I
4
306-1 OPEN TRENCH OPERATIONS
u
I
8
I
I
I
I
C
4
n
I
I
I
I
18" RCP shall have a minimum cover of one (I) foot below finishel grade, Bedding may be aggregate base per these specifications Compaction shall be a minimum of 90% density and backfill shall b mechanically compacted.
t
310-5 PAINTING VARIOUS SURFACES
Modify Section 310-5.6-10, Painting Traffic Striping, Pavemen
Markings and Curb Markings, as follows:
Payment for all pavement marking shall be a. lump sum as proposec
in the bid documents.
/
i.
I
1
4 8
I
I
1
I
I
b
I
1
I u
I
II
PART I11
SPECIAL PROVISIONS
SECTION 2
SUPPLEMENTAL PROVISIONS FOR
t
I CONSTRUCTION MATERIALS-
NOT USED
t
n
1
4 N
I
8-
8
i
I
I
C
1
I
II
I
I
I
PART I11
SPECIAL PROVISIONS
SECTION 3
CONSTRUCTION METHODS
t
- SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS
1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of City.
2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring
separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and
90% completion, and any other major construction milestones, materials and equipment manufacture and
delivery, logic ties, float dates, and duration.
3. The prime contractor shall revise and resubmit for approval the schedule as required by City when
progress is not in compliance with the original
schedule. The prime contractor shall submit revised
project schedules with each and every application
for monthly progress payment identifying changes
since the previous version of the schedule.
The schedule shall indicate estimated percentage of completion for each item of work at each and every subinission.
5. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) sha:Ll enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor unt:tl the schedule
has been submitted by the prime contractor and approved by City as to completeness and conformance
with the aforementioned provisions.
4.
t
I
I
SECTION 01 01 0
SUMMARY OF WORK I
I
I
I
II
I
1
4
I
1
II
1
t PART 1 GENERAL
1.01 SUMMARY
A. The work under this Contract necessary for and incidental to the execution and completion of all work indicated in the Contract Documents for construction of:
City of Carlsbad Fire Station No. 6 Carlsbad, California
B. The Conditions of the Contract and other sections of Division 1 apply to this section as though fully repeated herein.
C. Contract Documents prepared by:
Dani elson Design Group 26722 Plaza, Suite 200 Mis,sion Viejo, California 92691
1.02 GENERAL DESCRIPTION OF WORK
A. Construction of a new temporary fire station facility consisting of a pre-engineered wood modular Fire Station
Building, a pre-engineered steel Apparatus Building, all components and systems shown on the drawings and all anci 1 lary site preparation and construction, shall he in accordance with the Uniform Building Code, 1982
Edition, and all other applicable codes and ordinances.
Construction
B. The work includes the furnishing of all labor, materials,
services, transportation and instal lation of Fire Station Building, Apparatus Building, including all site work under
separat-e bids.
The timely installation of the Fire Station Building shall be coordinated with the installation of all other work to accomplish a completion date within the specified time.
n Refer to bid proposals for descriptions.
C.
I 1.03 OCCUPATIONAL SAFETY AND HEALTH ACT REQUIREMENTS
A. It shall be the responsibility of the Contractor to maintaiin conditions at the job site so as to meet in all respect;s the requirements of the Occupational Safety and
Health Act, OSHA. This provision shall cover the Contrac:tor's employees and a1 1 other persons working upon or visiiting the site, To this end, the Contractor shall inform himself and his representatives of OSHA standards.
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 1
t
1
I
1.04 TITLE 24 MANDATORY REQUIREMENTS
A. HVAC Controls - Section 2-5315 1. Each HVAC System shall:
I
I
I
a. Be equipped with at least one automatic device for
reducing HVAC energy use during periods of nonuse
or alternate uses of building spaces or zones
served by system; Be able to maintain space temperature set points
from 55 degrees F to 85 degrees F.
replacement fixed set-point devices shall be
permitted if installed so. as to maintain space
temperature set points in zone they control;
c. Be able to provide sequential temperature control
of heating and cooling capacity in each zone, if
both heating and cooling are provided;
d. Provide range of temperatures up to 10 degrees F
in which no heating or cooling is provided to
space, if HVAC system has both heating and cooling
capabi 1 i ty;
e. Be able to terminate all heating at 70 degrees F;
and f. Be able to terminate all cooling at 78 degrees F.
EXCEPTION:
concurrent operation of independent heating and
cooling systems need not coinply with Section 2-
531 5( a)4, 2-531 5( a)5, and 2-531 5( a)6.
Zoning: Provide each zone with at least one of the devices specified in subsection (a) to control the
HVAC system which serves the zone. Each floor of a
building with conditioned space shall contain at least
one zone.
t
n
e
b.
Two or more
8
Multiple zone HVAC systems requiring 1
b
1
1
I
1
I
I
1
I
2.
B. Ventilation Systems - Sectjon 2-5316: On mechanical
ventilation supply and exhaust systems capable of moving
more than 5,000 cfm of air, provide automatic dampers
interlocked and closed on fan shutdown. On gravity
ventilating systems, provide either automatic or readily
accessible manually operated dampers in all openings to
the outside, other than combustion air openings.
C. Doors and Windows - Section 2-5317: Doors and windows
between conditioned and unconditioned spaces, such as
garages and closets for central forced air gas furnaces
using outside air for combustion, shall be designed to
limit air leakage into or from the building envelope.
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 2
t
I
I
I
I
R
I
1
I
I
I
I
I
I
I
I
I
I
D. Control Devices For Indoor Lighting - Section 2-5319: Control:; for lighting loads within the building envelope shall meet each of the following requirements: 1. Each area controlled by ceil ing-height partitions shall have independent control of the lighting within that area. Each area enclosed by cei 1 i ng-height parti t-ions shall have at least one readily accessible manually operated switching device to control lighting within the area: "readily accessible" meaning located so that a person using the device can see the controlled lights or the area being lit. Switching devices in addition to, but not instead of, required readily accessible manually opei*ated switching devices shall a1 so be permi tted. 3. General lighting of any area 100 sq. ft. or larger in which connected lighting load equals or exceeds 1.0 watt per sq. ft. throughout entire area shall be controlled so that load may be reduced by at least one-half while maintaining a reasonably uniform level
of *illumination throughout the area. Readily accessible switches that control each luminiiire In a space with more than one luminaire, or that control each lamp in a space independently, meet the require- ments of this section. In all areas where effective use may be made of natural 1 ight, lighting circuiting shall be arranged so that units in all portions of the area where natural light is available at the same time are switched independently of the remainder of the area.
2. t
4.
E. Occupant Operating and Maintenance Information to be Provided by Builder: The builder shall provide the building owner, manager and the original occupants a list of the heating, cooling, water heating, and lighting systems and features, materials, components, and mechanical devices, conservation or solar devices installed in the building, and instructions on how to use them efficiently. The instructions shall be consistent with specifications set forth by the Executive Director.
showerheads, lavatory faucets and sink faucets must be certified by the California Energy Commission (Excluding: water heaters of the non-storage electric type and lavatoriies in public facilities having devices that limit the flow of hot water or have self-closing faucets or having devices that limit the outlet temperature to a maximum of 100 F) Section 2-5314, Table 2-536.
F. Water Heaters and Plumbing Fixtures: Water heaters,
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01070 - 3
P
I
1.05 TITLE 214 CONSTRUCTION COMPLIANCE STATEMENT REQUIREMENTS
A. Construction Compliance: 1. Prior to occupancy of the building, the person
I
I
I
I
1
i
1,
I
I
I
I
responsible for construction or install ation shall
provide the building department a signed statement,
showing the building permit number, and listing all
the manufactured devices installed, including the name
of the manufacturer, model number, date of manufacture,
manufacturer's stated efficiency, including the source
cooling power index, source heating power index, and
far) performance index of each HVAC system. In lieu of
the list, reference may be made to the plans and
specifications, if all the above information was - contained in the plans and specifications.
responsible for its preparation. The signer shall be a
civil engineer, mechanical engineer, electrical
engineer, architect, building designer, general
but lding contractor, or specialty contractor, 1 icensed
or registered to practice by the State of California; or shall be the building owner if he or she is allowed
by law to prepare the document.
person has responsibility for building design or
construction, each person may prepare and sign the
document or documents applicable to that portion of
the design or construction for which the person was
responsible; or the person with chief responsibility
for design or construction may prepare and sign the
document for the entire design or construction.
t
m
2. Each document shall be signed by the person
If more than one
B. Insulation Certification: Prior to occupancy the
insulation installer shall post in a conspicuous location
in the building a signed certificate containing the
building permit number and stating the insulatjon was
installed in accordance with the approved plans and
Specifications. The certificate should also show the
manufacturer's name, material identification, "R" value and, for blown insulation, the minimum weight per square
foot consistent with manufacturer's design data. I 1.06 SOILS 1:NFORMATION
A. Sub-surface soil conditions or elevations of existing
grades or elevations of underlying obstructions is
approximate only, is not guaranteed, and does not form a
part of the Contract Documents. u 1.07 SHORING AND BRACING
The Contractor is responsible for the design arid
construction of all needed shoring and bracing necessary
to construct this project.
designed by a licensed Civil Engineer. Costs for design
of shoring and bracing will be borne by the Contractor.
A.
Shoring and bracing are to be
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 4
i
1
I
I
I
I
I
I
I
I
C
I
B. The Contractor is to notify the Civil Engineer, the Soils
Engineer, and the Architect if unusual or latent or presently unknown conditions are encountered which might affect the structural stability of the work to follow, or if existing conditions are found to be different than those indicated.
1.08 COORDIMATION WITH STRUCTURAL REQUIREMENT
t
A. The placement of pipe, conduit, etc. and the location, size and reinforcement in holes in the building structure are to conform to the drawings and specifications. When the requirements of the Plechanical, Electrical, and other sections of the
Specifications or Drawings are in conflict with the structural requirements, the structural requirements shall take precedence. Where the safety of the building structure is threatened, due to mechanical, electrical or other work or
holes required for such work, make modifications as directed by the Archi tect.
It is the Contractor's responsibility to coordinate the work so as to minimize conflices and optimize efficiency.
WORK INIDICATED AS N. I. C.
B.
1.09
A. The term I'NIC" shall be construed to mean construction work not be furnished, installed or performed by the Contractor: the term means "Not in this Contract" or "Not a Part of the Work to be Performed by the Contractor" except that coordination and/or instal lation of certain
NIC items specified shall be the Contractor's responsibility.
PART 2 PRODUKTS I (Not used.)
I PART 3 EXECLITION
(Not used.) I
I
I
END OF SECTION
CARLSBAD FIRE STATION NO. 6 SUMMARY OF WORK 01010 - 5
;.
I
I
I
I
I
I
1
I
b
b
I
I
I
SECTION 01039
COORDINATION AND MEETINGS
1) PART 1 GENERAL
1.01 SECTION INCLUDES
A. Coordination.
B. Field eiigi neeri ng.
C. Progress meetings. ! 1.02 COORDINATION
A. Coordi niste schedul i ng, submittals, and Work of the various
Sections of Specifications to assure efficient and orderly
sequence of instal lation of interdependent construction
e 1 erne n t 15.
Verify that utility requirement characteristics of
operating equipment are compatible with building
utilities.
interdependent responsibilities for installing, connecting
to, and placing in service, such equipment.
Coordinate space requirements and instal lation of
mechanical and electrical work which are indicated
diagrammatically on Drawings.
pipes, ducts, and conduit, as closely as practicable;
place rrJns parallel with line of building.
efficiently to maximize accessibility for other
instal 1 ations, for maintenance, and for repairs.
D. In finished areas except as otherwise indicated, conceal
pipes, ducts, and wiring within the construction.
Coordinate locations of fixtures and outlets with finish
B.
Coordinate work of various Sections having
C.
Follow routing shown for
Utilize spaces
I el emen tr .
E. Coordinate completion and clean up of Work of separate
sections in preparation for Substantial Completion.
site for correction of defective Work and Work not in
accordance with Contract Documents, to minimize disruption
of Owner's activities.
F. After Owner occupancy of premises, coordinate access to
1 1.03 FIELD EINGINEERING
A. Employ la Land Surveyor registered in the State of
Cal i forni a and acceptable to the Archi tect/Engi neer.
CARLSBAD FIRE 'STATION NO. 6 COORDINATION OF MEETINGS
01039 - 1
i
I
I
1
I
I
1
I
I
b
I
I
I
I
I
I
6. ContracLor to locate and protect survey control and
reference points.
C. Control datum for survey is that shown on Drawings.
D. Provide field engineering services. Establish elevations, 1 ines, and 1 evels, uti 1 i zi ng recogni zed engi neeri ng survey
pr a c t i c es .
Submit certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance
with the Contract Documents.
t
E.
1 . 04 PROGRESS MEETINGS
A. The Architect, in coordination with the Owner, will schedule and administer meetings throughout progress of the Work at maximum bi-monthly intervals, unless indicated
otherwi :;e.
Subcontractors and suppliers, Owner, Archi tect/Engi neer, as appropriate to agenda topics for each meeting.
B. Attendance Requi red: Job superintendent, major I
C. Agenda:
1. 2. Review of Work progress. 3. Field observations, problems, and decisions, 4. Identification of problems which impede planned progress . 5. Rev-iew of submittals schedule and status of su brni ttal s. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work perfod. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work.
Rev-iew minutes of previous meetings.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
I END OF SECTION
CARLSBAD FIRE STATION NO. 6 COORDINATION OF MEET1 NGS 01039 - 2
P
I
I
l SECTION 01 300
SUBMITTALS ' PART 1 GENERAL
1,Ol SECTION INCLUDES
A. Submittal procedures,
B.
C. Proposed Products list.
a
Construction progress schedu 1 es. li
I
I
b
I
I
I
1
1
I
I D. Shop drawings.
E. Product data.
F. Samples.
G. Manufacturers I instructions.
H. Manufacturers' certificates. 1 1.02 RELATED SECTIONS
A. Section 01400 - Quality Control: Manufacturers' field services and reports.
B. Section 01700 - Contract Closeout: Contract warranty and manufacturer's certificates closeout submittals.
1.03 SUBMITT<AL PROCEDURES
A. Transmit each submittal with Archi tect/Engi neer accepted form.
B. Identify Project, Contractor, Subcontractor or suppl ier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate.
C. Apply Contractor's stamp, signed or initialled certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents.
D. Schedule submittals to expedite the Project, and deliver to Architect/Engi neer at business address. Coordinate submission of related items.
Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work.
E.
CARLSBAD FIRE STATION NO. 6 SU BM I TTAL S 01300 - 1
+
1
I
1
I
II
I
I
I
b
I
I
I
I
I
F. Provide space for Contractor and Architect/Engineer review
stamps.
changes made since previous submittal.
Distribute copies of revi ewed submittal s to concerned
parties. inability to comply with provisions.
G. Revise and resubmit submittals as required, identify all
H. Instruct parties to promptly report any
t
1.04 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate within 10 days after date established in Notice to Proceed for Archi tect/Engi neer review.
B. Revise and resubmit as required.
C. Submit revised schedules with each Application for
Payment, identifying changes since previous version.
Indicate estimated percentage of completion for each item of Work at each submission, D. I
1.05 PROPOSED PRODUCTS LIST
A, Within 10 days after date of Owner-Contractor Agreement,
submit complete list of major products proposed for use,
with name of manufacturer, trade name, and model number or each product.
manufacturer, trade name, model or catalog designation, and reference standards.
S. For products specified only by reference standards, give
1 1.06 SHOP DRAWINGS
A. Submit in the form of six opaque reproductions: if Contractor requires the return of more than three reproductions, submittal should be increased by that
number.
B. After review, reproduce and distribute i n accordance
with Article on Procedures above and for Record Documents described in Section 01700 - Contract Closeout.
1.07 PRODUCT DATA
A. Submit the number of copies which the Contractor requires.,
plus one copy which will be retained by the Architect/ Engineer.
SUBMITTALS CARLSBAD FIRE STATION NO. 6 01300 - 2
t
I
I
I
I
I
I
I
I
I
I)
I
t
1
I
I
I
I
B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project.
C. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout.
t
1.08 CONSTRUCTION DRAWINGS, SPECIFICATIONS AND CALCULATIONS FOR MODULAR BUILDING
A. Submit six signed opaque reproductions of the drawings to the
B. Submit six signed copies of the specifications (if not included in
Architect.
the drawings)
Submit six signed copies of the signed structural calculations, C.
0. Submit six signed copies of Title 24 Calculations, forms 1 thru 5 as
E. Modify the above items as necessary to meet all governing agency
necessary.
requirements identified during plan check.
1.09 CONSTRUCTION DRAWINGS, SPECIFICATIONS, AND CALCULATIONS FOR PRE- ENGINEERED METAL APPARATUS BUILDING
A. Submit six signed opaque reproductions of the drawings to the
B. Submit six signed copies of the specifications (if not included in
Architect.
the drawings)
Submit six signed copies of the signed structural calculations.
Submit six signed copies of Title 24 Calculations, forms 1 thru 5 as
necessary.
requirements identified during plan check.
E C.
D.
E. Modify the above items as necessary to meet all governing agency
1.10 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work.
Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors selected, textures, and patterns for Archi tect/Engi neerls selection.
6.
CARLSBAD FIRE STATION NO. 6 SUBMITTALS 01300 - 3
P
I
I C. Include identification on each sample, with full Project
i n forma t i on.
Submit the number or samples specified in individual specification Sections: one of which will be retained by Archi tect/Engi neer.
Reviewed samples which may be used in the Work are indicated in individual specification Sections.
D.
E.
t
1
1.11 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, instal 1 ation, start-up, adjusting, and finishing, in quantities specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
1.12 MANUFACTURER'S CERTIFICATES
I
I
4
I
b
I
A. When specified in individual specification Sections, submit manufacturers' certificate to Architect/Engineer for review, in quantities specified for Product Data.
B. Indicate material or Product conforms to or exceeds specified requirements, affidavits, and certifications as appropriate,
Certificates may be recent or previous test results on material or Product, but must be acceptable to
Submit supporting reference date,
C. I Archi tect/Engi neer.
PART 2 PRODUCTS u
II
I
I
a
i
Not Used
1 PART 3 EXECUTION
Not used
END OF SECTION
CARLSBAD FIRE STATION NO. 6 SUBMITTALS 01300 - 4
F
I
SECTION 01 400 B QUALITY CONTROL t PART 1 GENERAL
1.01 SECTION INCLUDES
A. Quality assurance and control of installation.
B. References.
C. Field samples.
1
I u
a
I
It
I
1
I
I
I
I
D. Mock-up.,
E.
F. Manufacturers' field services and reports.
Inspect-ion and testing laboratory services. 1
1 02 RELATED SECTIONS
A. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates.
B. Section 01600 - Material and Equipment: Requirements for material and product quality. b 1.03 QUALITY ASSURANCE/CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to
produce Work of specified quality.
B. Comply fully with manufacturers' instructions, iincluding
C. Should manufacturers' instructions conflict with Contract
I each step in sequenceD
Document.s, request clarificatfon from ArchitectIEngineer before proceedi ng.
Comply with specified standards as a minimum quality for the Work except when more strlngent tolerances, codes, or specified requirements indicate higher standards or more precise workmanshi p.
Perform work by persons qualified to produce workmanship
of specified quality.
Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vi bration, physical distortion or disfigurement.
D.
E.
F.
CARLSBAD FIRE STATION NO. 6 QUALITY CONTROL 01400 - 1
f
I
1.04 REFERENCES
A. Should specified reference standards conflict with Contract. Documents, request clarification for Archi tect/Engi neer before proceedi ng.
B. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document.,
I
I
I
SI
I
C
t
I 1.05 FIELD SAMPLES
A. Install field samples at the site as required by
B. Acceptable samples represent a quality level for the Work.
C. Where field sample is specified in individual Sections to
individual specifications Sections for review.
be removed, clear area after field sample has been accepted1 by Archi tect/Engi neer. 1 1.06 MOCK-UP
A. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and finishes.
Where mock-up is specified in individual Sections to be removed, clear area after mock-up has been accepted by
Archi tect/Engi neer.
B.
# 1.07 INSPECTION AND TESTING LABORATORY SERVICES
A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing.
B. The independent firm will perform inspections, tests, and other services specified in individual specifica\tion Sections and as required by the Architect/Engjneer.
Reports will be submitted by the independent firm to the Archi tect/Engi neer, in duplicate, indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents.
materials, design mix, equipment, tools, storage and assistance as requested. 1.
2.
b
1
1
I
I
I
I
C.
D. Cooperate with independent firm; furnish samples of
Notify Architect/Engineer and independent firm 24 hours prior to expected time for operations requiring services.
Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use.
CARLSBAD FIRE STATION NO. 6 QUALITY CONTROL 01400 - 2
f
1
I
1
1
I
I
E. Retesting required because of non-conformance to specified requi rennents shall be performed by the same independent firm on instructions by the Architect/Engineer. for retesting wi 11 be back-charged to the Contractor. Payment
1.08 MANUFACTURERS' FIELD SERVICES AND REPORTS
t
A. When specified in individual specification Sectlons,
require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site
conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment as applicable, and to ini tiate instructions when necessary.
Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions.
Submit report within 30 days of observation to Architect/
B.
C. & Engineer for review. a PART 2 PRODUCTS
Not Used
PART 3 EXECUTION C*
P Not Used.
i END OF SECTION
I
1
I
I
I
1 CARLSBAD FIRE STATION NO. 6 QUAL. ITY CONTROL 01400 - 3
f
.1
SECTION 09 500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS I
I
I
I
I
t PART 1 GENERAL
1.01 SECTION INCLUDES
A. Temporary UtSlities: Electricity, water, and sanitary facilities.
B. Temporary Controls: Enclosures and fencing, protection of the Glork, an
C. Construction Facilities: Progress cleaning.
1 water control.
1.02 RELATED SECTIONS
A. Section 01700 - Contract Closeout: Final cleaning.
1 . 03 TEMPORARY ELECTRICITY I A. Provide and pay for power service required from Utility source.
1.04 TEMPORARY WATER SERVICE
A. Provide, maintain and pay for suitable quality water service required. b 1.05 TEMPORARY SANITARY FACILITIES
! 1.06 FIELD OFFICES AND SHEDS
A. Provide and maintain required facilities and enclosures.
A. Office: Site Contractor to provide weather-tight, with lighting electrical outlets, heating, coooling, a nd ventilating equipment, an. equipped with furniture. Provide, in addition, space for Projecl meetings, with table and chairs to accommodate 6 persons. Providc separate private office, similarly equipped and furnished, for use oi
B. Storage Sheds for Tools, Materials, and Equipment: Weather-tight, (witl heat and ventilation for Products requiring controlled conditions, ) wi tl adequate space for organized storage and access, and lighting foi inspection of stored materials.
1
I
I
I
1
I Modular Building Contractor.
I 1.07 ENCLOSURES AND FENCING
A. Enclosures: Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, steps, platforms, bridges, and other temporary construction necessary for proper completior of the Work in compliance with pertinent safety and other regulations. B. Fencing: Provide and maintain for the duration of construction 2 temporary fence of design and type needed to prevent entry onto the Work by the public.
CARLSBAD FIRE STATION NO. 6 CONSTRUCTION FACILITIES AND TEMPORARY CON. 01500 - 1
f
m
1 e 08 WATER CONTROL,
A. Grade site to drain. Maintain excavations free of water. Provide
B.
operate, and maintain pumping equipment,
Protect site from puddling or running water.
1
I
I
I
I
I
I
I. 09 PROGRESS CLEANING
t
A. Maintaiin areas free of waste materials, debris, and rubbish. Maintair
site in a clean and orderly condition.
6. Remove debris and rubbish from pipe chases, plenums, attics, craw
spaces, and other closed or remote spaces, prior to enclosing the space.
C. Broom and vacuum clean interior areas prior to start of surfacc
finishing, and continue cleaning to eliminate dust.
D. Remove waste materials, debris, and rubbish from site periodically anc
dispose off-site. 8 1.10 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary above grade or buried utilities, equipment, facilities,
materials, prior to Substantial Completion or as directed by Architect. e
B. Clean arid repair damage caused by installation or use of temporary work.
C. Restore existing facilities used during Construction to original
condition. Restore permanent facilities used during construction to
specif .ied condition. b
PART 2 PRODUCTS 1 Not Usedl
l PART 3 EXECUTION
Not Used
END OF SECTION I
1
I
1
I CARLSBAD FIRE STATION NO. 6 CONSTRUCTION FACILITIES AND TEMPORARY CON. 01500 - 2
F
8
SECTION 01 GOO
MATERIAL AND EQUIPMENT I
I
I
8
I PART 1 GENERAL.
1.01 SECTION INCLUDES
A. Products,,
B. Transportation and handling.
C. Storage and protection. li D. Product options.
E. Substitutions.
1. 02 RELATED SECTIONS
A. Instructions to Bidders: ?roduct options and substitution
B. Section 01400 - Quality Control: Product quality
8 proc ed ur es .
I monitoring.
I Igo3 A. Products: PRoDUCTS Means new material , machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products
may also include existing materials or components required for reuse e
B
I
I
I
1
I
1.04 TRANSPORTATION AND HANDLING
A. Transport; and handle Products in accordance with
B.
I! manufacturer's instructions.
Promptly inspect shipments to assure that Products comply with reqiii rements, quanti ties are correct, and Products are undamaged.
Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage. C. 1
CARLSBAD FIRE STATION NO. 6 MATERIAL AND EQUIPMENT 01600 - I
t
1
#
8
I
8 m
1
b
1
fl
I
I
1
1 D 05 STORAGE AND PROTECTION
Store and protect Products in accordance with manufacturer's instructions, with seals and labels intact and legible. climate controlled enclosures.
A.
Store sensitive Products in weather-tight,
B. For exterior storage of fabricated Products, place on
C.
t
sloped supports, above ground.
Provide off-site storage and protection when site does not permit on-site storage or protection.
Cover Products subject to deterioration with impervious sheet covering.
Store loose granular materials on solid flat surfaces in a well-drained area.
Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage.
Arrange storage of Products to permit access for
inspection. Periodically inspect to assure Products are undamaged and are maintained under specified conditions.
D. Provide ventilation to avoid I condensation.
E. Provide mixing with foreign matter,
F.
G.
1.06 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only with a ,Provision for Substitutions: Product meeting those standards or description.
Products Specified by Nam-ing One or More Manufacturers
with a Provision for Substitutions: Submit a request for
substitution for any manufacturer not named.
Any
B.
1.07 SUBSTITUTIONS
A. Whenever in specifications any materials, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of material, process or article
desired and Contractor may, unless otherwise stated, offer any material, process or article which shall be
substantially equal or better in every respect to that so indicated or specified. If material, process, or article offered by Contractor is not, in opinion of Architect or Owner, substantially equal or better in every respect to that specified, then Contractor shall furnish material, process, or article specified. No substitutions shall be
made until approved, in writing, by both Architect and Owner. Burden of proof as to equality of any material,
a
CARLSBAD FIRE STATION NO, 6 MATERIAL AND EQUIPMENT' 01600 - 2
+
I
I
I
I
I
II
1
8
I
b
I
4
I
1
process;, or article shall rest with Contractor, Contractor
shall submit request together with substantiating data for substitution of an "or equal" item within ten (lo) days after award of Contract. Provision authorizing submission of "or equal" justification data shall not in any way
author-ize an extension of time for performance of this , Con t r at: t .
Substitutions may be considered when a Product becomes unavailable through no fault of the Contractor,
Documerit each request with complete data substantiating compliiince of proposed Substitution with Contract Docume ri t s .
A request constitutes a representation that the Bidder:
1.
t
5.
C.
D. Has investigated proposed Product and determined that
it meets or exceeds the quality level of the specified Product .
Will provide the same warranty for the Substitution as for the specified Product.
Wi 11 coordinate instal 1 ation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner.
whilch may subsequently become apparent.
2.
3.
4. Wailves claims for additional costs or time extension
Substitutions will not be considered when they are indicated or implied on shop drawing or product. data submittals, without separate written request, or when acceptance will require revi sion to the Contract
E.
I Documents.
F. Substitution Submittal Procedure: 1. Submit three copies of request for Substitution for consideration.
Substitution. 2. Submit shop drawings, Product data, and certified test results attesting to the proposed Product equivalence. 3. The Archi tect/Engi neer wi 11 notify Contractor, i n
writing, of decision -to accept or reject request.
Limit each request to one proposed
PART 2 PRODLICTS
Not used ' PART 3 EXECUTION
Not used
END OF SECTION
CARLSBAD FIRE STATION NO, 6 MAT'ERIAL AND EQUIPMENT 01600 - 3
f.
I
B
SECTION 01 700 I CONTRACT CLOSEOUT t PART 1 GENERAL
I. 01 SECTION INCLUDES
A. Closeout Procedures.
B. Final Cleaning.
C. Adjusting.
D. Project Record Documents.
E. Operation and Maintenance Data.
I
1
I
I
I F. Warranties.
G.
H. Instructpion.
Spare Parts and Maintenance Materi a1 s.
I 1.02 RELATED SECTIONS
A. Section 01 500 - Construction Facilities and Temporary
Controls: Progress cleaning.
1.03 CLOSEOUT PROCEDURES C
A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is
complete in accordance with Contract Documents and ready for Archi tect/Engi neer's inspection.
Provide submittals to Architect/Engineer and Owner that are required by governing or other authorities, including
but not necessarily limited to: 1. Certificates of Inspection, 2. Certificates of Occupancy.
Submit ffinal Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remai nirig due. I.
I
I
I
4
I
I
B.
C.
If :io required, Architect will prepare a final Change
Order showing adjustments to the Contract Sum which were not made previously by Change Orders.
I. 04 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
CARLSBAD FIRE STATION NO. 6 CONTRACT CLOSEOUT 01700 - l
+
I
I
I
I
I
I
4
I
b
I
I
8
I
I
8. Clean interior and exterior glass and surfaces exposed to
view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.
C. Clean equipment and fixtures to a sanitary condltion.
D. Clean, and replace if necessary, filters of operatdrag
t
equipment.
systems,,
s ur f ace:; U
E. Clean debris from roofs, gutters, downspouts, and drajnage
F. Clean site; sweep paved areas, rake clean landscaped
G. Remove waste and surplus materials, rubbish, and construction facilities from the site.
1.05 AD JUST1 NG
A. Adjust operating Products and equipment to ensure smooth I and unhindered operation.
1.06 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications.
Store Record Documents separate from documents used for
cons t rut: t i on.
Record lnformation concurrent with construction progress.
section description of actual Products installed,
including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications.
B. II
C.
0. Specifications: Legibly mark and record at each Product
E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to findsh first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. Field changes of dimension and detail. Details not on original Contract Drawings. 4. 5.
CARLSBAD FIRE STATION NO. 6 CONTRACT CLOSEOUT 01700 - 2
i
1
I
I
II
i
II
I
I
F. Submit documents to Archi tect/Engi neer with claim for final Application for Payment.
1.07 OPERATION AND MAINTENANCE DATA p
A. Submit two sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, in binders with durable plastic covers.
1.08 WARRANT1 ES I A.
B.
Submit prior to final Application for Payment.
For items of Work delayed beyond date of Notice of
Completion, provide updated submittal within ten days after ac:ceptance, listing date of acceptance as start of
warranty period.
SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual spec i f i cat i on Sect i ons .
prior to final payment.
1.09
B. Deliver to place in location as directed: obtain receipt
I) 1.10 INSTRUCTION
A. Instruct the Owner's personnel in proper operat-ion and maintenance of systems, equipment, and similar .items which were provided as part of the Work. I
PART 2 PRODUCTS
Not used I
1
I
I
11
i
I PART 3 EXECUTION
Not used
END OF SECTION
CARLSBAD FIRE STATION NO. 6 CONTRACT CLOSEOUT 01700 - 3
t
I
SECTION 021 00 I SITE PREPARATION p PART 1 GENERAL
1-01 SUMMARY
A. Section Includes: Perform sfte preparation work as shown and specified. The Work includes, but is not necessarily limited to: 1. 2. 3. 5. Removing designated site materials. 6. Regrading.
1. Section 02200 - Earthwork. 2.
I
1
I
I
I
C
I
I
I
1
1
1
1
Protecting existing trees and shrubs to remain.
Removing trees and other vegetation. Str-ippi ng and stockpi 1 i ng topsoi 1.
B. Related Work
Section 02480 - Landscape Planting. m 1.02 PROJECT CONDITIONS
A. Perform site preparation work before commencing site
cons t ru r: t i on a
B. Locate, protect and maintain active utilities and site improvements to remain. 1. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and uti 13 ty compani es in keeping respective services and facilities in operation. Repair damaged utilities to the satisfaction of uti 1 i ty owner. Do not interrupt existing utilities serving facilities
occiJpied and used by the Owner or others during occupied hours, except when permitted in writing by
the Owner and then only after acceptable temporary utility services have been provided. Provide minimum of 48-hour notice to the Owner and receive written notice to proceed before interrupting any utility. Dernslish and completely remove from site existing underground utilities indicated to be removed. Coo'rdinate with utility companies for shut-off of services if lines are active.
2.
3.
4. I
C. Provfde necessary barracades, coverings, and protection to
D. Restore to original grades and conditions, areas adjacent
prevent damage to existing improvements indicated to remain.
to site disturbed or damaged as a result of site
preparation work. PART 2 PRODUCTS
CARLSBAD FIRE STATION NO. 6 SITE PREPARATION 02100 - 1
If
PART 2 PRODUCTS
I
I (Not used.) p PART 3 EXECUTION
3.01 CLEARING
A. Locate and suitably identify trees and improvements
indicated to remain.
Clear and grub areas within contract limits as required
for site access and execution of the work.
I
1
i
1
t
I
I
1
D
I
1
8
8
I
B.
C. Remove trees, plants, undergrowth, other vegetation, and
Fell trees in a manner to prevent injury to adjacent
facilities and to trees scheduled to remain. Use hand methods for grubbing inside the drip line of trees to remain. Strip grass materials to a maximum depth of 1 inch under tree canopies. Carefully till or scarify existing grade to a depth of 1 inch.
Remove stumps and roots to a clear depth of 36 inches below subgrades. Remove stumps and roots to their full dept,h within 5'-0" of underground structures, utility lines, footings, and paved areas.
Protect existing trees scheduled to remain against injury or damage, including cutting, breaking, or skinning of roots, trunks or branches; smothering by stockpiled construction materials, excavated materials, or vehicular traffic within branch spread. 1. Repair trees scheduled to remain and damaged by construction operations in a manner acceptable to the 1 andscape architect. Repair damaged trees promptly to prevent progressive deterioration caused by damage. Replace trees scheduled to remain and damaged beyond repair by construction operations, as determined by the 1 andscape architect, with trees of simdlar size and species. Cost for tree replacement will be determined in accordance with the Tree Evaluation Formula as described in "A Guide to the Professional Evaluation of Landscape Trees, Specimen Shrubs, and Evergreens", pub1 ished by the International Society of
debris, except items indicated to remain. Strip weeds and grass. 1.
2.
3.
D.
2.
1 Arbori cul ture.
CARLSBAD FIRE STATION NO. 6 SITE PREPARATION 02100 - 2
r
1
I
I
1
1
U
I
b
I
I
II
111
1
I
I
1
3. Repair and replacement of trees scheduled to remain and damaged by construction operations or lack of adequate protection durinq construction operations will be at the Contractor s expense. p 3.02 STRIPPING TOPSOIL
A. Strip topsoil to its full depth at building areas, and a17 areas to be regraded, resurfaced, or paved withjn contract limit work area.
Stockpile topsoil in a location acceptable to the Owner for use in finish grading and preparation of lawns and planting beds. 1. Stockpiled topsoil is to be free of trash, brushs
B.
stories over 3 inches in diameter, and other extraneous mat 1; e r . Grade and slope stockpiles for proper drainage and to prevent erosion. 2.
I 3.03 SITE IMPROVEMENTS
A. Remove exi sti ng site improvements within contract 1 imi ts
as l'ndicated by the Drawings.
B. Remove existing sidewalks, curbs, and paving, including . all base material, as required to accommodate new construction. Cut existing sidewalks, curbs, and paving in neat, straight lines to provide uniform, even transition from new to adjacent existing work. Cut back existing
paving ii sufficient distance to permit forming and installation of new work.
C. Remove, temporarily relocate during construction, and reinstall in final location street signs, parking meters, mail boxes, traffic signal control boxes, and other designated i terns. governing authorities. Comply with all requirements concerning temporary installation and permanent rei nsta 11 ation.
Coordinate the work with applicable
3.04 CLEANING
A. Upon completion of site preparation work, clean areas within contract 1 imi ts, and remove tools, and equipment. Provide a site clear, clean, free of materials and debris, and suitable for site work operations.
CARLSBAD FIRE 'STATION NO. 6 SITE PREPARATION 02100 - 3
If
I
1
B
I
I
I
I
I
b
1
I
1
I
1
I
1
it
3.05 SALVAGElD MATERIALS
A. Remove, store, protect, and reinstall salvaged items as noted on the Drawings.
reinstallation or salvaged for the Owner's use are the property of the Contractor. Remove cleared mater'ial s from the site as the work progresses. Storage and sale of
Contractor's salvage items on sfte is not permitted.
B. Materials, items, and equipment not scheduled for t
END OF SECTION
CARLSBAD FIRE STATION NO. 6 SITE PREPARATION 02100 - 4
t
1
I
II
I
I
1
1
i
I
I
I
8
I
8
SECTION 02200
EARTH WORK p PART 1 GENERAL
1.01 WORK INCLUDED
A. Building excavation.
B. Shoring excavations.
C. Site anid finish grading. I 1.02 RELATED WORK
A. Section 01400 - Quality Control: Inspection of bearing
B.
C. Section 02223 - Backfilling.
D.
E.
surfaces.
Section 02100 - Site Preparation. I
Section 02225 - Trenching: Trenching for utilities.
Geotechnical Report - On file at the Office of the Architect b 1.03 PROTECTION
A. Protect; excavations by shoring, bracing, sheet piling, underpiinning, or other methods required to prevent cave-in or loose soil from falling into excavation. All excavations should be in accordance with OSHA regulations if workers are to enter the excavations (OSHA Safety Guide
1. Barricade as required open excavations occurring as part of this work and post with warning lights. Operate warning 1 ights as recommended by authorities having jurisdiction. 2. Protect structures, utili ties, sidewalks, pavements, and other faci 1 i ties from damage caused by settlement, lateral movement, undermining, washout, dush and other hazards created by earthwork operations.
S-358) .,
CARLSBAD FIRE STATION NO. 6 EARTH WORK 02200 - I
If
I
II B. Notify Architect/Engi neer of unexpected subsurface
conditions and discontinue affected work in area until notified to resume work.
C. Protect bottom of excavations and soil adjacent to and beneath foundations from frost.
Grade excavation top perimeter to prevent surface water D.
t
I run-off into excavation.
E. Existing Utilfties: Refer to pertinent provisions fn
F. Existing trees: Refer to provisions in Secion 02100.
Secticon 02100 - Site Preparation. I
I
I
C
I
I
I
I
I
I
1
1 1.04 SOILS TESTING AND INSPECTIONS
A. The Owner will engage soil testing and inspection servjces for quality control testing during earthwork operations.
Perform earthwork under the direction and supervision of
the soils engineer; the recommendations of the soils engi neer take precedence over any information and/or
minim,ums specified herein.
B.
1 1.05 SITE INFORMATION
A. Data on indicated subsurfaces conditions are not intended as representations or warranties of accuracy or continuity between soil bearings. It is expressly understood that the Owner will not be responsible for interpretations or conclusions drawn therefrom by the Contractor; data are made avail able for convenience of the Contractor.
Additional test borings and other exploratory operations may be made by the Contractor at no cost to the Owner.
I
B.
1.06 REGULATORY REQUIREMENTS
A. Perform earthwork in compliance with applicable requirements of agencies having jurisdiction.
to these documents, also comply with civil engi neeri ng documents, and sol 1 s report as directed by Owner.
In addition
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 2
t
I
I
1
a
1
I
1
I
b
I
I
I
I
I
I
1.07 DUST CONTROL
A. Throughout the entire construction period, effectively control dust within the working area, unpaved roads, and other involved portions of the site, by intermittent
watering and sprinkling of such a frequency as will satisfactory allay the dust. No chemical treatments will
be permitted.
t
1.08 DEWATERING
A. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site
and surrounding area.
B. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewaterjng system components necessary to ’ convey water away from excavations.
Establish and maintain temporary drainage ditches and
other diversions outside excavation limits to convey rain water and water removed from excavations to collection or run-off areas. Do not use trench excavations as temporary drainage ditches.
C.
PART 2 PRODUCTS I 2.01 MATERIALS
A. Subsoil: Excavated material, graded free of lumps larger
B.
than 6 inches, rocks larger than 3 fnches, ancl debris.
Pea Gravel: Mineral aggregate graded 1/4 inch (6 mm) to 5/8 inch (16 mm); free of soil, subsoil, clay, shale, or I foreign matter.
PART 3 EXECUTION
3.01 PREPARATION
A. Identify required lines, levels, contours, ancl datum. Coordinate with Section 01039.
CARLSBAD FIRE: STATION NO. 6 EARTHWORK 02200 - 3
?
3.02 MATERIAL STORAGE
I
8 A. Stockpile excavated materials determined by soils engineer to be suitable for backfill and/or fill material, where directed until required for use. Place, grade, and shape stockpile for proper drainage. Locate and retain soils material away from edge of excavations. Do not store
within drip line of trees indicated to remain.
f ' 3.03 GRADE VERIFICATION
A. Verify drawing dimensions and existing grade elevations shown on the drawings with actual field conditions. Report to the Architect all conditions which prevent proper execution of the work prior to construction.
Accurately locate and record proposed construction and finished grades using approved permanent bench marks and datum elevation and dimensions as shown on the Drawings. Do not scale from the Drawings.
I
I
I
I
b
I
8
I
I
1
I
I
B.
I
3.04 LAYOUT OF THE WORK
A. Locate and set grade stakes for all walls, walks, paving,
curbs, headerboards, and for finlshed grading 0f all planting areas including flow lines.
3.05 SITE GRADING
A. Perform grading operations to establish final surfaces
within one-tenth of a foot of the finished grades shown on the Drawings. Where no finish grade or contours are shown, establish finish grade one inch below top of walks, curbsp headers or paving.
Establish finish grade adjacent to building walls six inches below finish floor elevation (FFE).
away from building at 7:48 minimum slope for at least five feet from buildings.
C. Make finish grade smooth and uniform. Conform to the
B. Slope grades
finish grades and elevations shown on the Drawings with allowance for the thickness of subsequent materials and work to be placed on grade. I 3.06 EXCAVAlION
A. Unauthorized Excavation: 1. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction. Unauthorized exc:avation as well as remedial work as directed by the soils engineer will be at the Contractor's expense.
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 4
t
I
I
I
I
I
I
i
I
b
I
I
I
I
2. Under footings, foundation bases or retaining walls, fill unauthorized excavation by extending Indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Do noit place footing concrete on filled-in earth except compacted f i 11 certified by the soi 1 s engi neer.
required subgrades with excavated soi 1 to 90% relative
compaction.
3. Elsewhere, replace and compact undercutting below
t
B. Additional Excavation: If unsuitable bearing materials are encountered at required subgrade elevations, carry excavations deeper and replace excavated materials as directed by soi 1 s engi neer.
C. Stability of Excavations: Slope sides of excavations to comply with local codes and ordinances. Provide shoring and bracing where sloping is not possible because of space restrictions or stabi 1 i ty of materi a1 excavated.
1. Conform to elevations and dimenions shown within a tolerance of plus or minus 0.10 feet, and extend excavation a sufficient distance from footings and
foundations to permit placing and removal of concrete formwork, intallation of services, other construction, and for inspection. 2. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave a solid base to receive other work. Obtain inspection and testing of foundation excavations by soils engineer before concrete is placed. Comply with pertinent provisions of Section 01 400.
D. Excavation for Structures:
3.
E. Excavation for Pavements: Cut surface under pavements to comply with cross-sections, elevations and grades as I shown.
F. Excavation for Trenches: Excavate trenches to the uniform
width required for the particular item to be installed, sufficiently wide to provide ample working room. and comply with provisions in Section 02225 - Trenching. Refer to
I G. Remove lumped subsoil, boulders, and rock.
EARTHWORK 02200 - 5 CARLSBAD FIRE STATION NO. 6
i
I
I
I
I
1
I
I
1
I
C
I
I
I
I
I
I
3.07 FILL PL.ACEMENT AND COMPACTION
A. Place approved backfill and fill materials in layers not more than 8 inches in loose depth for material compacted
by heavy compaction equipment and not more than 4 inches in loose depth for material compacted by hand-operated
tam pe r 5;.
B. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content.
relative compaction of not less than 90 percent of maximum dry density as determined by ASTM B1557: the upper 3 feet to a relative compaction of not less than 95 percent of
maximum dry density as determined by ASTM D1557.
Do not backfill trenches until all required tests are performed.
02225 -- Trenching.
t
C. Mechaniically compact all material placed in fills to a
D.
E. Carefully backfill trenches in accordance with Section
3.08 FINISH GRADING
A. Upon completion of all cuts and fills to finish grades, harrow or rake all graded surfaces to a uniform surface and remove all rocks, rubble and other unsuitable materials one inch or greater in diameter from the site.
Do not work soil when the moisture content is so great that excessive compaction will occur; nor when it is so
dry that a dust will form in the air or that clods will not break readily. Apply water if necessary to provide ideal moisture content for tilling.
Finish grade all lawn and planting areas to the elevations indicated on the Drawings. Make grades not otherwise indicated at uniform levels of slope between points where elevations are given. Make minor adjustments of finish grades at the direction of the landscape architect, if required. Make finish grade smooth, even and of uniform plane with no abrupt change of surface. Slope grades away from buildings to allow a natural runoff of water.
Direct surface drainage as indicated on the Drawings by remodeling surfaces to facilitate the natural sun-off of
water. Grade low spots and pockets to drain properly. Finish grade with proper slope to drains. Grade and
maintain a17 flow lines to allow free flow of surface water. Maintain flow lines after thorough settlement and compaction of soi 1 m
B.
C.
D.
CARLSBAD FIRE STATION NO. 6 EARTHWORK 02200 - 6
i
1
I
I
I
I
I
I
E
I
b
I
I
I
I
I
1
I
1
3.69 CLEANING
A. Upon completion of earthwork operations, clean areas within contract limits, and remove tools and equipment. Provide a site clear, clean, free of debris, and suitable for site work operations.
3.10 FIELD QUALITY CONTROL
P
A. Provide for visual inspection of bearing surfaces under provisions of Section 01400.
END OF SECTION
CARLSBAD FIRE. STATION NO. 6 EARTHWORK 02200 - 4
t
I
1
I
1
I
I
I
I
i
I
I
1
I
SECTION 02223
BACKFILLING P PART 1 GENERAL
1.01 WORK INCLUDED
A.
B. Site backfilling. .
C. Fi 11 under slabs-on-grade.
D. Compaction requirements.
Building perimeter backfilling to subgrade elevations.
1.02 RELATED WORK
A. Section 01400 - Quality Control: Compaction requirements
B. Section 02200 - Earthwork.
C.
of bacltf i 11. 4
Section 02225 - Trenching: Excavation and backfilling of
trenches.
1.03 REFERENCES G, A. ANSI/ASTM C136 - Sieve Analysis of Fine and Coarse
Aggregates.
ANSI/ASTM D1556 - Density of Soil in Place by the Sand-
Cone Method.
ANSI/ASTM Dl557 - Moisture-Density Relations of Soils and
Soil-Aggregate Mixture Using 10 lb (4.54 kg) Hammer and 18 inch (457 mm) Drop.
Geotechnical Report: on file at office of Architect.
B.
C.
E D.
1.04 TESTS
A. Tests and analysis of fill materials will be performed in accordance with ANSI/ASTM Dl 557 and under provisions of Sect1 on 01 400.
1.05 SAMPLES 1 A.
B.
Submit samples under provisions of Section 01400.
Submit 10 lb sample of each type of fill to testing laboratory, in air-tight containers.
CARLSBAD FIRE STATION NO. 6 BACKFILLING 02223 - 1
f
I
li
1
1
I
B
II
I
b
I
I
1
1
I
I s
I
PART 2 PRODUCTS
2-01 SELECT FILL MATERIALS
A. Type A - CalTrans Class I1 permeable material, free of shale, clay, friable materials and debris: graded in accorda.nce with ANSI/ASTM C136 within the following 1 imi ts:
P
- Sieve Size Percent Passing
2 inches (50 mm) 100 One inch (25 mm)
3/4 inc:h (19 mm) 90 to 100 90 to 100 3/8 inch (9 mm) 40 to 100
No. 4 25 to 40 No. 8 18 to 33
No. 30 5 to 15
No. 50 0 to 7
No. 200 0 to 3
B. Type B - Pea Gravel: Natural stone: washed, free of clay, shale, organic matter; 1/4 inch minimum to 5/8 inch maximuni size; graded in accordance with ANSI/ASTM C136.
C. Type C - Sand: Natural river or bank sand; washed, free of
silt, clay, loam, friable or soluble materials, and organic matter; graded in accordance with ANSI/ASTM C136
within the following limits:
Sieve Size Percent Passing
No. 4 100 No. 14 10 to 100 No. 50 5 to 90
No. 100 4 to 30 No. 200 0
D. Type D - Blended Material: CalTrans Class I11 or as
E.
spec-f f *i ed by engi neer.
Type F - Soil Cement: If required, to be specified by the soi 1 s engineer.
2-02 COMMON FILL MATERIALS
A. Subsoil: Reused or imported: free of gravel larger than 3 inch seize, and debris.
2.03 ACCESSORIES
A. Geotextile Fabric: If required, to be specified by enga’neer.
CARLSBAD FIRE STATION NO. 6 BACKF I LLI NG 02223 - 2
P
I
I
1
I
R
I
1
1
I,
I
PART 3 EXECUTION
3.01 INSPECTION
A. Verify stockpiled fill to be reused is approved.
B. Verify foundation walls are braced to support surcharge forces Imposed by backfilling operations.
Verify areas to be backfilled are free of debris, snow, ice, or water, and ground surfaces are not frozen.
P
C.
3.02 PREPARATION
A. When necessary, compact subgrade surfaces to density
B.
requirements for backfill material.
Cut out soft or saturated areas of subgrade not readily capable of in-site compaction. material and compact to density equal to requirements for subsequent backf i 11 material.
Backfill with 'Type D
3.03 BACKFIILLING
A. Backfill areas to contours and elevations. Use unfrozen materials.
B. Backfill systematically, as early as possible, to allow
maximum time for natural settlement. Do not backfill over porous, wet, or spongy slabgrade surfaces.
Place and compact select fill materials in continuous layers not exceeding 6 inches loose depth.
layers not exceeding 8 inches loose depth.
Employ a placement method so not to disturb or damage
Maintain optimum moisture content of backfill materials to
attain required compaction density.
G. Backfill against supported foundation walls. If required, backfi 11 simultaneously on each side of unsupported foundation walls until supports are in place.
Slope grade away from building minimum 2 inches in 10 feet, unless noted otherwise.
C.
D. Place and compact common fill material in continuous I
I utilities in trenches. E.
F. 1
1
I
H.
I. Make changes in grade gradual. Blend slopes into level
J.
areas.
Remove surplus backfill materials from site.
a ?
CARLSBAD FIRE STATION NO. 6 BACKFILLING 02223 - 3 1
I
1
I
1
I
I
1
I
b
1
1
1
1
I
K. Leave stockpile areas completely free of excess fill materi a1 s.
3.04 TOLERANCES
A. Top Surface of Backfilling: Plus or minus one inch.
3.05 FIELD QUALITY CONTROL
1'
A. Compaction testing will be performed in accordance with ASTM D'1556, 2922 or 2937, and under provisions of Section
01 400.
If tests indicate work does not meet specified
requirements, remove work, replace and retest at no cost to Owner.
B.
3.06 SCHEDULE OF LOCATIONS
A. Interior Sl ab-On-Grade: Competent formational material or subsoil fill, compacted to 90 percent: with cover of Type C fill,, 4 inches thick, compacted to 95 percent.
Exterior Side of Foundation Walls and Retaining Walls Over
Granular Filter Material and Foundation Perimeter Drainage: Subsoil Type A fill, to subgrade elevation, each lift compacted to 90 percent.
B.
C. Fill Under Grassed Areas: Subsoil fill, to below finish grade, compacted to 95 percent.
grade, compacted to 95 percent.
base below finish paving elevation, compacted to 95
D. Fill Under Landscaped Areas: Subsoil fill, to below finish
E. Fill Under Asphalt Paving: CalTrans Class 11 aggregate I; percent.
END OF SECTION
a t
CARLSBAD FIRE STATION NO. 6 BACKFILLING 02223 - 4 1
SECTION 02225
I
p PART 1 GENERAL
I
1
b.
I
1
b
I
I
1
I
I
1
I
I TRENCHING
1.01 WORK INCLUDED
A. Excavate trenches for utilities to municipal utilities.
5. Compacted bed and compacted fill over utilities to
s u bgr ade e 1 eva t i ons .
C. Compaction requirements.
1.02 RELATED WORK
A. Section 01400- Quality Control : Compaction requirements of
B. Section 02223 - Backfilling: General backfilling.
e. Section 15400 - Plumbing: Sewer piping from building
E. Section 15400 - Plumbing: Water, Piping from building
backfi 11.
to municipal sewer.
I to municipal utilities.
1.03 REFERENCES
A. ANSI/ASTM C136 - Sieve Analysis of Fine and Coarse
Aggregates.
ANSI/ASTM Dl556 - Density of Soil in Place by Sand-Cone
Method.
ANSI/ASTM Dl557 - Moisture-Density Relations of Soils and
Soil-Aggregate Mixture Using 10 lb (4.54 kg) Hammer and 18 inch (457 mm) Drop.
B.
C.
D. Geotechnical Report: On file at office of Architect.
1.04 TESTS
8 Section 01400.
A. Tests and analysis of fill materials will be performed in accordance with ANSI/ASTM Dl557 and under provisions of
CARLSBAD FIRE STATION NO. 6 TRENCH1 NG 02225 - 1
f
I
1
I
I
I
I
1.05 SAMPLES
A.
B.
Submit samples under provisions of Section 01400.
Submit 10 lb sample of each type of fill to testing laboratory, in air-tight containers.
1.06 PROTECTION
t
A. Protect; excavations by shoring, bracing, sheet piling, underp-inning, or other methods required to prevent cave-in or loose soil from falling into excavation.
Underp-in adjacent structures which may be damaged by excavation work, including service utilities and pipe
chases ,,
Notify Archi tect/Engi neer of unexpected subsurface condi tlons and discontinue work in affected area until
notification to resume work.
B.
C.
D. Protect bottom of excavations and soil adjacent to and
E.
II beneath foundations from frost.
I run-off into excavation. Grade excavation top perimeter to prevent surface water
1, PART 2 PRODIJCTS
2.01 SELECT BED AND FILL MATERIALS
Type A - CalTrans Class I1 permeable material, free of shale, clay, friable materials and debris; graded in accordance with ANSI/ASTM C136 within the following 1 imits:
A. I
R
I
I
1
I
8
i
- Sieve Size Percent Passing
2 inches (50 mm) 100 One inch (25 mm) 3/4 inch (19 mm) 90 to 100 90 to 100 3/8 inch (9 mm) 40 to I00 No. 4 25 to 40 No. 8 18 to 33 No. 30 5 to 15 No. 50 0 to 7
No. 200 0 to 3
B. Type S - Pea Gravel: Natural stone: washed, free of clay, shale, organic matter; 1/4 inch minimum to 5/8 inch maximum size; graded in accordance with ANSIjASTM C136.
CARLSBAD FIRE STATION NO. 6 TRENCHING 02225 - 2
If
1
I
1
8
8
I
I
C. Type C - Sand: Natural river or bank sand; washed, free of
silt, c:lay, loam, friable or soluble materials, and organic: matter; graded in accordance with ANSIJASTM C136
within the following limits:
Sieve Size Percent Passing
No. 4 100
No. 14 10 to 100 No. 50 5 to 90
No. 100 4 to 30
No. 200 0
Type D - Blended Material: CalTrans Class 111 or as speci f-ied by engineer.
soi 1 s engineer.
2.02 COMMON FILL MATERIALS
t
D.
E. Type F - Soil Cement: If required, to be specified by the
A. Subsoil: Reused or imported; free of gravel larger than 3 inch s-ize, and debris. I 2.03 ACCESSORIES
A. Geotextile Fabric: If required, to be specif.ied by engineer.
PART 3 EXECUTION
3.01 INSPECTION
b
I
1
II
I
1
I
1
I
A.
B.
Verify stockpiled fill to be reused is approved.
Verify foundation perimeter drainage installation has been inspected.
Verify areas to be backfilled are free of debris, snow, ice, or water, and surfaces are not frozen. C.
3.02 PREPARATION
A. Identi fy required 1 ines, levels, contours, and datum.
B. When necessary, compact subgrade surfaces to density
Coordinate with Section 01039.
requirements for backfill material.
3.03 EXCAVATION
A. Excavate subsoil required for storm sewer, sanitary sewer, water, and gas piping to municipal utilities.
CARLSBAD FIRE STATION NO. 6 TRENCH I NG 02225 - 3
rf
I
1
I
1
I
I
I
C
I
I
I
I
B. Cut trenches sufficiently wide to enable installation of utilities and allow inspection.
C. Hand t'rim excavation and leave free of loose matter. Hand trim for bell and spigot pipe joints.
D. Remove lumped subsoil, boulders, and rock.
E. Excavation shall not interfere with normal 45 degree bearinlg splay of foundations.
F. Correct unauthorized excavation at no cost to Owner.
G. Fill over-excavated areas under pipe bearing surfaces in
t
E
accordance with direction by Archi tect/Engi neer.
H. If required, stockpile excavated material in area designated on site and remove excess subsoil not being reused, from site.
3.04 BACKFILLING
A. Support pipe and any conduit during placement and
compaction of bedding fill.
systematically, as early as possible, to allow maximum time for natural settlement. Do not backfill over porous, wet, or spongy subgrade surfaces.
Place geotextile fabric if necessary to provide separation between backfill material and saturated compressible soils if complete removal cannot be accompl i shed.
layers not exceeding 6 inches loose depth.
layers not exceeding 8 inches loose depth.
Employ a placement method so not to disturb OP damage foundation perimeter dra-l nage and/or foundation dampproof i ng.
Maintain optimum moisture content of backfill materials to
Remove surplus backfill materials from site.
Leave stockpile areas completely free of excess fill materials.
8. Backfi 11 trenches to contours and elevations. Backfi 11
C.
D. Place and compact select fill materials in continuous
E. Place and compact common fill material in continuous
F.
B
G. 1 attain required compaction density.
H.
I, { 3.05 TOLERANCES
CARLSBAB FIRE STATION NO. 6 TRENCHING 02225 - 4 I
1
l
I
I
1
I
I
I
C
II
l
I
8
8
I
3.05 TOLERANCES
A. Top Surface of Backfilling: Plus or minus one inch. p 3.06 FIELD QUALITY CONTROL
A. Compaction testing will be performed in accordance wdth
ASTM Dl556 and under provisions of Sectdon 01400.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 TRENCHING 02225 - 5
;
1
i
SECTION 0251 3 I ASPHALTIC CONCRETE PAVING
PART 1 GENEIRAL
1.01 WORK INCLUDED
t
A. Asphaltic concrete paving where indicated on the Drawings. I
1
8
4
I
b 1.04 QUALITY ASSURANCE
I
I
I
I
1.02 RELATED WORK
A. Section 02200 - Earthwork: Preparation of sits for paving.
B. Secticin 02223 - Backfilling: Compacted fill f0r paving.
C. Secticin 03001 - Concrete,
D. I Section 02584 - Pavement Marking.
1.03 REFERENCES
A. The Asphalt Institute - Manual MS-4 - The Asphalt
Hand book,
ASTM U946 - Asphalt Cement for Use in Pavement Construction. 6.
A. Perform work in accordance with Standard Specifications, California Department of Transportation, Division of
Highways, as last amended.
5. Mixing Plant: Conform to State of California standards.
C. Obtain materials from same source throughout. m 1.05 REGULATORY REQUIREMENTS
A. Conform to applicable standards for paving work on public
property.
B. Conform to the Standard Specifications of the California Department of Transportation (CalTrans), Division of rn Highways.
1.06 SUBMITTALS
A. Submit; product data under provisions of Section 01300.
8. Submit; manufacturers' instructions under provisions of I Section 01 300.
CARLSBAD FIRE: STATION NO, 6 ASPHALT1 C CONCRETE PAVING 02513 - 1
rf
I
1
II
I
1
8
I
I
I
I
I
8
8
I
I
1
1.07 ENVIRONMENTAL REQUIREMENTS
A. Do not place asphalt when base surface temperature is less
than 413 degrees F.
PART 2 PRODIJCTS
2.01 MATERIALS
t
A. Primer: (If required) Homogeneous medium curing liquid asphalt.
Cal i forni a Department of Transportation, Standard Specifications; compacted thickness as indicated on the Drawings to 95 percent density minimum.
hydrated lime, or other approved mineral dust, free of foreigin matter.
sand type.
2.02 ASPHALT PAVING MIX
8. Base Course: Class I1 aggregate base per Section 26,
C. Mineral Filler: Finely ground particles of limestone,
D. Seal Coat: (If required) Asphalt Institute Manual MS-4,
A. Use dry materials to avoid foaming. Mix uniformly per Section 39, CalTrans Standard Specifications; 5 to 7 percent of asphalt mix by weight in mixture. I
PART 3 EXECUTION
3.01 INSPECTION I A.
B.
C.
Verify compacted granular base is dry.
Verify gradients and elevations of base are correct.
Beginning of instal lation means acceptance of substrate.
3.02 PREPARATION
A. Apply iprimer, if used, over substrate at uniform rate of
B.
1/3 gal/sq yd.
Apply iprimer in accordance with manufacturer's
instructions.
Use clean sand to blot excess primer. C.
CARLSBAD FIRE STATION NO. 6 ASPHALTIC CONCRETE PAVING 02513 - 2
If
1
II D. Apply primer to contact surfaces of curbs, gutters, and
cement paving. Primer will not be sloped onto visible
concrete surfaces. Any over-application will be removed from
visible concrete surfaces.
3.03 PLACING ASPHALT PAVEMENT
A. I Drawi ngs .
Place ,asphalt paving within 24 hours of priming base
surfaces to a compacted thickness as indicated on
t
B. Compact pavement by rolling. Do not displace or extrude
pavement from position.
inaccersible to rolling equipment.
Develop rolling with consecutive passes to achieve even
and smooth finish, without roller marks.
Hand compact in areas I
I
I
I
C.
3.04 TOLERAINCES
A. Flatness: Maximum variation of 1/4 inch measured with 10
foot straight edge.
B. Compacted Scheduled Thickness: Within 1/4 inch of design
thickness. I C. Variation from True Elevation: Within 112 inch.
3.05 SEAL COAT
A. If used, apply seal coat in accordance with Asphalt
Institute Manual MS-13.
b
I
I
II
II
1
I
3.06 PROTECTION
A. Immediately after placement, protect pavement under
provisions of Section 01500 from mechanical injury for 3 days,
END OF SECTION
CARLSBAD FIRE STATION NO. 6 ASPHALTIC CONCRETE PAVING
02513 - 3
;.
I
I
SECTION 02584
PAVEMENT MARKING I
1
I
1.
I
I
I
t PART 1 GENERAL
1.01 SUMMARY
A. Provide painted lines, lettering and symbols at parking area as indicated on the Drawings, specified herein, and as needed for a complete and proper Installation.
1. Section 02513 - Asphaltic Concrete Paving. 2. Section 09900 - Painting.
B. Related Work: 1
1.02 SEQUENCING AND SCHEDULING
A. Coordinate with paving work. Verify that paint type Is compatible with asphalt paving surface seal coat if seal
coat is used.
1.03 PROJECT CONDITIONS
A. Environmental Requirements: Paint only in dry weather, on dry clean surfaces, when temperature is above 50 degrees
F.
PART 2 PRODUCTS 1 2.01 MANUFAC'TURERS
A. Dunn-Edwards "Vin-L-Stripe" #W-801 e vinyl-epoxy, as a
standard of quality.
Blue.
B. J.E. Barier Latex Base; formulas #1030A9 White, f1865A9
I
1
R 6. Sinclair #160 Vinyl Traffic Line Paint, water base.
D. Pervo Paint Co.
E. Substitutions: Under provisions of Section 01600. ' 2.02 MATERIALS
1 A. Traffic Paint: Water base, roadway traffic line marking type: colors as specified herein.
CARLSBAD FIRE STATION NO. 6 PAVEMENT MARKING 02584 - 1
i
1
I
111
II
I
I-
I
I
I
1
1
8
8
1
I
PART 3 EXECUITION
3.01 EXAMINATION
A. Verify that surfaces to be striped are clean and dry, and the surface sealer, if used, is thoroughly dry.
3.02 PREPARATION
t
A. Layout: Accurately measute and lay out all work. Use stenciles for all work; snap llnes for straight; work.
3.03 APPLICATION
A. General: II per galllon, per coat. Apply two coats at a rate of 400 sq ft maximum
B. Parking Stall Lines: 4 inches wide.
C. Colors: White for all work, except blue at handicapped parki ng stall .
END OF SECTION
CARLSBAD FIRE STATION NO. 6 PAVEMENT MARKING 02584 - 2
i
1
I
I SECTION 03001
CONCRETE p PART 1 GENERAL
1.01 WORK INCLUDED I A. Formwork, shoring, bracing, and anchorage.
B. Concrete rei nforcernent and accessories.
C. Cast-in-place concrete. I
I
1
I
I
I
I 1.02 RELATED1 SECTIONS
A. Section, 03347 - Concrete Floor Finishing: Concrete sealer for interior areas.
WORK INSTALLED BUT FURNISHED UNDER OTHER SECTIONS
A. Section 05500 - Metal Fabrications: Metal fabrfcations
1.03
I attached to formwork.
1.04 REFERENCES
A. ACI 301 - Specifications of Structural Concrete for
Buildings.
ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete
Reinforcement.
b B.
C. ASTM A615 - Deformed and Plajn Billet-Steel for Concrete Reinforcement.
ASTM C33 - Concrete Aggregates.
ASTM C94 - Ready-Mixed Concrete.
ASTM C1150 - Portland Cement.
ASTM C%O - Air Entraining Admixtures for Concrete.
ASTM D2103 - Polyethylene Film and Sheeting.
D.
E.
F.
G.
H.
I
1 1.05 ’ QUALITY ASSURANCE
I A. Perform work in accordance with ACI 391.
5. Maintain copy of ACI 301 on site.
I. 06 REGULATORY REQUIREMENTS
A. Conform to applicable codes of agencies having
j ur i sd .I c t i on.
1
1 CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - I
f
m
t
1 1.07 TESTS
A. Testing and analysis of concrete will be performed under
B.
provisions of Section 01400.
Submit proposed mix design of each class of concrete to
appointed firm for review prior to commencement of work.
Testing firm will take cylinders and perform slump and
air entrainment tests in accordance wjth ACI 301. C. I
1
I
I
PART 2 PRODUCTS ! 2.01 FORM MATERIALS
A. Conform to ACI 301.
2.02 REINFORCING STEEL
A. Reinforcing Steel: ASTM A615, billet steel deformed bars:
B. Welded Steel Wire Fabric: Plain type, ANSI/ASTM A185;
in flat sheets; uncoated PSnish; as indicated on the
Drawi ngs.
I uncoated finish.
b 2.03 CONCRETE MATERIALS
A. Cement: ASTM C150, normal - Type 1 Portland, Std. Grey color.
B. Fine and Coarse Aggregates: ASTM C33.
C. Water: Clean and not detrimental to concrete.
I
2.04 ADMIXTURES. I
I
I
1
A. Air Entrainment Admixture: ASTM C260.
2.05 ACCESSOR1 ES
A. Vapor Barrier: 6 mil polyvinyl chloride membrane.
B. Non-Shrink Grout: Premixed compound with non-metallic
aggregate, cement, water reducing and plasticizing agents; capable of minimum compressive strength of 3000 psi.
Construction Joints: As indicated on the Drawings.
1
C.
0. Expansion ‘Joints: As indicated on the Drawings. I 2.06 CURING MATERIALS
A. Water, clean and drinkable; or paper cure.
CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - 2
F
I
1
1 2.07 CONCRETE MIX
A.
B. Foundation Concrete:
Mix concrete in accordance with ASTM C94.
1 D Compressive Strength
2. Compressive Strength
3. Slunp: 4 inch
r
(7 days): 1200 psi
(28 days): 2000 psi unless noted otherwise
I
I
1 C. Slab On Fill Concrete:
1. Compressive Strength
2. Compressive Strength (7 days): 1200 psi
(28 days): 2000 psi unless noted otherwise ' 1 3. Slump: 4 inch 1 PART 3 EXECUTION
3.01 FORMWORK ERECTION
A. Verify lines, levels, and measurement before proceeding
with formwork. I
I
I
I
I
I
1
B. Hand trim sides and bottom of earth forms; remove loose dirt.
C. Align form joints.
D.
C
Do not apply form release agent where concrete surfaces receive special finishes ~r applied coatings which may be
affected by agent.
Coordinate work of other Sections in forming and setting
openings, slots, recesses, chases, sleeves, bolts, E. I anchors, and other inserts.
3.02 REINFORCEMENT
A. Place, support, and secure reinforcement against
di spl acement. 1 3.03 PLACING CONCRETE
A. Notify Architect/Engineer minimum 24 hours prior to commencement of concreting operations.
Lap joints minimum 6 inches and seal. Place one inch of
sand over vapor barrier. while placing reinforcement.
B. Install vapor barrier under interior floor slabs on fill.
Do not disturb vapor barrier
CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - 3
F
3.04 FLOOR SLABS
I
1 A.
B.
Place floor slabs in checkerboard pattern.
Saw cut control joints at an optimum time after finishing.
Cut slabs with 3/16 inch (5 mm) thick blade, cutting 1/4 of depth of slab thickness.
filler. 1/4 inch of finished slab surface.
..
r
C. Separate slabs on fill from vertical surfaces w.ith jodnt Extend joint filler from bottom of slab to within I
I
I
I,
I
I
C
I
I
I
I
1
I
I
I
D. Smooth trowel finish is required in certain interior areas as indicated in Schedule below. Broom finish for Patio, walkways and other exterior areas, medium texture in directions shown on
the drawings.
3.05 TOLERANCES
A. Provide Class A tolerance to floor slabs on trowel finish and Class B tolerance to floor slabs on broom finish according, to ACI 301, Pitch to drains according to Drawings.
3.06 SCHEDULIE OF FLOOR SLAB FINISHES
A. Smooth trowel finish at apparatus bay.
B. Medium broom finish at exterior areas,
END OF SECTION
CARLSBAD FIRE STATION NO. 6 CONCRETE 03001 - 4
t
I
I
I
I
1
I
1
I
1
I
SECTION 03346
CONCRETE FLOOR FINISHING r PART 1 GENERAL
1.01 WORK I iNCLUDED
A. Provide concrete hardener and sealer at interior areas as specified herein. I 1.02 RELATED WORK
A. Section 03001 - Concrete: Prepared concrete surfaces ready for finishing.
1.03 REFERENCES
A. ACI 301 - Specifications for Structural Concrete for Buildings. 1 1.04 QUALITY ASSURANCE
A. Appf icator: Company speci a1 i zi ng i n concrete floor surf ace finishing with ten years experience.
Furnish concrete hardener and sealer in manufacturer's packagdng with application instructions. B.
1.05 FIELD SAMPLES b
A.
B.
Provide field sample under provisions of Section 01300.
Prepare trial finish in area designated by Architect/ Engineer.
1.06 PRODUCT DATA I A.
B.
C. Submit manufacturers' instructions under provisions of
Submit product data under provisions of Section 01300.
Provide product data for specified products.
Section 01300. I PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. L. M. Scofield Company
B. Thoro System Products
CARLSBAD FIRE STATION NO. 6 CONCRETE FLOOR FINISHING 03346 - I
i
I
I
I
I
I
I
1
I
I
I
I
1
I
I
I
2.02 MATERIALS
A. Hardener:
B. Sealer:: "Thoroseal" as manufactured by Thoro System Products.
"Lithochrome Hardener" as manufactured by L. M. Scof ield
Company.
PART 3 EXECUTION
3.01 INSPECTION
A. I this wcwk.
B.
t
Verify floor surfaces are acceptable for application of
Ensure floor surfaces are depressed to accommodate finish materials.
Beginning of installation means acceptance of surfaces. C.
3.02 PREPAR4TION
A. Prepare surfaces to be sealed in strict accordance with the sealer manufacturer's written instructions. 1
3.03 TREATMENT
A. Hardener Is to be applied only by a trained representative of the
manufacturer to the floor surface of the apparatus bay.
Sealer is to be applied only by a trained representative
of the manufacturer to the floor surface of the apparatus bay. B. b
END OF SECTION
CONCRETE FLOOR FINISHING 03346 - 2 CARLSBAD FIRE STATION NO. 6
?
I
I
I
I
I
I
I
I
I
I
SECTION 05500
METAL FABRICATIONS t PART 1 GENERAL
1.01 SUMMARY
A. Provide miscellaneous metal work shown on the Drawings, as specified herein, and as needed for a complete and proper installation.
1.02 SUBMITTALS I A.
B. Product Data:
Comply with pertinent provisions of Section 01300.
1.
2.
Submit materials list of items proposed to be provided under this Section; Submit manufacturer's specifications and other data needled to prove compliance with the specified
requi rements; 3. Submit shop drawings in sufficient detail to show fabrication, instal 1 ation, anchorage, and interface of the Work of this Section with the work of adjacent
tr acl es . b 1.03 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance off the Work of this Section.
Perform shop and/or field welding required in connection with the Work of this Section in strict accordance with pertinent recommendations of the American Welding Society.
B.
9 ., 04 DELIVERY, STORAGE, AND HANDLING B
[ PART 2 PRODUCTS
A. Comply with pertinent provisions of Section 01600.
2.01 MATERIALS
A. In fabricating items which will be exposed to view, limit materials to those which are free from surface blemishes,
pitting,, rolled trade names, and roughness.
I
CARLSBAD FIRE STATION NO. 6 METAL FABRICATIONS 05500 - 1
i
I
I
I
I
I
1
I
1
I
b
I
I
1
8. Comply with the following standards, as pertinent.
1.
2. Concrete Inserts:
Simpson Steel Fasteners as noted on the drawings.
a.
b. Provide required bolts, shims, washers, hot-dtp
Threaded or wedge type galvanized ferrous castings
of malleable iron complying with ASTM A27;
galvanized in accordance with ASTM A153.
t
2.02 FASTENERS
A. General: 1. For exterior use provlde zinc-coated fasteners. 2. Provide fasteners of type, grade, and class required for the particular use.
B. Comply wdth the following standards, as pertdnent. 1. Bolts and Nuts: Provide hexagon-head regular type
2. Lag Bolts: Provide square-head type complying with
3. Machine Screws: Provide cadmium plated steel type
4. Was hers :
complying with ASTM A307, Grade A;
Fed Spec FF-B-561;
complying with Fed Spec FF-S-111;
a. Plain Washers: Comply with Fed Spec FF-4-92,
b. Lock Washers: Comply with Fed Spec FF-W-84, round, carbon steel;
helical spring type carbon steel: 5. Anchorage Devices: Provide expansion shield cornplying with Fed Spec FF-5-325.
2.03 OTHER MATERIALS
A. Fire Hose Storage Shelving: 1 . Where indicated on the Drawings, provide "l,ok-Tites' fire hose rack brackets as manufactured by San Diego
Fire Equipment Co., Inc., (639) 239-1278. Provide pipe column supports and flanges under this
Section, and provide the indicated wood slats under the work of Section 06001.
2. I
6. Provide other materials, not specificaly described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Architect. E 2.04 SHOP PAINT
A. Primer: Use SSPC Paint 15, Type 1 Red Oxide.
B. For repair of galvanizing, use a high zinc-dust. content a
P
paint complying with MIL-P-21035. I
I CARLSBAD FIRE STATION NO. 6 METAL FABRICATIONS 05500 - 2
I
1
I
I
I
I
b
1
I
I
I
I
I
8
1
2.05 FABRICATION
A. Except ins otherwise shown on the Drawings or on approved Shop Drawings, use materials of size, thickness and type required to produce reasonable strength and durability in the Work of this Section.
Fabricate with accurate angles and surfaces which are true to the required lines and levels, grinding exposed welds smooth and flush, forming exposed connections with hairline joints, and using concealed fasteners wherever possi bl e.
C. Prior to shop painting or priming, properly clean metal surfaces as required for the applied finish and for the proposed use of the item.
0. On surfaces inaccessible after assembly or erection, apply two coats of the specified primer. Change color of second
coat to distinguish it from the first.
8.
t
I
I PART 3 EXECUTION
3.01 SURFACE CONDITIONS
A. Examine the areas and conditions under which the Work of this Section will be performed. Correct conditions
detrimental to timely and proper completion of the Work.
Do not proceed until satisfactory conditions are corrected.
CARLSBAD FIRE STATION NO. 6 METAL F ABR I CAT1 ONS 05500 - 3
t
I
I
I
I
I
I
I
3.02 COORDINATION
A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for
interfac:e with the Work of this Section.
3.03 INSTALLATION
A. General:
t
1. Set work accurately into position, plumb, level, true
2. Anchor firmly into position. 3. Where field welding is required, comply with AWS- recommended procedures of manual-shielded rnetal-arc welding for appearance and quality of weld, and for methods to be used in correcting welding work. 4. Grind exposed welds smooth, and touch up shop prime coats. 5. Do riot cut, weld, or abrade surfaces which have been hot-dip galvanized after fabrication and which are intended for bolted or screwed field connections.
and free from rack.
6. Immediately after erection, clean the field welds, bolted connections, and abraded areas of shop priming. Paint the exposed areas with the same material used for shop
pr i mi n g ,, 1
C END OF SECTION
1
5
I
1
I
I
I
1 CARLSBAD FIRE STATION NO. 6 METAL FABRICATIONS 05500 - 4
t
1
I
1
1
I
1
I
C
1
f
I
I
I
I
1
1
SECTION 06001
CARPENTRY WORK t PART 1 GENERAL
1.01 WORK INCLUDED
A. Rough c:arpentry and finish carpentry.
1.02 RELATED WORK
A. Section 09900 - Painting: Site finishing of finish
carpentry and cabinetwork
1.03 REFERENCES
A. NFPA - National Design Specification for Wood
Co n s t r LI c t i o n . I 1.04 QUALITY ASSURANCE
A. Rough Carpentry Lumber: Visible grade stamp, of agency
certified by National Forest Products Associatlon (NFPA).
CARLSBAD FIRE STATION NO. 6 CARPENTRY WORK 06001 - 1
t
I
1 PART 2 PRODUCTS
t
g PART 3 EXECUTION
2.01 ROUGH CARPENTRY MATERIALS
A. Provide) materials as indicated on the Drawings.
3.01 INSTALLATION OF FINISH CARPENTRY ITEMS
A. Install items straight, true, levelt plumb, and securely
B. Where blocking or backing is required, coordinate as
anchored into position.
II
I
1
I
I
C
I
I
neccesary with other trades to assure placement; of required blocking and backing in a timely manner.
produce a uniformly smooth surface, always sanding in the
direction of the grain. 1. Do not sand wood, if any, designated on the Drawings to remain rough. 2. No coarse grained sandpaper mark, hammer mark, or other imperfection will be accepted.
Use pui-pose designed fixture attachments for mounted
components.
When necessary to cut and fit on site, make material with ample allowance for cutting.
Instal 1 accessories supplied under other Sections for installation. Install items in accordance with man u factures ' s i n st r uc t i on s .
C. Sandpaper finished wood surfaces thoroughly as required to
D.
E. Provide trim for scribing 1 and site cutting.
E.
H. Ensure that mechanical and electrical items affecting this Section of work are properly placed and complete prior to commencement of installation. I] 3.02 CLEANING UP
m A. Keep the premises in a neat, safe, and orderly condition at all times during execution of this portion of the Work, free from accumulations of sawdust, cut-ends, and debris.
1
CARPENTRY WORK 06001 - 2 CARLSBAD FIRE STATION NO. 6
i
1
1
I
I
I
I
1
1
b
I
I
I
1:
I
1
I
I
5. Sweeping: 1. At the end of each working day, and more often if
necessary, thoroughly sweep surfaces where refuse from
this portion of the Work has settled.
Remove the refuse to the area on the job site set
aside for its storage. Upon completion of thl’s portion of the Work,
thoroughly broom clean all surfaces.
2.
3.
t
I END OF SECTION
CARLSBAD FIRE STATION NO. 6 CARPENTRY WORK 06001 - 3
t
I
3 SECTION 08230
TELESCOPING DOORS ALTERNATE BID 81
PART 1 GENEIRAL
t
I 1.01 DESCRIPTION
A. Telescoping doors, complete, including power operators and controls.
1.02 RELATED WORK SPECIFIED ELSEWHERE 1
I
I
I
b 1.04 SUBMITTALS
I
I
I
II
s
1
A. Electrical: Section 16010.
1 . 03 QUALITY ASSURANCE
A. Design Requirements: 1. Design components to safely withstand a wind load pressure of 20 psf. 2. Minor differences from specified components, to suit manufacturer's standard fabrication details, will be allowed as approved. t
B. Project Conditions: 1. Do not fabricate components which require fitting to structural
elements or into finished spaces until dimensions are verified at the project site.
A. Procedures: Make submittals in accordance with Section 01300.
B. Shop drawings: Submit rough-in dimensions, fabrjcatlon and
C. Operating and maintenance instructions: Submit manufacturers operating
installation details and manufacturers wiring schematics,
instructions and maintenance recommendations. I 1.05 PRODUCT HANDLING
A. Procedlures: In accordance with Section 01600.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Milcor' Incorporated (basis for specification), 1101 East Kibby, Lima, 1 Ohio 45804.
2.02 DOOR TYPE
A. A Multi-section, overhead telescoping door consisting of three major sub-assemblies; side guides, header and panel nest.
CARLSBAD FIRE: STATION NO. 6 TELESCOPING DOORS
08230 - 1
t
8
1
I
I
I
I
I
1
I
I
I
1
1
1
B. Door shall be power operated.
C. Door shall be equipped with an emergency chain operator for manual operation in the event of power failure.
Door shall be internally wired to provide for operation by remote radio signal for opening, closing and stopping.
E. Operation of the curtain shall be by power operator and shall be such that no counterbalance weights or springs are required.
D. t
2.03 Materi a1 s
A. Curtain panels shall be G-90 galvanized steel with baked on epoxy prime
coat and with baked on fluropolymer finish coat in color on side exposed after fabrication. The panel surface shall be embossed with a ridigizing pattern standard with the manufacturer.
B. Side guides and header box shall be prime-painted steel.
C. Door operators shall be integral enclosed assemblies with manufacturers standard, totally enclosed motor: in header, direct drive, helical-type gear reducer, fully enclosed and operating in an oil bath; geared limit switch; electro-mechanical brake: emergency hand chain operator engaged from floor with disconnect; electrical disconnect swltch to prevent motor operation during chain operation; internal reversing magnetic starter; internal prewiring to terminal block; and push-button station marked1 "open", "close" and "stop". Motor shall be of capacity to operate doors at 40 feet per minute or 0.67 feet per second.
D. A safety bottom edge shall be furnished on all power operated doors. It shall cause the door, upon contact with any obstruction, to stop its downward travel, reverse itself, and return to the fully open position. The low voltage electrical conductor for this device shall be full) enclosed in the panel curtain and shall be positively tensioned at all times.
E. Curtain design shall be such that the load on the door operator is at
its minimum at initial opening, and builds up gradually to maximum at
F. Additional safety limits, to prevent over-travel or lifting cable brake damage!, shall be provided in the header box to back up the primarh limit control which disconnects power to the operator.
G. A flexible bottom draft seal shall be provided on the bottom edge. Bottom panel shall be designed to compensate for sloped floors up to ar edge-lo-edge difference of 2 inches.
H. Locking shall be accomplished automatically when the door attains the fully closed position. Upon opening, the lacks shall automatical 1)
disengage before the door begins to travel upward.
I the fully open position.
CARLSBAD FIRE STATION NO. 6 TELESCOPING DOORS 08230 - 2
1
1
I
PART 3 EXECUTION ' 3.01 INSTALLATION
A. Install doors in accordance with manufacturers written instructions and
shop drawings.
B. Provide all necessary hardware and attach door guide assemblies to structure with galvanized fasteners. Locate fasteners as recommended
by manufacturer, but in no event greater than 24 inches on center.
C. Adjust as necessary to provide proper function, free of binding,
D. Lubricate all operating parts in accord with manufacturers printed
r
1
I racking or distortion.
I recommend at i on s a
END OF SECTION 1
I
I
4
8
I
I
I
I
I
I
1
CARLSBAD FIRE: STATION NO. 6 TELESCOPING DOORS 08230 - 3
P
I
SECTION 08360 I SECTIONAL OVERHEAD DOORS r PART 1 GENERAL
1.01 \dORK INCLUDED
A. Electric overhead sectional door.
B. Operating hardware and supports,
C. Glass and glazing.
I
I
1
i
I
1
I
II
I
1.02 RELATED WORK
A. Section 05500 - Metal Fabrications: Steel channel frame for door opening.
C. Sectioin 06100: Brace framing for door tracks.
D. Sectioin 08800 - Glazing: Glass for lights.
E. Section 09900 - Painting: Field painting.
1
1 a 03 REFEREIICES
A.
B. ANSI/ASTM A446 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot Dip
C. ANSI/ASTM A526 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot Dqp
D. NEMA - National Electrical Manufacturer's Association.
ANSI A216.1 - Section Overhead Type Door (NAGDM 102).
Process, Structural (Physical) Quality.
Process, Commercial Qual i ty.
b
1
1.04 SYSTEM DESCRIPTION
A. Panels: Flush steel; 2 inches thick.
B. Low headroom track and hardware.
C. Electric operation on 115/230 volt, single phase, 60 Hz service to 3/4 HP motclr manually operable in case of power failure, transit time of 12 I inches per second.
4 e 05 QUALITY ASSURANCE
A. Manufacturer: Company specializing in overhead door construction with
B. Applicator: Company spec3 a1 i zi ng i n i nstal ling overhead doors ui th 5
three years mi nimum experl ence.
years documented experience.
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD BOORS 08360 - 1
;.
I
II
I
I
1
I
I
b
I
I
I
I
I
1
7 m 06 SUBMITTALS
A. Submit. shop drawings and product data under provisions of Sectior
01 300.
B. Indicate opening dimensions and tolerances, component construction, connections and detai Is, anchorage methods arid spacing, hardware and locatilons, and installation details.
C. Submit; manufacturer's instal lation instructions under provisions of
r
Section 07 300. n 1.07 OPERATION AND MAINTENANCE DATA
A, Submit, operation and maintenance data under provlsions of Section
B. Include data for motor and transmission, shaft and gearing, lubrication
01 700.
frequency, control adjustments, and spare part; sources.
PART 2 PROClUCTS 8 2.01 ACCEPTABLE MANUFACTURERS
A. Provene McKee.
B. CECO/IJindsor.
C. Overhead Door, Inc..
D. Substitutions: Under provisions of Section 01600.
2.02 MATERIALS
A.
B. Glass: Tempered glass, 1/4 inch thick. As specified in Section 08800.
C. Weatherstripp3ng: Resilient vinyl strip.
Sheet Steel: 16 GA.Prepainted with a baked on prdmer by manufacturerc
2.03 COMPONENTS
A. Panels: Flush steel construction: of 16 gauge thick, flat profile: rabbeted weather joints at meeting rails.
B. Glazed Lights: three glazed lights per panel; set in place wlth
C, Track: 11 gage thick by 3 inch wide rolled steel track, continuous, vertical mounted; galvanized steel mounting brackets, 1/4 inch thick.
D. Hinge and Roller Assemblies: Heavy duty hinges and adjustable roller
holder!; of galvanized steel; floating hardened steel ball bearing roller:;, located at top and bottom of each panel at meeting joint.
resilient glaring channel. See drawings for light locations.
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD DOORS 08360 - 2
i
1
I
E. Lock: ‘Inside side mounted, adjustable keeper, spring activated latct bar with feature to keep in locked or retracted position; interior handle; lock keyed differently; keyed with Section 08700.
F. Electric Operator: NEMA Type 1 motor; center mounted on cross heac
shaft;; adjustable safety friction clutch: brake system actuated bj independent voltage solenoid controlled by motor starter; enclosed gear driven 1 imit switch; enclosed magnet-ic cross line reversing mounting brackets and hardware.
G. Control Station: Standard three button (open-close-stop) momentar) type control for each electric operator; 24 volt circuit: surface
I
I
I
I
I
i
I
I
I
I
t
I mounted.
H. Remote control transmitter and door operator shall be provided,
Q. Safety Edge: At bottom of door panel, full width; pneumatic sensitized
type, wired to reverse door upon striking object; hollow rubber covered to provide weatherstri p seal.
2.04 FINISHES
A. Precoalted Steel: Shop precoated with bake on primer and field painted. Color wlll be selected by the architect at time of submi tal a
PART 3 EXECUTION b 3.01 INSPECTION
A. Verify that wall openings are ready to receive work and opening
B.
dimensions and tolerances are within 1 I’mits.
Beginning of instal lation means acceptance of existing surfaces,
3.02 PREPARATION
A. Prepare opening to permit correct installation of door unit and air and vapor barrier seal.
3.03 INSTALLATION
A. Install door unit assembly in accordance wdth manufacturer’s
B. construction
instructions.
Use anchorage devices to securely fasten assembly to wall and building framing without distortion or stress. t
I structural members only.
I provide smooth operation.
C. Securely brace door tracks suspended from structure. Secure tracks to
D. Fit and align door assembly including hardware, level and plumb, to
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD DOORS 08360 - 3
F
I
t
E. Coordinate installation of electrical service. Complete wiring from
F. Coordinate installation of sealants and backing materlals at frame
s. Install glass and glazing watertight.
disconnect to unit components.
perimeter as specified in Section 07900.
1
I
I
I
b
I
E
R
II
I
I
t
3.04 TOLERANCES
A.
B. Variation from Plumb: 1/16 Inch maximum.
C. Variation from Level: 1/16 inch maximum.
D. Longitudinal or Diagonal Warp: Plus or minus 1/8 inch from IO ft
Maintain dimensional tolerances and alignment with adjacent work. I
straight edge. I 3.05 ADJUSTING AND CLEANING
A. Adjust door assembly.
B. Clean doors, frames and glass.
C. I Remove labels and visible markings.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 SECTIONAL OVERHEAD DOORS 08360 - 4
t
1
I
SECTION 09900 I PA1 NfI NG p PART 1 GENEFiAL
1.01 WORK INCLUDED
A. Surface preparation.
B. Surface finish schedule.
1
I
1
I
b
I
1
I
I
I
I
1
1
H 1.02 RELATED WORK
A. Section 02584 - Pavement Marking.
1.03 REFERENCES
A. ANSI/ASTM Dl6 - Definitions of Terms Relating to Paint,
Varnish, Laquer, and Related Products. I
B. ASTM 02016 - Test Method for Moisture Content of bJood.
1.04 DEFIN ITIONS
A. Conform to ANSI/ASTM Dl6 for interpretation of terms used
in this Section.
1.05 QUALITY ASSURANCE
A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with three years experience.
and finishing with five years experience. B. Applicator: Company specializing in commercial painting .
1.06 REGULATORY REQUIREMENTS
A. Conform to applicable code for flame/fuel/smoke rating requirements for finishes.
1. 07 SUBMITTALS
A. Sample!;: Provide samples under provisions of Section 01300. Provide two sample panels, 8 inches long by
10 inches wide, illustrating special coating colors
texture, and finish according to Finish Schedule on Draw i n g s D
B. Product Data: Submit materials list of items proposed to be provided under this Section. 1. Submit manufacturer's specifications and other data
needed to prove compliance with the specified
requirements.
CARLSBAD FIRE STATION NO. 6 PAI NTI NG 09900 - a
P
t
I
1
I
0
1
I
C
I
1
I
I
I
1
1 a 08 DELIVERY * STORAGE, AND HANDLING
A. Deliver products to site under provisions of Section 01 600.
Store and protect products under provisions of Section 01 600. B. t
C. Deliver products to site in sealed and labelled containlers; inspect to verify acceptance.
Container labelling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing and reducing.
Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in well ventilated area, unless required otherwise by manufacturer's instructions.
Take precautionary measures to prevent fire hazards and
s po n t a nleo u s comb u st i o n .
D.
E.
F. I
1.09 ENVIRONMENTAL REQUIREMENTS
A. Do not apply exterior coatings during rain or snow, or
when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions.
C. Minimum Application Temperatures for Latex Paints: 45 degrees F (7 degrees C) for interiors: 50 degrees F (10 degrees C) for exterior: unless required otherwise by
manufacturer I s i nstruct i ons. l 1.10 EXTRA STOCK
A. Provide a one gallon container of each color and surface
texture! to Owner.
PART 2 PRODlICTS I 2.01 PAINT PIATERIALS
A. Acceptable Materials: 9. Equal products of other manufacturers approved in advance by the Architect may be substituted in accordance with the provisions of the Contract, and in acc:ordance with pertinent provisions of Sec:tion 01600. Where products are proposed other than those specified by name and number in the Painting Schedule, provide under the product data submittal required by Article 1.07 of this Section a new painting schedule compiled in the same format used for the Painting Schedule included in this Section.
2.
CARLSBAD FIRE STATION NO. 6 PAINTING 09900 - 2
t
I
I
I
I
1
I
I
I
I
1
4
1
i
B. Undercoats and Thinners: 1. Provide undercoat paint produced by the same manufacturer as the finish coat. 2. Use only the thinners recommended by the paint manufacturer, and use only to the recommended limits. 3. Insofar as practicable, use undercoat, finish coat,
and thinner material as parts of a unified system of paint finish.
r
2.02 FINISHES
A. Refer to the Drawings for surface finish.
2.03 APPLICATION EQUIPMENT ~
A. For application of the approved paint, use only such equipment as is recommended for application of the particular paint by the manfacturer of the particular
paint, and as approved by the Architect. I 2.04 OTHER MATERIALS
A. Provide other materials not specifically described but
required for a complete and proper installation, as selected by the Contractor subject to the approval of the Architect. b PART 3 EXECUTION
3,01 INSPECT ION
A. Verify that surfaces or substrate conditions are ready to
receive work as instructed by the product manufacturer.
Examine surfaces scheduled to be finished prior to commencement of work. potentially affect proper application.
Beginning of installation means acceptance of existing surf aces.
B. Report any condition that may
C.
I 3.02 PREPARATION
A. Correct minor defects and clean surfaces which affect work of this Section.
5. Asphalt., Creosote, or Bituminous Surfaces Scheduled for Paint Finish: Remove foreign particles to permit adhesion of finishing materials.
and wash with solvent.
1 Apply compatible sealer or primer.
C. Galvanized Surfaces: Remove surface contamination and oils Apply coat of etching primer.
CARLSBAD FIRE STATION NO. 6 PA1 NTI NG 09900 - 3
It
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
0. Exterior Wood Scheduled to Receive Paint Finish: Remove dust, grit, and foreign matter. Seal knots, pitch streaks, and sappy sections. Fill nail holes with tinted exteriolr calking compound after prime coat has been applied.
3.03 PROTECTION
t
A. Protect. elements surrounding the work of this Section from damage or di sf iguration.
Repair damage to other surfaces caused by work of this
Section. B.
C. Furnish drop cloths, shields, and protective methods to prevent, spray or droppings from disfiguring other
s u r f a c es .
Remove empty paint containers from site. D.
3.04 APPLICATION
A. General: 1. Slfghtly vary the color of succeeding coats.
a. Do not apply additional coats until the completed coat has been inspected and approved. b. Only the inspected and approved coats of paint will be considered in determining the number of
coats applied. 2. Sand and dust between coats to remove defects visible to the unaided eye from a distance of five feet. b
B. Drying:
1. Al'low sufficient drying time between coats" modifying the period as recommended by the material manufacturer to suit adverse weather conditions.
1. Brush out and work the brush coats onto the surface in
2. Cloudiness, spotting, holidays, laps, brush marks,
C. Brush Applications:
an even film,
runs, sag, ropiness, and other surface imperfections will not be acceptable.
D. For completed work, match the approved Samples as to texture, color, and coverage. Remove, refinish, or repaint work not in compliance with the specified requirements.
3.05 CLEANING
A. As Wor'k proceeds, promptly remove paint where spilled, splashed, or spattered.
B. During progress of Work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris.
CARLSBAD FIRE STATION NO. 6 PA1 NT I MG 09900 - 4
?
I
I
I
I
I
I
I
b
I
I
I
I
I
1
I
I
C. Collect. cotton waste, cloths, and material which may constitate a fire hazard, place in closed metal contaa’ners
and remove daily from site.
3.07 PAINTING SCHEDULE
A.
B.
Provide the following paint finishes.
Exterior Wood: (Including all exterior wood on modular wood building)
1. Stain (Oil Type):
t
a. First and Second Coats 3900 Stainteke
C. Exterior Metal (Galvanized):
a. Pretreatment ......... 7113 Vinyl Wash Primer
b. First Coat 25 Zinc Dust Primer
C. Second Coat .......... 248 Sash & Trim Primer
d. Third Coat ........... 250 Sash & Trim Primer
...........
3.08 SCHEDULE - COLORS I A. Colors will be selected by the Architect.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 PA1 NTI NG 09900 - 5
t
SECTION 10350
I
1 FLAG POL ES r PART 1 GENERAL
1 . 01 WORK INCLUDED
A.
B. Ground1 mount.
C. Halyards and accessories.
A1 umi nlum f 1 agpol es. I
I
I
I
I
1
b 1.05 SYSTEW DESCRIPTION
I
I
I
li
I
E
I
1.02 WORK FUFlNISHED BUT INSTALLED UNDER OTHER SECTIONS
A. Furnis,h anchor devices and foundation tube sleeve to
Section 03001 - Concrete for placement.
1.03 RELATElD WORK
A. Section 03001 - Concrete: Concrete foundation construction.
1 e 04 REFERENCES
A. ASTM E5241 - Aluminum and Aluminum-Alloy Seamless Pipe and
Seamless Extruded Tube.
A. Type: Ground set; fixed type.
6. Pole Design: Cone tapered.
C.
D. Halyards: Internal type. I 1 ., 06 PERFORMANCE
Nominal Height: 25 ft measured from top of base.
A. Pole Without Flag: Resistant without permanent deformation, to 90 mi les/hr wind velocity.
1.07 QUALITY ASSURANCE
A. Design flagpole foundation under direct supervision of a
Professional Structural Engineer experienced in design of this work, registered in the State of California
1 D 08 SUBMI T'TALS
A. Provilde product data on pole, accessories, configurations, base attachment detai 1 s, anchor requirements, and imposed 1 eads.
CARLSBAD FIRE STATION NO. 6 FLAGPOLES 10350 - 1
P
I
I
I
I
I
I
C
B. Submit manufacturer's installation instructions under provisions of Section 01300. p 1.09 DELIVERY, STORAGE, AND HANDLING
A.
B.
Deliver products to site under provisions of Section 01600.
Store and protect products under provisions of Section 01 600.
Spiral wrap flagpole with protective covering and pack in
protective shipping tubes or containers.
Protect flagpole and accessories on slte from damage or
C.
D. U mo i st ure.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS I A. American Flagpole Division of Kearney-National, Inc.
B. Acme Flagpoles Co. Div. of Lingo, Inc.
C. Babcock-Davi s Associates, Inc.
D. Substitutions: Under provisions of Section 01600.
2.02 POLE MATERIALS B A. Aluminlum: 6063 alloy, T6 temper.
2.03 COMPONENTS AND ACCESSORIES
A. Finial Ball: 14 gage spun aluminum: 6 inch diameter.
8. Truck Assembly: Cast aluminum; revolving: stainless steel
I
I
I u
1
I
I
ball-bearings; non-fouling; and two 2-3/8 inch diameter sheaves.
C. Cleats: 9 inch size, aluminum with aluminum steel
0. Cleat Box: Aluminum, with built-in hinge and hasp
fasterrings, two per halyard.
assembly, attached to pole with tamperproof screws inside
box.
E. Halyards: 5/16 inch diameter polypropylene, braided, white, f lagclasps. Provide two each, with two "Quiet Halyard"
CARLSBAD FIRE STATION NO. 6 FLAGPOLES 10350 - 2
If
I
I
1
I
I
I
B c
I
I
1
I
I
I
2.04 MOUNTING COMPONENTS
A. Foundation Tube Sleeve: AASHTO M-36, corrugated 16 gage steel, galvanized, depth as indicated by flagpole manufacturer.
B. Provide metal flash collar.
C.
t
Lightning Ground Rod: 3/4 inch diameter attached to base
plate.
2.05 POLE FABRICATION
A. Outside Butt Diameter: 5-1/2 inches.
B. Outside Tip Diameter: 3-1/2 inches.
C. Nominal Thickness: m188 inches. I 2.06 FINISHIES
A. Metal Surfaces in Contact With Concrete: Asphaltic paint.
B. Concealled Steel Surfaces: Galvanized to 1.25 sz/sq ft.
C. Finial: Spun alum.l’num finish.
PART 3 EXECUTION
3.01 INSPECTION
A. Verify that concrete foundation is ready to receive work
and diimensions are as instructed by the manufacturer.
Beginning of installation means acceptance of existlng
con d i 1; i o n s e
3.02 PREPARATION
B. I
A. Coat metal sleeve surfaces below grade and surfaces dn contact with di ssimi 1 ar materials with asphaltlc paint.
3.03 INSTALLATION
A. Install flagpole, base assembly, and fittings in strict
B. Electrically ground flagpole installation.
C. Install metal flash collar for flagpoles base set in
I accordance with manufacturer’s instructions.
concrete base. Fill foundation tube sleeve with sand and
compact.
CARLSBAD FIRIE STATION NO. 6 FLAGPOLES 10350 - 3
If
3.04 TOLERANCES
R
I A. Maximum Variation From Plumb: (One inch.) p 3.05 ADJUSTING AND CLEANING
A. Clean surfaces.
B. Adjust operating devices so that halyards function smoothly.
3.06 SCHEDULE
I
I
SI
I
I
C
I
I
1
N
1
1
I
I
8 A. Location of flagpole indicated on the Drawings.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 FLAGPOLES 10350 - 4
?
I
I
1
1
I
I
R
1
SECTION 10400
IDEPJTI FYI NG DEVICES t PART 1 GENERAL.
1.01 SUMMARY
A. Provide identifying devices where shown on the Drawfngs, as specified herein, and as needed for a complete and proper installation.
1.02 SUBMITTALS
A.
B.
Comply with pertinent provisions of Section 01300.
Submit sample of shop-painted lettering for acceptance by the Architect.
Submit shop drawings of post and panel signs showing sizes, lettering sizes, and mounting method.
Submit manufacturers' written mounting instructions.
C.
D.
1.03 DELIVERY, STORAGE, AND HANDLING
A. Comply with pertinent provisions of Section 01600;
PART 2 PRODUCTS c
d
I
1
1
I
I
@ 2.01 APPROVED MANUFACTURERS
A. Building Identification,, Address Identification, and Sign Plaques: manufactured by Architectural Signing, Inc., 3082 Glencoe Avenue, Marina Del Rey, California 90261, and trade names of that manufacturer are used herein. Except for Post and Panel Signs specified in B. below, these identifying devices are to be of the same manufacturer.
Designs based on use of standard products
B. Post and Panel Signs: I3est Sign Systems, Montrose,
C. Provide the products upon which designs are based, or
Colorado (800) 235-2378,,
providle equal products of another manufacturer approved in
advance by the Architect. b 2.02 BUILDING IDENTIFICATION
A. Providle routed wood sign as detailed on the drawings.
CARLSBAD FIRE STATION NO. 6 IDENTIFY I NG DEVICES 10400 - 1
?
I
I
I
I
I
I
I
4
I
1
1
1
1
I
I
I
2.03 SIGN PLAQUES
A. Sign plaque at public entrance to fire station; ASP process, SPE construction: wallmounted where indicated on Drawings. 1. Size: 9 inches wide x 4 inches high. 2. Lettering: "Helvetica Medium" style, black
3. Pllaque Color: As selected 4. Graphics: "RING BELL FOR ASSISTANCE"
letters, all caps.
t
PART 3 EXECUTION
3.01 SURFACE CONDITIONS
A.
I corrected.
Examine the areas and conditions under which the work of this Section will be performed. Correct conditions detrimental to the timely and proper completion of the Work. Do not proceed unti 1 unsatisfactory conditions are
3.02 INSTALLATION
A. Install the work of this Section in strict accordance with
the manufacturers' recommendations as approved by the Architect, using only the approved mounting materials, and
locating all components firmly into position, level and plumb.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 IDENTIFYING DEVICES 10400 - 2
f
SECTION 10522
I
I FIRE EXTINGUISHERS AND CABINETS t PART 1 GENERAL
1.01 WORK INCLUDED
A. Fire extinguishers: two types.
B.
1
1
I
Cabinets; two types as indicated herein and noted on the Drawings.
1.02 RELATED WORK
A.
I 1.03 REFERENCES
A. 1 1.04 QUALITY ASSURANCE
Sections 06112 - Framing and Sheating, and 09260 - Gypsum Board
System:;: Roughed-in wall openings.
NFPA 10 - Portable Fire Extinguishers.
A. Conform to NFPA 10 requirements for extinguishers.
1.05 SUBMITTALS 1
I
1
I
1
a
I
I
I
A.
B. Include physical dlmeosions, operational featlures, color and finish, wall tnounti ng brackets with mounted measurements, anchorage detai 1 s,
rough-in measurements, location, and detai 1s-
C. Submit manufacturer‘s installation instructions under provisions of
Submit product data under provisions of Section 01300.
Section 01300.
1.06 OPERATION AND MAINTENANCE DATA
A. Subrni t manufacturer’s operation and maintenance data under provisions
8. Include test, refill or recharge schedules, procedures, and re-
of Section 01700.
certification requirements. 1 1.07 ENVIRONMENTAL REQUIREMENTS
A. Do not install extinguishers when ambient tempertures may cause freezing.
CARLSBAD FIRE STATION NO. 6 Fire Extinguishers and Cabinets 10522 - 1
F
I
I
I
I
i
I
1
B
b
8
I
II
I
I
I
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. J.L. Industries, 4450 W. 78th St. Circle, Bloomington, MN 55435, (612) 835-68!50.
B. Substitutions: Under provisions of Section 01600.
It
2.02 EXTINGIJISHERS
A. Dry Chemical Type: Heavy duty steel tanks,, manufactured by J.L. Industries; with pressure gage. 1. "Cosmic E5". UL sated 2AlOBC, 5 lb. capacity. 2. "Cosmic EIO", UL rated 4A60BC, 10 lb. capacity.
2.03 CABINETS
A. (FEC-2) Cabinet: Formed sheet steel, electrostatic white epoxy finish; surface mounted, trimless, size 10-1/2 x 24 x 6 inches: with identity door, 3/16-inch frameless, aluminum backed textured obscure acrylic with die-cut lettering arranged vertically along hinge on the back: red background, white letters; "Panorama #1013P46'* as manufactured by J. L.
I nd us t ir i es .
B. Mounting Hardware: Appropriate to cabinet.
C. Graphic Identification: On cabinet noted in paragraph B above, "Fire Extinguisher" located as specified.
2.04 FINISHES
A. Extinguishers: Red enamel.
5. Cabinet Trim and Door: White epoxy coated cabinets; cabinet wdth
door with glass insert - white epoxy coated.
1 PART 3 EXECUTION
3.01 INSPECTION
A.
B.
Verify rough openings for cablnet are correctly sized and located.
Beginning of installation means acceptance of existing conditions. I 3.02 INSTALLATION
A. Surface mount cabinets, as indicated on the Drawings.
B. Secure rigidly in place a"n accordance with manufacturer's instructions.
END OF SECTION
CARLSBAD FIRE STATION NO. 6 Fire Extinguishers and Cabinets 10522 - 2
f
I
I
D
1
I
I
1
I
SECTION 131 20 PRE-ENGINEERED MODULAR WOOD BUILDING
PART 1 GENERAL t 1.01 WORK INCLUDED
A. Development and submittal of all construction documents, specificatio and calculations necessary for governing building and fire safe authorities to plan check for purposes of granting a building permit.
B. Construction of a pre-engineered modular woad building including a materials, systems and components to make a complete building as shown
the drawings.
C. Transportation of the pre-manufactured modular wood building from t point of manufacturer to the site shown on the drawings.
D. Placement and installation of the pre-manufactured modular wood buildi on standard piers and wood pad supports in accordance with stande practic:e. Supports shall be founded on grade with an assumed supporti capacity of 1000 psf. "Foundation1' system will be calculated and desigr by the modular building manufacturer and submitted for Building Offici? Approval.
from the permiter of the building. E. Connection and extension of all utilities from building out to 5' - b 1.02 RELATED WORK
A. Section 02200 Earthwork
B. Section 15400 Plumbing (Site)
C. Section 16000 Electrical (Site)
e
1.03 SUBMITTALS I
I
E
1
I
A. Six sets of blue line prints of construction documents
developed for the fire station building by the pre-engineered modular w( bui ldiiig manufacturer.
5. Six sets of Specifications (These may be included on the drawings . desired. )
C. Six sets signed Structural Calculations including "FoundationBf Detai 1 s and Calculations.
Six sets of Title 24 Energy CalculatJons.
The above documents shall be forwarded to the architect for his review i
submittal to the governing building and fire safety agencies for p'
D.
E. I check.
CARLSBAD FIRE STATION NO. 6 PRE-ENGI NEERIED MODULAR WOOD BLDG. 13120 - 1
f
I
I
1. 1.04 REGULATORY REQUIREMENTS
A. Uniform Building Code; as adopted by Department, of Housing
B. Uniform Plumbing Code; as adopted by Department; of Housing
C. Uniforni Mechanical Code; as adopted by Department of Housing
D. Uniform Electrical Code; as adopted by Department of Housing
E. Built in accordance wfth current Department of Housing Type 25 non-rat
t
1
st r uc tiir es .
1,05 SUBSTI'TUTIONS
I
I A. Comply with provisions of 01600; the component specifications herein t intended modul ain bui ldi ng; components of equal or better quality wi 11 be acceptat as approved by the owner upon the architect's recommendation.
as a general level of quality necessary for the intended use II
PART 2 PRODIJCTS I 2.01 STRUCTIJRAL
A. FRAME: Minimum 8'' welded steel outrigger frame made up of "I" beam or "C1' channel components; completed frame shall be primed and painted with 2 coats of exterior grade paint.
I b B. FLOOR:
II
I
1
I
1
I
1
1. Joists - 2" x 6". 16" on center placed perpendicular to main runner:
and securely fastened to frame.
Underlayment - 5/8" plywood securely fastened to joists, joints fil'
and sanded. 2.
3. Insulation - R-7 foil backed Fiberglas.
4. Bottom Board - treated paper or board to protect against insects I rodent infestation.
C. SIDEWALLS:
1. Framing 2" x 4" top and bottom plate lateral members shall be fastei
to wood truss.
2. Insulation - R-11 foil backed Fiberglas.
3. Exterior finish 3/8" texture 1:11 plywood finished with prime coa to receive finish paint after building(s) is in place and adjoined. I
D= -- END WALLS - same as side walls.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 2
f
I
1 ROOF :
1.
2.
3. Three-ply built-up composition roofing. 1 F. INTERIOR FINISHES:
E= -
UBC approved pre-engineered truss system w/3/8" plywood sheathing.
Insulation 12 - 19 foiled backed Fiberglas. t
1. Floors
a. Carpet: nylon fiber, tufted level loop, polypropylene back,
b. Sheet vinyl: Armstrong sheet vinyl custom corlon; 0.050
4" coved sheet vinyl w/metal trim at sheet vinyl surface
glued direct 26 oz face weight min; 5/32!' gauge.
vinyl wear 1 ayer.
Base: carpet base at carpet.
I
I
B
I
1
C
I
I
1
I
I
I
II
c.
2. Wallls
a. 1/2" Gypsum wall boards throughout; painted or covered with
wall covering where shown on the drawings.
vin
3. Wa;inscot (in toilet rooms)
a. Marlite with metal edge as shown on the drawings.
4. Ceilings
a. 2 x 4 suspended acoustical ceiling system. Gypsum board, textu and paint at bathroom only,
5. Casework
a. Lam plastic covered top & face with bu'llnose top edge and 4" cov
splash casework configuration shall be WIC style A frameles custom grade.
G. DOORS
1. Interior Doors
a. 3'-0" x 6'8" x 1-3/8" hollow core pre-finished doors with 1-'
Schlage series B quality passage sets (except for to'
pr s butts ,
room doors which shall have: privacy set b. Hardware: I
c. Frames: wood or metal timely frames.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 3
F
I
I
u
1
I
R
I
I
2. Exterior Doors
a. 3'-0" x 6'8" honey come core door baked on enamel paint w/l-1/2 butts.
Drip caps at top of door.
Hardware; Schlage Lockset Series B w/Series D security deadbolt
with door closer quality lockset.
b.
c.
t
H. INTERIOR PARTITIONS
1. 2" X 4" Fir studding 16" o/c nailed to 2" x 4" top and bottom pla sound insulation in all interior walls,
I. WINDOWS: Aluminum sliding with screens and 3/16" clear glass. Provi Levelor Lorentzen, Inc. "Micro Blinds;" at all windows.
J. TOILET ROOM ACCESSORIES
1.
2.
3.
4.
5.
Towel Hook - 1 per toilet rm - Bradley Model 9311
Robe Hook - 1 per toilet room - Bradley Model 9124
Soap Dispenser - Bradley (powdered) model No. 658
Toilet Tissue Dispenser - Bradley Model 308-32
Mirror w/shelf - Bradley 24" x 30" 705-2430
K. PLUMBING
I
1 1. Fixtures
a. b. c.
Water Closets - Kohler - K-3536-EB - White Lavatories - Kohler K-2212 - White Prefabricated Shower Units - Kimstock #3636 W/Fibersheen - Serit
420 lever handle mixing valve and type E shower assemt
w/flexible vinyl hose and 24" adjusting bar
Shower curtain rod Kimstock 4232 Trim - Kohler self closing Water Heater - Day & Night 60 gallon Kitchen sink Kohler K-5950 w/K6895 Trim w/insinkerator 3/4 hp garbage disposal
I
I
1
1
I
8
I
d. e. f.
g.
2. Building Plumbing System; building plumbitng system must comply w
current at adopted UPC requirements.
L. AIR CONDITIONING AND HEATING
1. Air Conditioning
All electric bard unit or equal, single phase, 220 Volt. Outside ' wall mounted. Air defused through adjustable ceiling adjusted out11 and ducted return. Approximately one ton of A/C and heat shall supplied for every 250 sq. ft. of floor surface.
PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 4 CARLSBAD FIRE STATION NO. 6
f
II
I
I
1
I
1
I u
I
I
I
I
B
I
1
2. Heating Heat pump shall be provided. NOTE:
3. Thermostat
A/C and heat function shall be combined into one unit.
One provided per A/C and heat unit, with tS;mer switch.
at adopted UMC requirements.
t
4. Bu-ilding HVAC System: Building HVAC system must comply with currc
M. ELECTRICAL
1. Load Center: 120/240 V Single Phase 3 wire, 2 - 100 amp load panels
2. Distribution Panel (2) 30 amp double pole breakers for A/C,, (2) 20 amp single PC breaker for receptacles. (1) 20 amp single pole breaker 1 f 1 tiorescent 1 ights.
Receptacles - 12 gauge wire in Romex. Lights - 14 gauge wire Rornex. A/C and heat unit - 8 gauge, 3 strand in flex conduit for 18 and 24 WA units. 6 gauge, 3 strand in flex conduit for 36 WA units,
3. Wiring
4. Receptacles 110 above floor unless otherwise noted. Volt duplex type receptacles spaced as shown on the drawings 1
5. Lighting
a.
b. All fixtures shall be complete with lenses; fixtures shall b
Configuration as shown on the drawings,.
b
surface mounted.
M. KITCHEN APPLIENCES
1. Dishwasher - owner to provide, contractor to install. Coordinate w
owner for casework opening .
Cooktop/oven - "Hotpoint", 30" Slide in Range #R5743GJ.
Exhaust Hood/Microwave - "Hotpoint", Counter Saver, #RVMll OG.
Garbage Disposal - In-Sink-Erator "Classic".
2.
3.
4.
I
PART 3 EXECUTION
3.01 INSTALLATION
A. Inspect site for satisfactory preparation; delivery and installation me acceptance of site and site conditions.
B. Units shaJ1 be "connected" by the modular manufacturer and shall be t for a water-tight configuration.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED MODULAR WOOD BLDG. 13120 - 5
t
1
C. After inspection of the support system and approval by the inspector, frame and the area below the frame shall be enclosed by a closure skirt the same materials used to sheath the external of the building.
The building shall be connected to all site ut:jlities and upon completic
all systems shall be tested and operable.
E. The modular building shall be warranted by the General Contractor for c year after filing of the Notice of Completion.
t I
D. r
I
I
U
II
I
i
4
1
I
I
1
I
I
1
END OF SECTION
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERIED MODULAR WOOD BLDG. 13120 - 6
t m
1
I
i
1
I
I
u
1
1
I
1
8
SECTION 131 21
PRE-ENGINEERED STEEL BUILDINGS p PART 1 GENERAL
1.01 WORK INCLUDES
A. Development and submittal of all Construction Documents, specifications and calculations necessary for governing building and fire system authorities to plan check for purposes of granting a Building Permit.
Provide and erect a pre-engineered steel building including slab, foundation, utilities and all components to make a complete building as shown on the Drawings and specified herein.
PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION
B.
1.02
A. Section 05500 - Metal Fabrications: Placement of anchor bolts.
1.03 RELATED SECTIONS 1 A. Section 03001 - Concrete: Concrete footings, floor slabs.
B. Section 15400 - Plumbing: Mechanical site utilities.
C. Section 16000 - Electrical: Electrical site utilities. b 1.04 REFERENCES
A. AISC -- Specification for the Design, Fabrication and Erection c
Structural Steel for Buildings.
B. ASTM A36 - Structural Steel,
C.
D.
E.
F.
G. ASTM A446 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Proce:
Stet
ASTM AI53 - Zinc Coating (Hot Dip) on Iron and Steel Hardware.
ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners.
ASTM A325 - High Strength Bolts for Structural Steel Joints.
ASTM A 386 - Zinc-coating (Hot-Dip) on Assembled Steel Products.
Structural (Physical ) Quality.
ASTM A490 - Quenched and Tempered Alloy Steel Bolts for Structural
Joi nts ,,
ASTM A!SOO - Cold-Formed Welded and Seamless Carbon Steel Structural Tub-
in Rounds and Shapes.
ASTM A501 - Hot Formed Welded and Seamless Carbon Steel Structural Tubit
I
H.
I.
J.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS
. 13121 - 1
i
B
M. ASTM A5,25 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Proces
L. ASTM A529 - Structural Steel with 42,000 psi (290 MPa) Minimum Yie
I
I
R
8
1
I
i
C
I
II
i
I
I
1
General Requirements.
Point.
Structural Quality.
AWS A2.0 - Standard Welding Symbols.
M. ASTM A572 - High Strength Low Alloy Columbium - Vanadium Steel o f
N.
. 0. AWS D1.l - Structural Welding Code.
P. SSPC - Steel Structures Painting Council
1.05 SYSTEM DESCRIPTION
A. Clear span rigid frame.
B.
C. Primary Framing: Rigid fraine tapered beams and stradght columns and wi
D. Secondary Framing: Purlins, girts, eave struts, clips, and other item
E. Wall and Roof System: Performed metal panels of vertical profile, wit
F. Roof Slope: 0.25 inches in 12 inches
I Bay spacing of 25 ft.
bracing.
detailed.
sub-girt framinglanchorage assembly and accessory components.
1.06 DESIGN REQUIREMENTS
A. Members to withstand dead load, and design loads due to pressure an suction of wind calculated in accordance with applicable uniform buildin I code.
B. Exterfsr wall and roof system to withstand imposed loads with maximu
C. Size and fabricate wall and roof systems free of distortion or defect
allowable deflection of span: 1/180.
detrimental to appearance or performance.
9 e 07 SUBMITTALS I A. Submit under provisions of Section 01300.
B. Shop Drawings: Indicate assembly dimensfons, locations of structur members,, connections, attachments, openings, cambers, and 1 oads.
C. Indicate wall and roof system dimensions, panel layout, gener construction detai Is, anchorages and method of anchorage, and meth
installation.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUI LDI NGS 13121 - 2
t
I
I
I
i
i
I
I
D. Indicate framing anchor bolt settings, sizes and locations from datum a
foundation loads,
E. Indicate welded connections with AWS A2.0 welding symbols. Indicate
F. Product Data: Provide data on profiles, component dimensions a
G. Manufacturer's Installation Instructions: Indicate preparati
H. Provide engineered foundation design.
we1 d 1 engths.
fasteners.
t
requirements and assembly sequence.
1.08 PROJECT RECORD DOCUMENTS
A.
B. Accurately record actual locations of concealed utilities within t
Submit under provisions of Section 01700.
confines of the building permimeter.
1.09 QUALITY ASSURANCE
A. 1 Bui ldinlgs.
Fabricate structural steel members in accordance with AISC - specificati
for the Design, Fabrication and Erection of Structural Steel f
1.10 QUALIFICATIONS
A.
B. Design structural components under direct supervision of a Professior Structural Engineer experienced in design of this work and licensed in t State of California,
C. Design Work under direct supervision of a Professional Structural Engine
Manufacturer must be member of the MBMA. b
I
I
I
I
8
experienced in design of this work and licensed in the State California. ' 1.11 REGULATORY REQUIREMENTS
A. Confomi to applicable uniform building code for submissl'on of desi calculations reviewed shop drawings and specifications as required f acquiring permit.
request,ed. B. Cooperate with regulatory agency or authority and provide data
1.12 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 3
i
1
B
I 1. 13 WARRANTY
A. Warranty: Include coverage for exterior pre-finished surfaces to cov
pre-finished color coat against chipping, cracking or crazing, blisterin peelingi, chalking, or fading.
B. Warranty: Include coverage of weather tightness of building enclosu
t
I elements after installation.
PART 2 PRODllCTS
2.01 MANUFACTURERS - BUILDING SYSTEM
I
i
U
E
A. Building system must be designed in accordance wtth all approved standar set in the MBMA Manual,
B. Substitutions: Under provisions of Section 01600.
2.02 MATERIALS - FRAMING
A. Structural: calculations submitted for Building Department Review.
B. Anchor Bolts: ASTM A307 galvanized to ASTM A386, Class B.
C. Primer: SSPC 15, Type 1, Red Oxide.
D. Grout: Non-shrink type, premixed compound consisting of non-metal1
aggregate, cement, water reducing and plasticizing agents, capable developing minimum compressive strength necessary for specif
Members and components shall be in conformance with structu
I
b
C
I
1
1 manufacturer' s design.
2.03 MATERIALS - WALL AND ROOF SYSTEM
A. Sheet Steel Stock: 26 gauge galvanized steel with prefinished polyest
B. Joint Seal Gaskets: Manufacturer's standard type.
C. Fasteners: Manufacturer's standard type, galvanized to ASTM A386 1.2
D. Seal ant: Manufacturer's standard type, non-staining, elastomeric,
color finish.
1 finish to match adjacent surfaces when exterior exposed.
skinning.
2.04 METAL IIOORS AND FRAMES I A. Doors and Frames: Manufacturer's standard.
B. Man Door to be operated by a low voltage keyed switch located in 1 Modular Fire Station Building.
the lock from a remote location in an emergency situation.
This switch should allow disengagement
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 4
'r
1
I
I
I
2.05 OVERHEAD DOORS
A. See Section 08360
2.06 PLASTIC SKYLIGHT
Plastic Skylight: A.
B. Nominal Size: 3'-0" x width of building.
C. Configuration: Single 1 ayer non-insulated
To manufacturer's standard as shown on the drawings.
r
I 2.07 FABRICATION - FRAMING
I A. Fabricate members in accordance with AISC Specification for plate, bar,
tube, or rolled structural shapes.
casting into concrete.
openings per manufacturer's standard.
B. Anchor Bolts: Formed with straight shank, assembled with template fc
C. Provide framing and support for Personnel door and overhead dooi
I
1
I
b
I
I
I
I
I
2.08 FABRICATION - WALL AND ROOF SYSTEMS
A. Siding: 26 gauge galvanized steel W/factory finish, 1-1/2" deep edger 1 full corrugation cap and gaskets at base,
1-1/2" profile, lapped edges fitted with continuous sealant. B. Roofing: 26 gauge galvanized steel with factory finish
C. Girts/l?urlins: Rolled formed structural shape to receive siding, roof
D. Internal and external Corners: Same material thickness and finish i
I sheet.
adjacelnt material, profile brake formed to required angles.
materi(a1 and finish as adjacent material, profile to suit system. E. Flashings, Closure Pieces, Facia, Infills, Caps, and gutter: Si
F. Fastenlers: To maintain load requirements, and weathertight installatic sames finish as cladding, non-corrosive type.
G. Ventilator: Electrically prowered roof ventilator
2.10 FABRICATION - GUTTERS AND DOWNSPOUTS
A. Fabricate of same material and finish as roofing metal.
B. Form gutter and downspouts of standard profile and size to collect and
remove water, Fabricate with connection pieces.
C. Form sections in maximum possible lengths. Hem exposed edges. Allow . expansion at joints.
CARLSBAD FIRE STATION NO. 6 PRE-ENGINEERED STEEL BUILDINGS 13121 - 5
1
U
D. Fabricate support straps of same material and finish as roofing meta
1
1
I
1
I
I
I
I
b
I
I
I
I
I
I
I
color as selected.
2.11 FINISHES
A. Framing Members: Clean, prepare, and shop prime. Do not prime surfac to be field welded. Fram5ng members shall be field painted.
B. Exterior Surfaces of Wall, Roof Components and Accessories: Precoat enamel on steel finish, color as selected from manufacturer's standa range.
C. Interior Surfaces of NaQl, Roof Components and Accessorles: Precoat enamel on steel finish. Color as selected from manufacturer's standa range.
PART 3 EXECUTION
3.01 EXAMINATION
t
A.
B. Verify that foundation, floor slab, mechanical and electrical utilitie
Verify site conditions under provisions of Section 01039.
and placed anchors are in correct position.
3.02 ERECTION - FRAMING
A.
B. Provide for erection and wind loads. Provide temporary bracing
(1 ocate braced bays as necessary. )
Erect framing in accordance with AISC Specification.
maintain structure plumb and in alignment until completion of erection a instal lation of permanent bracing.
Set column base plates with non-shrink grout to full plate bearlng. C.
D. Do not, field cut or alter structural members without approval
E. After erection, prime welds, abrasions, and surfaces not galvanized.
I Archi tect/Engineer,
3.03 ERECTION - WALL AND ROOFING SYSTEMS
A. Install %n accordance with manufacturer's instructions.
B. Exercise care when cutting prefinished material to ensure cuttings do remain on finish surface.
Fasten cladding system to structural supports, aligned level and plumb.
over bearing a minimum of one corrugation,
Provide expansion joints where recommended by the manufacturer.
n
C.
D. Locate end laps over supports. End laps minimum 2 Inches. Place sidela
E.
F. Use exposed fasteners.
CARLSBAD FIRE: STATION NO. 6 PRE-ENGI N EERED STEEL BU I LDI NGS 13121 - 6
t
I
1
I
I
I
I
I
C
E
I
I
I
I
G. Instal 1 sealant and gaskets to prevent weather penetration.
H. System: Free of rattles, noise due to thermal movement and wind whistle
3.04 ERECTION - GUTTER AND DOWNSPOUT
A. Rigidly support and secure components. Joint lengths with formed sea sealed watertight.
Apply bituminous paint on surfaces in contact with cementitdous material
r
Flash and seal gutters to downspouts.
B.
C. Slope gutters to drain.
D. Install splash blocks.
I
3.05 ERECTIOlN - SKYLIGHT
A. Install in accordance with manufacturer's instructions.
B. Coordinate with installation of roofing system and related flashings.
C. Apply bituminous paint on aluminum surfaces of units in contact wi d i s s i mi 1 ar me tal s s
D. Provide weathertight instal lation.
3.06 INSTALLATION - ACCESSORIES
A. Install door frame, door, overhead door, in accordance with manufacturer instructions.
Seal wa.11 and roof accessories watertight and weather tight with sealant B.
3.07 TOLERANCES I A. Framing Members: 1/4" from level; 1/8" from plumb.
B. Siding and Roofing: 1/8" from true position.
END OF SECTION
PRE-ENGINEERED STEEL BUILDINGS 13121 - 7 CARLSBAD FIRE STATION NO. 6
t
I
I
I
I
I
I
I
I
I
I
1
I
1
1
I
I
I
PLUMB I NG SECTION 15400
PART 1 GENERAL, r 1.01 SUMMARY
A. The requirements of General Conditions, Supplementary General Condi tioi and Division 1 apply to this sectl’on.
1.02 SCOPE OF WORK
A. The work covered by this section consists of furnishing all laboi materials, equipment, fixtures and performing all operations for comple. and operable plumbing systems!, to include, but riot lima’ted to:
(1) Sanitary drainage and vent systems including connecting to existi systems. Pipe sizing per Drawings. (2) Domestic water systems complete including payment of installati fees for meter and connection to existing main, Line sizing p Drawings; not exceeding 5 psi pressure drop per 100 ft. and 8 f vel oci ty. (3) New plumbing fixtures and trim. (4) Access plates and covers as required for wall and floor cleanou and valves.
(5) Excavation and backfill for all underground piping including cutti and patching of pavfng or concrete. (6) Any and all additional labor and materials required to complete a
plumbing work.
MOTE: Contractor shall notify the City fifteen (15) days in advance utility connections.
1.03 VISITING AND PREMISES
A. The Contractor, before submittdng his bid on the work must visit the si and familiarize himself with all visible existing conditions. As a resu
of having visited the premises, the Contractor shall be responsible f the installation of the work as it related to such visible existi I conditions.
B. The submission of a bid will be considered an acknowledgment on the pa of the bidder of his visitation to the site.
1.04 INTERRUPTION OF SERVICES
A. Service shall be maintained in all existing plumbing systems except f short designated intervals for making connections. The time interruption minimize time and inconvenience. The Contractor shall be direct responsible for any interruption to service and shall be required to flu lines, relight pilots and perform all Operations necessary to return t system to proper operation. The Contractor shall repair any damage existing systems caused by his operations.
of service shall be coordinated with the Owner in order
CARLSBAD FIRE: STATION NO. 6 PLUMBING 15400 - 1
P
I
I
I
I
I
I
I
I
1,
I
I
I
1
I
I
9.05 CODES AND STANDARDS
A. Work and materials in accordance with the State Fire Marshal's rules ai regulations; Division of Industrial Safety safety Orders: Nationi Electric Code; Uniform Plumbing Code 1979 edition; Internationi Association of Plumbing and Mechanical Official!; Uniform Mechanical Cods California Administrative Code; State and Local Health Departmei regulations, and other applicable state laws or regulations. Nothing * these plans or specification is to be construed to permft work nc conforming to these codes.
t
1.06 PERMITS, FEES AND INSPECTIONS
A. Apply ,and pay for all permits, fees, inspections, examinations tesi required by any legally constituted public authorities.
1.06 SUBMITTALS
A. Submission of six (6) brochures containing complete material list certified manufacturer's drawings, performance data, rough-in dimensio and cuts of all equipment and fixtures within thirty (30) days aft! contract is signed.
1.07 RECORD DRAMINGS
A. Record (drawings, showing locations and depths of all buried and conceal pipe and equipment shall be kept up-to-date. Master copy shall be kept the custody of the resident inspector. No backfillinq of the trench will be permitted until record drawings are approved as up-to-date by t inspector. No plumbing progress payments will be approved unless reco drawings are up-to-date. Depth of sewers shall be from a permanent ben mark.
1.08 PIPE AND FITTINGS
A. SANITARY WASTE AND VENT PIPING
1. Soil, waste and vent piping to 5 feet outside of builddngs, servi
weight cast iron soil pipe and fittings, coated inside and out a shall be labeled wSth the mark of quality and permanence illustrated in Commercial Standard CS-188. At Contractor's optio
piping 3 inches and smaller if kept 6 inches or more above ground, m be galvanized steel pjpe with black coated cast iron, screwed draina fittings, except use galvanized drainage fittings where run expose At Contractor's option, use type "DWV'' hard drawn copper waste, ven and fittings.
2. Sewer piping from 5 feet outside of buildings, service weight ca iron soil pipe and fittings for pipe 3 inches and smaller, and ext strength vitrified clay pipe and fittings for pipe 4 inches and larg unless indicated cast iron. At Contractor's option, pip and fittin 4 inches and 1 arger, Johns-Manvi lle Ring-Ti tle PVD, ASTM-D3034-SDR 3
CARLSBAD FIRE. STATION NO. 6 P LUM B I N G 15400 - 2
f.
1
I
I
I
I
I
1
I
I
I
1
1
I
I
I
I
I
I
B. WATER PIPE & FITTINGS
1. Searnless hard drawn copper tubing, ASTM B88, Type "K" below grounc Type "L" above ground. Cla:
150.
Wrought copper solder fittings ANSI B16.22,
1.09 DIELECTRIC ISOLATORS
t
A. Central Plastics Distributing Co., 150 lb. Cadmium Plated Insulatic Unions to be installed between copper and galvanized steel.
1.10 PIPE WATER HAMMER ARRESTORS
A. Arrestoirs shall be by Precision Plumbing Product.
1.11 CLEANOUTS
A. Exterioir Cleanouts:
On cat iron pipe above ground, or in lawns or unpaved areas, Smith #442 Josam 58500-20-22, Wade W-8550-A or Zurn Fig. Z-1440A in Brooks No. 31 access lbox.
1.12 VALVES
A. Valves, unless otherwise specified or noted, are gate type. All valves I The valves listed below a the same type to be of the same manufacturer.
approveid:
Domes t i c Water:
Gate valves: 150 pound, solder joint, bronze.
Core Cocks:
Nibco/Scott ......... ........ No. S-134 Crane. *.. . . -. . . . . -. . . -. . .No. 252
1.13 PIPE FL(ASH1NG
A. Flashing assemblies, Semco Fig. #1100-5 as required with vandalproof hol for vent pipes.
1.14 PLUMBING FIXTURES AND ACCESSORIES
A. Service fixtures to be installed per manufacturer's specifications.
1. 15 STERILIZATION
A. Sterilize each unit of water supply and distribution system with chlori
before acceptance for operation. Contractor shall furnish shut-off Val and corporation stop or other means of injection chlorine.
The minimum dosage of chlorine to be 50 parts per million.
The procedure to be followed:
CARLSBAD FIRE STATION NO. 6 PLUMB I NG 15400 - 3
?
Allow a contact period of not less than 8 hours, and then flush syst
with clean water until the residual content is not greater than 0.5 par per miillion. Flush entire system including all hose bibbs, fixtu outlets, dead end, and other points where dead water tends to collect Open and close all valves several times during contact period.
t
E
1
I
I
I
I
1
C
1
5
I
I
I
I
I
I
END OF SECTION
t
CARLSBAD FIRE STATION NO. 6 PLUMBING 15400 - 4
?
I
1
I
I
1
1
I
I
I
I
1
I
E
I
SECTION 16000
ELECTRICAL
PART 1 GENERAL
1 o 01 SUMMAFtY
t
A. Provide all electrical work for a complete and operable
system as shown on the Drawings and as specified herein
incl ucli ng but not necessarily 1 imi ted to the following: %.
2.
3. Electrical underground serva'ce at 240 volt9 single
4.
Siite investigations prior to bidding to establish
existing conditions.
Temporary power and lighting facilities for
construct i on .
phase, three wire. Service metering and distribution system for 208 volt
power, 120 volt lighting and convenience outlets.
w-iring, conduit, disconnect switches, pull boxes, and equipment connections.
6. L.ighting system including 1 ight fixtures, lamps,
ballasts, required mounting hardware, dimmers, photo-
call controls, time switches and relays. 7. Telephone system facility including service
requirements, conduit, pull wires, telephone
backboard, and grounding.
Connection of mechanical equipment and door operators,
line voltage wire and conduit, and 24 volt, conduit and
outlets. Check mechanical plans for additional work required.
manufacturer's recommendations: use "RK5-TD" fuses at
units.
9. Adjustment and test of electrical work. 12. Guarantee.
!j. Branch circuit wiring system including wiring devices,
8.
Fuse air conditioning equipment per
b
1.02 QUALITY ASSURANCE
A. All products and equipment specified herein or indicated
on the Drawings are to be new, with UL label, and in
compliance with the National Electrical Code, state and
local codes.
1.03 SITE VISITATIONS
A. Prior to submission of the bid, the Contractor is to visit
the site and
conditions and thereby include allowances for this work in this bid.
make a thorough examination of the existing
1.04 PERMITS AND LICENSES
A. The Contractor shall pay for and obtain all necessary
permits, inspections, insurance, and licenses required for
the el ectri cal work. t 16000 - 1 I
1
1
I
I
1
I
I
B
I
1
I
I
I
1.05 COORDINATION
A. Contractor to coordinate the electrical work with other
trades. equipment requiring electrical connections priior to installlation of the electrical system. Verify space, ventillation and clearances required to install electrical
eq u i pmen t .
1.06 SUBMITTALS
Review the Drawings and Specifications of all t
A. Comply with pertinent provisions of Section 01300.
B. Submit, at one time and in booklet form, product data sheets for light fixtures, switchboards, panel boards, recepliac les, switches, pl ates , di scon nect switches, time switches, wiring devices, and materials list.
1.07 SUBSTITUTIONS
A.
B.
Comply with pertinent provisions of Section 01600.
Where manufacturer's name and catalog number are called out, the phase "or approved equal" can be assumed, the burden of proving such equality being the bidder's responsi bi 1 i ty.
1.08 GUARANTEE
A. Guarantee all electrical work and equipment (except lamps) for a period of one year from the date of acceptance; said
guarantee to be typed on the Contractor's letterhead, and turned over to the Owner upon completion and final acceptance of the job.
b
1 PART 2 PRODUCTS
2.01 MA1 N SWITCHBOARD
A. 120/240 volt, single phase, three wire outdoor type, floor-standing, dead front and rear sections of 14-inch depth and 90-inch height of
unitized construction finished in grey, "Speed-D" switchboard as
manufactured by Square D, or equal by Westinghouse, GE, or Challenger. Switchboard shall include pull section with metering facilities, CT space, and the main disconnect and panel board.
1. Install black-on-white micarta nameplates on all sections, switch
2.
3. Bolt switchboard to the floor.
and spaces. Metering facilities are to be approved by San Diego Gas & Electric.
'r 16000 - 2 1
1
I
1
1
1
1
I
1,
1
I
I
I
I
1
I
2.02 SWITCHES
A. Quick-make, quick-break type QMB rated 250 volts with frame size, number of poles and fuses as shown,,
2.03 CIRCUIT BREAKERS
A. Bolt-on, molded-case type with thermal magnetic trips
t
rated 250 volts with frame size, number of poles and trip
setting as shown. NEMA interrupting capacity shall be
10,000 AIC unless noted otherwise. I 2.04 PANEL l3OARDS
A. Surface or recess-mounted, with bolt-on circuit breakers
type NQOB, with hinged lockable doors and typewritten directories. All multiple breakers are to be single handle common
trip. Use "HACR" circuit breakers for air conditioning loads. Use "SWD" (circuit breakers for lighting circuits controlled from panels. Manufacturer to be GE, Square D, Westinghouse, or Challenger.
2.05 CONDUIT
A. Of rigid steel, galvanized for underground, where exposed up to 5'-0", and in damp locations. Use galvanized EMT in dry concealed locations or where exposed above 5'-0". connectors are to be watertight compression type. Use
galvanized flexible conduit only for motor and fixture connections, in lengths not to exceed 6 feet. Flash and counter flash conduits penetrating roofs. may be used under floor slabs or underground with rigid galvanized conduit ells and risers half-lap wrapped with 3M "Scotchrap" PVC tape and with ground wire. underground is to have 24 inches of cover. Service conduits shall be PVC schedule 40 or as specified by utility companies.
EMT
PVC schedule 40
PVC
2.06 OUTLET BOXES
A. Of galvanized pressed steel, 4 inches square by 2-118 inches deep minimum, with required device rings, bar hangers Rayco 900 series or secured to 2x4-inch blocking with two 1-1/2 inch No. 9 wood screws. Wall outlets with one conduit entry may be 2-1/8 inches square by 4 inches
high. I 2.07 CONDUCTORS
A. 600 volt insulation, type THW or THHN/THWN copper.
16000 - 3 f
1
1
I
I
I
I
1
b
I
I
1
I
2.08 SPLICES
A. For conductors No. 3 or smaller, use Skotchloc spring connectors and for larger size cables use solderless connectors m
2.09 RECEPTACLES t
A. 120 volt duplex grounding type, specification grade 15 amp Hubbel No. 52621. Where indicated "WP", instal 1 weatherproof gasketed cover, mounted on FS box. Provide ground fault circuit interrupters where required by code. u 2.10 LIGHT SWITCHES
A. Toggle type, specification grade, 120/277 volts ac, Hubbel 12001 cseri es.
2.11 PLATES
A. Ivory phenolic. Provide red plates on emergency system.
2.12 TIME SWITCHES
A. NEMA 1 enclosure with 24-hour (interior circuits) or astro dial (exterior or day1 ight area circuits), mechanical carry-over, omitting device and adjustable (OP as specif.ied under Section 15000), as manufactured by Tork, Paragon, or Sangamo.
2. 1 3 PHOTO-i:LECTRIC CONTROLLERS
A. As manufactured by Automatic Switch Company, Square D, Tork, Paragon, or Sangamo.
2.14 CONTACTORS I A. As manufactured by Automatic Switch Company or Square D.
2.15 CHANNELS
A. As manufactured by Kindorf, Kin-Line or Unistrut, complete
with fittings, accessories, swivels, rods, etc,,, and installed to structural members as directed by the structural engineer.
2,16 DISCONNECT SWITCHES
A. Horsepower rated, type A unfused except where otherwise indicated 3 pole, 250 volt, in general purpose or weatherproof enclosures as requi red. 1
i 16000 - 4 1
i
2.17 LIGHT1.NG FIXTURES
A. Furnish and install complete with lamps, ballasts, and required mountiing hardware. Prior to ordering fixtures, verify mounting methods and finishes. 'Installations in fire-rated areas are to be done in compliance with code requirements. Recessed portions of fixture enclosures, other than at points of support, are to be spaced at least 1/2 inch from combustible material. Thermal insula.tion shall not be installed above the fixture as to entrap heat and prevent the free circulation of air unless the fixture is
otherwise identified for installation within thermal insulation.
1
I
I
I
I
b 2.20 LENSES AND DIFFUSERS
1
II
I
I
t
1 2.18 LAMPS
A. As shown on the fixture schedule. Fluorescent lamps are to be 35 watt energy saver standard white FQOW/RS/SS; as manufactured by G.E., Sylvania or Philips of sizes as noted. I 2.19 BALLASTS
A. Fluorescent Ballasts: Of premium type CBM certified and ETL approved, highpower factor and of voltage required; as manufactured by Advance Mark 111, G.E. Maxi- Miser 11, or Universal SLH.
6. HID Ballasts: UL listed for the source, wattage and position of the lamp provided.
A. 100% virgin acrylic with 0.125 inch minimum thickness. Outdoor lenses shall be vandal/weather resistant. I
PART 3 EXECIJTION
3.01 CONDUIT AND WIRING
A. All conduit and wiring shall be installed concealed in
walls, above ceilings and below floor slabs or exposed in accordance with applicable regulations and the Electrical Drawings. All penetrations of fire-rated wall:; or
ceilings to be coordinated with Owner. shown diagrammatically. equipment are to be determined in the field.
Conduit- runs are Exact routing and location of the
3.02 EXTERIOR EQUIPMENT I A. All equipment and wiring outside to be weatherproof.
i 16000 - 5 I
I
1
I
I
I
ID
3.03 MOISTURE PROTECTION
A. Where required by regulations, all panel boards, main switchboards
and electrical devices in the spray radius of sprinklers are to be installed with weatherproof enclosures in compliance with these
regulations.
3.04 GROUNDING
If
A. Ground all all metallic conduits, supports and enclosures in compliance with the National Electrical Code. I 3.05 ELECTRICAL SERVICE FACILITIES
A. Install electrical service and metering facilities in compliance with all requirements of San Diego Gas & E 1 ec tri c. 1. 3.06 TELEPHONE SERVICE FACILITIES
A. Provide service conduits, backboard, grounding, and
B. All telephone conduit is to be 1-inch.
receptacles as requl red by the servi ng uti 1 i ty company.
1 3.07 TESTING
A. All new circuits are to be tested for short and open circuit to ground with a megger; resistance to ground is to be in compliance with the requirements of the National
Electrical Code. ~ 1 3.08 DISPATCH ACTIVATED LIGHT CIRCUITS
1 trigger required 1 ights.
A. Telephone vendor to provide a dry contact closure isolated and rated for low amperage to activate a 24-volt relay to
END OF SECTION R
1
I
I
I
I 16000 - 6
r"
1‘ %6 _____ _---
e - UWl\ I at41 II
Date -
y””y” I’
4Yk @I Reply Waritcd 70 -.
Frorii
I f
Karen Kundtz, Assigant City Clerk CINo Reply Necessary -- - *63- Re: Uorid Release - *: %3&z=?-/
Our records indicate tliat tlie az & .km&A=U @~Jor ttte
above-referenceci subdivision/proj ec t is qligible for release.
your writ ten aut horization/approval for release. Please let me kiiow
the status, and if release is 0.k.
Tllanlcs, +a* %fii
(GZL-MGz-LJ - &6
we need
.. YGd
AIGNER FORM NO 55-032 riiiriir
I
uv 1 i c I I - UWlV I 3AY
- Date & "0
/ @l Reply Wanted I-
nt City Clerk ONo Reply Necessary -.
Re: Bond Reltaase - &%z%d2?z2zz- * +G
Our records indicate that the L bond for the
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
Thanks, fip * ' +%$A
PRfC
Y-
AIGNER FORM NO 55032
I
May 8, 1991
John Carey Construction Co.
9484 Chesapeake Dr., #804
San Diego, Ca 92123
Re: Bond Release - Contract No 3302 - Steel Apparatus Building & Site Work -
Fire Station N6
The Notice of Completion for the above-referenced project has recorded. Therefore, we a
hereby releasing 75% of the Performance Bond. Please consider this letter as yo
notification that $113,250 of Insurance Co. of the West Performance Bond No. 114691
is hereby released. We are required to retain the remaining 25% for a period of one ye:
At that time, in no claims have been filed, it will be released.
The Labor & Materials Bond, in the amount of $78,850, will be eligible for release 5
months from the date of recordation of the Notice of Completion, on September 13, 199
A copy of the recorded Notice of Completion is enclosed for your records. *r& REN kii~
Assistant City Clerk
Encs.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28(
2137 0
Recording requested by: )
1
CITY OF CARLSBAD )
)
When recorded mail to: )
)
City Clerk )
City of Carlsbad )
1200 Elm Avenue )
) Space above for Recorder’s Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
NOTICE OF COMPLETION
The undersigned is owner of the interest or estate stated below in the property hereinafter des
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full adchess of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 921
The nature cbf the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed on July 18, 1
The name ol’the contractor, if any, for such work of improvement is John Carey Constructi
The property on which said work of improvement was completed is in the City of Carlsbad,
of San Diego, State of California, and is described as follows: Project No. 3302, lmproverr
Temporary Fire Station No. 6.
The street address of said property is 3131 Levante Street. 8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California
, 19% accepted the above described work as cot !he Ci?y Councl! nf said City on March 5
and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on March 6 , 19% at Carlsbad, California.
CITY OF CARLSBAD
4-2 ALE .<iip. L. pdqUTFYtiijp+iZ -,
City Clerk
..
+?
March 7, 1991
Annette J. Evans
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion
Improvements to Temporary Fire
Station No. 6
John Carey Construction, Contractor
Notice of Completion
CT 85-24, Unit 4, Street and Sewer
Improvements
The Koll Company, Contractor
Our staff has determined that the recordation of these documents
if of benefit to the City; therefore, it is requested that the
fees be waived.
Thank. you for your assistance in this matter..
&ATZ Assistant City Clerk
Encs .
__~ -___
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-21
*
c 0 e
Recording requested by: )
)
CITY OF CARLSBAD )
)
When recorded mail to: )
)
City Clerk )
City of Carlsbad )
1200 Elm Avenue )
) Space above for Recorder’s Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
NOTICE OF COMPLETION
The undersigned is owner of the interest or estate stated below in the property hereinafter de
The full namle of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 9:
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed on July 18, 1
The name of the contractor, if any, for such work of improvement is John Carey Construct
The property on which said work of improvement was completed is in the City of Carlsbad,
of San Diego, State of California, and is described as follows: Project No. 3302, lmproven
Temporary Fire Station No. 6.
The street address of said property is 3131 Levante Street. 8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California
, 19LJ accepted the above described work as COI the City Council of said City on
and ordered that a Notice of Completion be filed.
March 5
I declare under penalty of perjury that the foregoing is true and correct.
Executed on March 6 , 19% at Carlsbad, California.
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk